WAWF

AS9100

Summary: Internal audit support: three (3) full time employees for four (4) working days to provide two (2) internal audits in FY22 on site at NAWCAD. Surveillance audit support: two (2) full time employees for four (4) working days to provide support for two (2) surveillance audits in FY22 on site at NAWCAD. Quality Management System (QMS) development support: two (2) full time employees for a minimum of five (5) two (2) working day trips to provide QMS development support in FY22 on site at NAWCAD. Labor category for employees: auditor. Qualification level for employees: senior level Quote all items or none. Please ensure items are on your GSA schedule and identify if any items are open market as this is a GSA procurement. Request is set-aside for Total Small Business under the authority of FAR Part 52.219-6. Offerors must be registered in the System for Award Management (SAM) database prior to submission of an offer to be considered for award of any DoD contract. This may be accomplished electronically at https://www.sam.gov/portal/public/SAM/. Invoicing and payment will be made thru Wide Area Workflow (WAWF), TERMS: NET 30 Vendor will perform 3rd party audits to verify AS9100D compliance and certification. .

Vehicle: PSS

RFP release date: 9/30/2021

Proposal due date: 10/19/2021

Related Attachments:

Read more

Financial Analysis Services

Summary: **The Naval Medical Research Center intends to award a sole source contract to T3W Business Solutions, Inc., San Diego, CA 92110. This is not a request for competitive proposals.** The Contractor shall assist the Comptroller at the Naval Medical Research Center with performing financial and administrative functions, such as assisting in the successful design, installation, management, evaluation, and modification of projects, including budget planning, cost management systems, and other new enterprise resource planning and/or budget systems. The Contractor shall support with analyzing and validating a variety of accounting, budget, and financial system data that are designed to track, reconcile, and report on Agency-administered programs and/or appropriations. It is preferred that the Contractor should have strong understanding of the Bureau of Medicine (BUMED) enterprise. Contracting company shall have a strong financial support network that is capable of training staff on Standardized Accounting & Reporting System (STARS-FL), FASTDATA, FPS, DTS, Wide Area Workflow (WAWF), and all Government accounting procedures as directed by the NMRC Comptroller. The Naval Medical Research Center has begun transition to the Navy Enterprise Resource Planning financial system which will require the awarded vendor to have a strong financial support network in place. The Contractor must have access to fully qualified individuals that satisfy requirements in the following areas: Senior Financial Analyst; Budget Analysts; Financial Technicians. T3W Business Solutions, Inc. has been in support the Navy’s transition thus far under the current contract N62645-16-F-0057. It is in the best interest to the government to maintain continuity of mission requirements to include COVID-19 efforts and those initiatives directly affecting the warfighter. Period of performance: 6 months from date of award.

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/21/2021

Related Attachments:

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