VA

American Sign Language Interpretation for Dept. of Veterans Affairs

Summary: Please see attached document for statement of work, clauses, provisions and solicitation instructions. Please submit quote responses to Marshand Boone at marshand.boone@va.gov

Vehicle: PSS

RFP release date: 10/5/2021

Proposal due date: 10/12/2021

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

Veteran Canteen Service Janitor

Summary: This is a non-personal services contract to provide janitorial services for Veteran Canteen Service (VCS) 2002 Holcombe Blvd. Houston TX. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. Contractor shall train their employees in appropriate cleaning and disinfection procedures following Centers for Disease Control and Prevention (CDC) Guidance and apply those standards to the cleaning of all areas under this contract. The contractor shall provide all personnel, supplies (in accordance with the regulations and instructions in this Performance Work Statement [PWS]), supervision, tools, materials, equipment, transportation and other items and non-personal services necessary to provide custodial services in accordance with this PWS. The contractor shall perform to the standards in the contract as well as all local, state and federal regulations. The Contractor shall provide Microfiber Mop Systems, Floor Carpet Cleaning equipment, other Floor and Housekeeping Equipment. The contractor shall clean and monitor all areas identified in section 1.6.1. The PWS is based off the Memorandum of Understanding (MOU) Sanitation and Maintenance Agreement for VCS and Michael E. DeBakey VA Medical Center.

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/22/2021

Related Attachments:

Read more

INSTRUMENT REPAIR SERVICE

Summary: INSTRUMENT REPAIR SERVICE FOR MEDICAL INSTRUMENTS LOCATED AT THE AUGUSTA VA MEDICAL CENTER. Downtown Division VA Medical Center located at 801 Baile Dr. Augusta, GA PLEASE SEE SECTION D FOR THE STATEMENT OF WORK

Vehicle: PSS

RFP release date: 9/14/2021

Proposal due date: 9/21/2021

Related Attachments:

Read more

Patient Satisfaction Survey for the VA San Francisco Health Care System

Summary: See PWS – Patient Satisfaction Survey for the VA San Francisco Health Care System (SFVAHCS)

Vehicle: PSS

RFP release date: 8/27/2021

Proposal due date: 9/14/2021

Related Attachments:

Read more

Transportation Financial Analysis Support Services

Summary: Request for Information (RFI) / Sources Sought Notice Subject to FAR clause 52.215-3 entitled “Request for Information or Solicitation for Planning Purposes,” this announcement constitutes a Sources Sought Notice for information and planning purposes for Transportation Financial Analysis Support Services in support of United States Fleet Forces Command. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government for any purpose other than to gain the information requested, nor will the Government pay for the information submitted in response. The Government has determined that these supplies and services are commercial items as defined in FAR 2.101. Interested parties are encouraged to respond to this RFI/Sources Sought Notice. Scope The primary objective of this requirement is to provide USFFC with a broad range of detailed transportation analysis, financial analysis, and administrative services to support all Navy and Marine Corps customers for US Fleet Forces Command and Commander Pacific Fleet. Any potential contract resulting from this RFI/Sources Sought Notice is anticipated to be a Firm-Fixed-Price (FFP) task order. See the draft Performance Work Statement (PWS) posted with this notice for additional details. Place of Performance (Site Locations) Primary place of performance is Fleet Forces Command, 1562 Mitscher Ave Suite 250, Norfolk, VA 23551-2487. However, travel in support of PWS is required. NAICS Code The NAICS code for this requirement is anticipated to be 541611, Administrative Management and General Management Consulting Services. The product service code (PSC) is R699, Administrative and Other Services Services. This is a new requirement. Period of Performance Performance is estimated to commence around 05 December 2021. The anticipated period of performance will include a 12-month base period and four 12-month options. Capabilities Statement This is a market research tool. The input provided will help the Navy ascertain the interest, capability, and capacity of potential businesses. If you are an interested business, FLCN appreciates your assistance in providing a capabilities statement addressing the items below. Standard company brochures will not be reviewed. Submissions are not to exceed four standard typewritten pages. All technical questions and inquiries may be submitted within the response. 1. Full business name, address, point of contact, telephone number, and e-mail address 2. Contractor and Government Entity (CAGE) code 3. Size of business: Large Business, Small Business, Small Disadvantaged, 8(a), HubZone, Woman-owned, Service Disabled Veteran-Owned, or other category 4. If the items can be obtained from a GSA or SeaPort-e contract vehicle, provide the applicable contract number. 5. Describe your ability to support the scope of the requirement listed in this notice and in the provided draft PWS. Documentation of technical expertise and qualifications must be presented in sufficient detail for the Government to determine that your company possesses the necessary capabilities contained in this notice. 6. Indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. If subcontractors are to be used, provide the anticipated percentage of effort to be subcontracted and if a small or large businesses will be used. 7. A draft PWS is provided. Please provide any additional feedback you feel is relevant related to the draft PWS and procurement strategy. Please submit any questions you have regarding this RFI / Sources Sought Notice and the draft PWS to Tito Getalla at tito.getalla@navy.mil. Submission Responses should be limited to no more than four standard typewritten pages. Reponses should reference Transportation Financial Analysis Support services and shall be submitted through the SeaPort NxG portal or by e-mail to Tito Getalla at tito.getalla@navy.mil by 10:00 a.m. Eastern time on 27 August 2021. Again, this is not a request for proposals. Respondents will not be notified of the results. Please note that the information within this RFI/Sources Sought Notice may be updated and/or may change prior to an official solicitation, if any, is issued.

Vehicle: PSS

RFP release date: 8/20/2021

Proposal due date: 8/27/2021

Related Attachments:

Read more

VA Survey Dissemination Market Research

Summary: On behalf of the Department of Veterans Affairs, GSA is conducting market research related to the subject requirement. To see the description of the requirement and any attachments, please copy and paste the below URL into a new browser. Only responses via the URL will be accepted! URL: https://feedback.gsa.gov/jfe/form/SV_9HVr7iioYKBLCyG Note: If the link does not work, please clear your browser history/cache and then copy and paste URL into a new browser. All inquiries in regards to this RFI should be sent to: rfi@research.gsa.gov Please include the RFQ number. Phone inquiries will not be accepted

Vehicle: PSS

RFP release date: 8/19/2021

Proposal due date: 9/1/2021

Related Attachments:

Read more

ACE Basic Code Base

Summary: This contract action is for the acquisition of supplies for which the Government intends to solicit and negotiate with only one source under the authority of Federal Acquisition Regulation (FAR) Subpart 8.4 through the General Services Administration. The National Institute of Environmental Health Sciences (NIEHS), Office of Acquisitions (OA) intends to award a sole source purchase order to Acquia Government at Carahsoft, 11493 Sunset Hills Road, Suite 100, Reston, VA 20190 for ACE Basic Code Base 1, Acquia Cloud Enterprise additional Codebase (2-9), Acquia Cloud Enterprise HA DB SSD Storage and annual 500 GB Acquia Cloud Enterprise HA File System SSD Storage and DR. The applicable North American Industry Classification System (NAICS) code for this acquisition is 541519 Other Electronic and Precision Equipment and Maintenance (except Diagnostic) Manufacturing and a size standard of 150. NIEHS will solicit and negotiate directly with Acquia Government at Carashoft and no solicitation will be issued. This notice of intent is not a request for competitive proposals or quotations; however, if an interested party believes they can meet the above requirement, it may submit a statement of capabilities. The statement of capabilities must be submitted in writing and must contain material in sufficient detail to allow the Government to determine if the party can perform the requirement. A determination by the Government not to compete this proposed requirement based on responses to this notice is solely within the discretion of the Government. All interested parties must express their interest and capabilities in writing via email To Brian D. Moyer, Contract Specialist at moyerbr@niehs.nih.gov within five (5) days after the date of publication of this notice. No faxed documents will be accepted. If no responsive statements are received within ten (10) days, an award will be made to Acquia Government at Carashoft.

Vehicle: IT 70

RFP release date: 8/17/2021

Proposal due date: 8/27/2021

Related Attachments:

Read more

VA Patient Satisfaction Survey Market Research

Summary: On behalf of the Department of Veterans Affairs, GSA is conducting market research related to the subject requirement. To see the description of the requirement and any attachments, please copy and paste the below URL into a new browser. Only responses via the URL will be accepted! URL: https://feedback.gsa.gov/jfe/form/SV_0cBRmKNptWQ1xEG Note: If the link does not work, please clear your browser history/cache and then copy and paste URL into a new browser. All inquiries in regards to this RFI should be sent to: rfi@research.gsa.gov Please include the RFQ number. Phone inquiries will not be accepted

Vehicle: PSS

RFP release date: 8/10/2021

Proposal due date: 8/13/2021

Related Attachments:

Read more

VA General Mental Health and Suicide Prevention Awareness and

Summary: VA requires support for general mental health outreach, education, and public awareness. The Contractor shall have extensive knowledge and fundamental expertise in developing, implementing, and measuring multiple outreach reach campaigns on sensitive public health issues and topics, including: Veteran mental health, serious mental illness including bio-polar and schizophrenia, substance use disorder, military sexual trauma, tobacco and health, depression, anxiety and evidence based treatments available to treat these and other associated mental health issues on a national scale. This includes video production, graphic design, national outreach, media development and execution, web design, metrics development and analysis, and media buying. To provide the resources necessary to develop and implement effective mental health outreach campaigns aligned with VA’s major initiatives, the Contractor shall engage a diverse set of Veterans and a multitude of Federal and community organizations, family and friends, and policy makers that support Veterans. The Contractor shall reach the primary audience of the estimated 19 million American Veterans in the U.S. and the secondary audience of the estimated 250 million Americans over the age of 18. The Contractor shall adhere with the VA outreach plans, style guides, policies, regulations, and any previously developed communication materials (e.g., brochures, posters, flyers, fact sheets). VA will provide information regarding the current outreach plan, initiatives, and prior outreach reports. This contract is for general mental health outreach on behalf of VA/VHA/ OMHSP program office. The contract is intended to provide Veterans with responsible, accurate, and critical information about mental health signs, symptoms, and conditions, available treatments, and mental health resources and assistance. The Contractor shall focus on reducing or eliminating the stigma Veterans associate with mental health conditions and treatment; and ensuring Veterans understand and have access to information and resources focused on mental health. This contractor shall support OMHSP’s Make the Connection (MTC) national public awareness campaign and other mental health programs including substance use disorder, military sexual trauma and sexual assault awareness, serious mental illness including bio-polar and schizophrenia, depression, anxiety, Tobacco and Health and resources such as Coaching Into Care, telemental health and mental health apps . Activities under this contract shall include, but may not be limited to: maintaining and updating various OMHSP identities for general mental health and MTC; strategies for collaborating with national partners; storage and distribution of collateral and other materials; video, multimedia, social media, and website development and support; media planning and buying; and metrics for measuring success.

Vehicle: PSS

RFP release date: 8/10/2021

Proposal due date: 8/23/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com