Training

Technical Support Services for the FHWA, Office of Operations (OPS) V

Summary: The Contractor shall provide all personnel, equipment, supervision, and other items and services necessary to provide technical and programmatic support services, on a task order basis, in support of the mission of the FHWA. The Contractor shall analyze technical, programmatic, and administrative issues and provide advice, recommendations, and support as required by HOP, other FHWA offices, other operating USDOT Administrations, and other stakeholders who partner in this critical mission. The Contractor shall also be required to conduct studies on policy and technical matters, research and evaluations related to and in support of FHWA’s program activities that raise awareness and understanding; development and use of technical tools, including models and computer aided instruction; develop and apply modeling, data analysis and other analytical techniques, technology transfer and technical assistance, including development and delivery of training, to state and local transportation professionals; for program assessment including project evaluation, performance measurement and process improvement; and for emergency preparedness and response, and transportation security initiatives. In addition, the Contractor shall be required to work with FHWA partners and stakeholders to support and coordinate programs and activities. However, all decision-making and program management authority shall remain with the Government. The Contractor shall provide various products and deliverables on a task order basis in support of HOP’s and the FHWA’s program activities and USDOT’s mission. This contract focuses on four program themes, Transportation Systems Management and Operations, Connected and Automated Vehicles, Managing Disruptions to Operations, and FHWA Emergency Preparedness, Emergency Response, and Transportation Security. Tasks will be issued against one or more of the program areas. The correlation of the program themes to the program areas is shown below. NOTE: Enclosed is the Request for Quote (RFQ) 693JJ321Q000047 entitled, ” Traffic Incident Management Targeted Outreach” and Exhibits 1, 7, 8 and 9 issued against the General Services Administration (GSA) Multiple Award Schedule (MAS) 541611. ALL Contractors receiving this RFQ notice are eligible to compete.

Vehicle: PSS

RFP release date: 10/7/2021

Proposal due date: 11/30/2021

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

705 CTS CCaR Support

Summary: For the 705th Combat Training Squadron (705 CTS) at Kirtland AFB, NM, the Contractor shall manage the 705 CTS Comprehensive Cost and Requirements (CCaR) System’s database configuration, administration, and sustainment; develop and provide CCaR training tailored to the needs of the organization’s personnel; and assist 705 CTS government financial management personnel with other daily financial management functions.

Vehicle: IT 70

RFP release date: 10/4/2021

Proposal due date: 11/5/2021

Related Attachments:

Read more

NCG-1 Facilities Analyst

Summary: NCG1 requires Facilities Program Analyst support to assist with the day-to day operations within the N48 Facilities Division. Contractor support is required to coordinate with PWD/NAVFAC to accomplish the maintenance and upkeep of approximately 150 facilities under NCG1 control dispersed across four main bases (Point Mugu, Port Hueneme, Fort Hunter Liggett and China Lake). Areas of Responsibility will include five rate specific shops for use by NCG1 personnel and subordinate units in support of camp maintenance and operational requirements. The contractor shall also manage the Camp Maintenance Program for NCG1 to include the Zone Inspection Program, Lock and Key Program, minor maintenance and repairs, and training subordinate units.

Vehicle: PSS

RFP release date: 9/21/2021

Proposal due date: 9/26/2021

Related Attachments:

Read more

Audio Visual Refresh

Summary: The U.S. Equal Employment Opportunity Commission (EEOC) has a critical need to refresh the Agency’s Audio Visual (AV) infrastructure. Modernizing the audio-visual components of EEOC’s Conference Rooms and Headquarters (HQ) Training Center is a priority for the Agency.

Vehicle: IT 70

RFP release date: 9/18/2021

Proposal due date: 9/27/2021

Related Attachments:

Read more

Diversity and Inclusion Training

Summary: The purpose of this RFQ is for the delivery of semi-customized off-the-shelf training sessions in Diversity, Equity, Inclusion, and Accessibility for a cohort of Leadership and non-Leadership staff at the Federal Highway Administration (FHWA), and a Level II and III evaluation. The course length is 4 days and it shall be delivered virtually and made fully accessible. Tentatively, the first 3 days will be a blended session of all participants with the fourth day being reserved for leadership focused session. Please see the attached RFQ and Statement of Work for more information. All questions and quotes must be sent to Koren.wheeler@dot.gov and HCFA-31SRI@dot.gov Questions are due 12:00PM (noon) Eastern Time, 9/17/2021. Quotations are due 12:00PM (noon) Eastern Time, 9/21/2021.

Vehicle: PSS

RFP release date: 9/16/2021

Proposal due date: 9/21/2021

Related Attachments:

Read more

HQ USMEPCOM American Sign Language Interpreter (FY22)

Summary: This request for quotes is for market research purposes only. American Sign Language (ASL) Interpreter services are required at HQ USMEPCOM, 2834 Green Bay Road, North Chicago, Illinois 60064.Specific Tasks: Specific Tasks The contractor shall provide ASL Interpreter services in-person, face-to-face and virtually. In-person, face to face sessions are conducted at HQ USMEPCOM, with the interpreter being physically in front of the client. Virtual sessions are conducted using Microsoft TEAMS with the interpreter being at a location of their choosing. Basic Services. The contractor shall provide American Sign Language Interpreter services in a technical environment for events, meetings, educational and training sessions, conferences, ceremonies, and other situations where a conversation in spoken English language can be translated into American Sign Language for a hearing impaired individual, or group of people to understand and participate in the conversation. The service client(s) is an Information Technology professional, participating in technical discussions. The contractor shall provide American Sign Language interpreters who are proficient with translation requirements in technical environments, Information Technology, Telecommunications Networks. The contractor shall be required to provide services in large groups (in front of an auditorium), small groups (20 people or less), classrooms, workspace environment, and one on one meetings. All information conveyed is confidential, and the interpreter is prohibited from discussing any information obtained during the interpretation sessions with anyone lacking a need to know. The contractor shall be evaluated on their ability to be prepared and present at the session designated start times. The contactor shall involve the client(s) in discussions. The contractor shall be prepared for the interpretation session. The contactor shall be present at the start of the interpretation session. Sessions: Standard Session – A standard session is where the interpretation time period is two hours or less. A single interpreter shall be required for standard sessions. The contractor shall provide services for an estimated 24 to 36 standard sessions per contract period of performance. A standard session may result from a Normal Request, Short Notice Request, or Expedited Request. A Standard Session may be in-person, face-to-face or virtual using Microsoft TEAMS or similar product. All Standard Sessions are in-person, except for instances where the government requests a virtual session. Extended Session Interpreter sessions where the time period exceeds two and less than ten hours. Two interpreters shall be required for Extended Session. The contractor shall provide services for an estimated 10 to 20 Extended Session days per contract period of performance. An Extended Session can only occur as a Normal Request. An Extended Session may be in-person, face-to-face or virtual using Microsoft TEAMS or similar product. All Extended Sessions are in-person, except for instances where the government requests a virtual session. Cancellations: The government will provide at least 24 hours (not including weekends) of notice for cancelling Standard Sessions. The government will provide 72 hours (not including weekends) of notice for cancelling Extended Sessions. Tasks: Task 1 – Normal Request In-Person, Face-to-Face, Standard Session: The contractor shall provide one ASL Interpreter for each Normal Request, Standard Session. The government will notify the contractor of the required service session five business days prior to the required service date. Annual estimated hours of interpreter service = 72. Task 2 – Short Notice In-Person, Face-to-Face, Standard Session: The contractor shall provide one ASL Interpreter for each Short Notice Request, Standard Session. The government will notify the contractor of the required service session between two and five business days before the required service date. Annual estimated hours of interpreter service = 10. Task 3 – Expedited Request In-Person, Face-to-Face, Standard Session: The contractor shall provide one ASL Interpreter for each Expedited Request, Standard Session. The government will notify the contractor of the required service session between one and two business days before the required service date. Annual estimated hours of interpreter service = 6. Task 4 – Normal Request In-Person, Face-to-Face, Extended Session. The contractor shall provide two ASL Interpreters for Normal Requests, Extended Sessions. The contractor will be notified of the required service session five business days prior to the required service date. Annual estimated hours of interpreter service = 288, with each interpreter working 144 hours. Task 5 – Normal Request Virtual Interpreter, Standard Session: The contractor shall provide one ASL Interpreter for each Normal Request, Standard Session. The government will notify the contractor of the required service session five business days prior to the required service date. The contactor shall provide services in 15 minute blocks of time, with each session being a minimum of 15 minutes. Annual estimated hours of interpreter service = 60, being 240 fifteen minute blocks of time. Task 6 – Short Notice Virtual Interpreter, Standard Session: The contractor shall provide one ASL Interpreter for each Short Notice Request, Standard Session. The government will notify the contractor of the required service session between two and five business days before the required service date. The contactor shall provide services in 15 minute blocks of time, with each session being a minimum of 15 minutes. Annual estimated hours of interpreter service = 12, being 48 fifteen minute blocks of time. Task 7 – Expedited Request Virtual Interpreter, Standard Session: The contractor shall provide one ASL Interpreter for each Expedited Request, Standard Session. The government will notify the contractor of the required service session between one and two business days before the required service date. The contactor shall provide services in 15 minute blocks of time, with each session being a minimum of 15 minutes. Annual estimated hours of interpreter service = 2, being 8 fifteen minute blocks of time. Normal hours for interpreting services shall be from 8:00 a.m. to 4:30 p.m.

Vehicle: PSS

RFP release date: 9/17/2021

Proposal due date: 9/24/2021

Related Attachments:

Read more

Federal Marketplace Strategy Customer Experience Research & Advisory Services

Summary: The General Services Administration seeks to acquire Customer Experience (CX) membership, training, and research services aligned with Federal government CX mandates and GSA’s Federal Marketplace (FMP) Strategy initiatives.

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

Program Manager Services

Summary: FY22 Program Manager Navy Medicine Operational Forces Medical Liaison FFP Contractor shall provide program management and support services, liaison and coordination, training, data analytics and system support services for the Naval Medical Center Portsmouth, Operational Forces Medical Liaison Department in accordance with Section C, Performance Work Statement. A 95% fill rate is required for this FTE. Contractor’s quoted monthly price shall be fully burdened and inclusive of all costs, i.e., labor, material, per diem, travel, and any other associated cost to provide the required services. Period of performance, Base Year: 01 October 2021 through 30 September 2022 Options for FY23, FY24, FY25, FY26 **SEE ATTACHED RFQ FOR FULL DETAILS OF THIS REQUIREMENT**

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/20/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com