United States Government

Business Process Improvement Program

Summary: Establish and maintain a Business Process Improvement (BPI) program to support the Guard and staff in all aspects of operational improvement. Receive and account for all funds and property of the United States Government in the possession of the National Guard of the specified state/territory. Ensure Federal funds are obligated and expended in conformance with applicable statutes and regulations. Make returns and reports on Federal funds and property directed by the CNGB and the appropriate Service Secretary. Advise and assist the units/activities within the state/territory to ensure Federal resources are used in accordance with Department of the Army or Air Force directives and implemented by the CNGB.

Vehicle: PSS

RFP release date: 9/28/2021

Proposal due date: 9/30/2021

Related Attachments:

Read more

Cleanroom Drive Restoration, Big Hill Lake, Kansas

Summary: Cleanroom Drive Restoration for Two (2) Drives Big Hill Lake, Kansas 1.0 Scope of Work 1.1. The Tulsa District requires a contractor who can diagnose and restore up to two (2) drives in a cleanroom that meets or exceeds the ISO 14644-1 Cleanroom Standard Class 8. After drive restoration the contractor will provide shipping to Big Hill Lake (19065 Cherryvale Pkwy., Cherryvale, KS 67335) via insured priority service with tracking. The work to be performed under the terms of this contract consists of furnishing all supplies and services, labor, equipment, instruments, materials, and incidentals to support Drive Recovery. 1.2. Background – The Big Hill Office Server and Backup Server are corrupted. Analysis by the CIO/G6 Forensic Team determined that the data would need to be recovered in a cleanroom. 1.3. The “work” shall mean to provide drive recovery as follows: a) General. The contractor shall receive six (6) drives. Four (4) of these drives form the RAID. Two (2) of the RAID drives are damaged and two (2) are working. The remaining two drives are the operating system drives and are being provided for the data recovery experts to have if any information from the operating system is needed to complete the rebuild. Up to two (2) drives that are a part of the RAID must be rebuilt in a cleanroom so the data can be recovered from the RAID file system. The contractor will need to diagnose and repair the 2 drives. The contractor will then rebuild the RAID and recover any data from those drives. The cleanroom must be at a minimum ISO 14644-1 Cleanroom Standard Class 8 certified. b) References. ISO 14644-1 Cleanroom Standard 2.0 Invoicing 2.1. Submit one copy of the invoice to Tabitha Westhoff at Tabitha.s.Westhoff@usace.army.mil. Payment for services rendered will be made in a lump sum after all exams have been performed and invoices received. 2.2. Invoices shall include the employee’s name and the contractor name, address, billing period, payment terms, contract number, date, invoice number, line item number, tests administered, amounts, subtotals (if applicable), and amount total. 3.0 Period of Performance Period of performance is six (6) months from date of purchase order award. Delivery for drive restoration will be scheduled by a Government POC a minimum of 2 days in advance. 4.0 Point of Contact (POC) To be provided at the time of award. 4.0 Confidentiality The Contractor will make no public announcements or disclosures relative to information developed from this Scope of Work. All information gathered will be considered privileged information of the United States Government. All documents, data, and any form of information generated under this contract will remain the exclusive property of the U.S. Government. All rights or copyrights to contract products will be in compliance with FAR 52.227-14, Rights in Data-General. The Contractor will not release or allow access to GFI, or documents/data/information generated under this contract outside of the U.S. Government officials as designated by the Contracting Officer (KO), Contracting Officers Representative (COR), and, if applicable, the designated installation POC. All requests for information will be directed to the KO or COR. Information or other related data will not be released, by the Contractor or any sub-Contractor(s), to other Government agencies (DOD and Non-DOD), private groups, private individuals, or private agencies, without prior written approval from the KO.

Vehicle: IT 70

RFP release date: 9/22/2021

Proposal due date: 9/30/2021

Related Attachments:

Read more

Sources Sought (Network Administrator II – JB McGuire-Dix-Lakehurst AFB)

Summary: 1. Introduction: THIS IS A REQUEST FOR INFORMATION ONLY for NETWORK ADMINISTRATOR II – This notice is issued solely for information and planning purposes, as a means for the Government to conduct market research, identifying interested parties and their capability to deliver the requirement for a Network Administrator II in accordance with (IAW) the attached draft Performance Work Statement (PWS). Based on preliminary market research the acquisition strategy is to solicit via GSA as a Small Business Set-Aside. Other small business socio-economic categories will be considered to further set-aside. 2. Delivery Location: Joint Base MDL, New Jersey, 08641 3. Disclaimer: This notice does not constitute a Request for Quote (RFQ) or a promise to issue a RFQ in the future. Solicitation information is not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this notice does not preclude participation in any future RFQ, if any is issued. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. 4. Contractor Capability: The contractor shall be responsible for supplying one (1) FTE Network Administrator identified in the attached draft PWS. 5. Responses to Notice: Responses to this notice shall be limited to three pages and submitted on GSA E-Buy or by email to Contract Specialist, Christina Vargas at christina.vargas.1@us.af.mil, and Contracting Officer, Eddie Sherwood at edward.sherwood@us.af.mil. Responses are due no later than Wednesday, 11 AUG 2021 by 2:00 pm Eastern Standard Time. Any questions may be directed to the points of contact listed above. The applicable NAICS code for this requirement is 541513 with a Small Business Size Standard of $30M Dollars. The Product Service Code is DA01. All Small Businesses are encouraged to respond; however, each respondent must clearly identify their socio-economic categories in their response under the applicable NAICS of 541513. Respondents shall not be obligated to provide the services described herein. Responses from interested vendors should address the following items: Confirmation that your company can provide the requested service in the attached Draft PWS. Provide company socio-economic status (i.e. Small, Small Disadvantages Women-Owned, etc.) under identified NAICS and company profile to include, CAGE Code, DUNs number. Also, please provide the GSA contract number and SIN the products are available under.

Vehicle: IT 70

RFP release date: 8/5/2021

Proposal due date: 8/11/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com