Request for Proposal - HeavyBid Software Development Support
ID: 374868Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFHANFORD MISSION INTEGRATION SOLUTIONS, INC (HMIS) - DOE CONTRACTORRichland, WA, 99354, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTING (HPC) SUPPORT SERVICES (LABOR) (DB01)
Timeline
    Description

    The Hanford Mission Integration Solutions, LLC (HMIS), under the U.S. Department of Energy, is soliciting proposals for HeavyBid Software Development Support through Request for Proposal (RFP) No. 374868. The primary objective is to enhance estimating services by providing training and developing codebooks tailored to the specific needs of HMIS, which includes delivering HCSS HeavyBid Master Estimates, Codebooks, and software training. Proposals must be submitted by October 23, 2024, at 1:00 PM PST, and should adhere to the "Lowest Price Technically Acceptable" evaluation criteria. Interested parties can direct inquiries to Jennifer Torres at jennifer_torres@rl.gov or by phone at 509-376-2046.

    Point(s) of Contact
    Files
    Title
    Posted
    The Hanford Mission Integration Solutions, LLC (HMIS) has released Request for Proposal (RFP) No. 374868 for HeavyBid Software Development Support in connection with its Prime Contract with the U.S. Department of Energy. Proposals must be submitted by October 23, 2024, at 1:00 PM PST, adhering to detailed submission guidelines outlined in the solicitation. The RFP emphasizes a "Lowest Price Technically Acceptable" award basis and indicates that all communications must be directed to the designated Procurement Specialist, Jennifer Torres. Key proposal components include a technical proposal, price support information, and a pricing backup. Additionally, Offerors must disclose potential conflicts of interest, certify employment eligibility through E-Verify, and ensure compliance with federal regulations. The document outlines various exhibits required for submission, such as certifications, representations, and information regarding subcontractors. The overall purpose is to secure proposals for software development support while ensuring compliance with federal contracting standards and recognition of potential conflicts or financial issues affecting bidders.
    The document outlines a Statement of Work (SOW) for a subcontractor to provide HeavyBid Software Development Support for the Hanford mission, under the Department of Energy’s Richland Operations Office. The primary objective is to enhance estimating services through training and codebook development tailored to the specific needs of the Hanford Mission Integration Solutions (HMIS). The subcontractor is required to deliver HCSS HeavyBid Master Estimates, Codebooks, and training on software usage, including the development of templates and custom reports. Key deliverables include the provision of technically qualified personnel for remote tasks related to codebook development and implementation without any onsite presence. The subcontractor must have significant experience (minimum 10 years) and oversee all operations with compliance to HMIS standards. The work must uphold quality assurance measures and is classified at Quality Level G – Q Level 0, emphasizing general service. Meetings are necessary for coordination, and the scope does not entail special requirements or need for government property access. The document serves the purpose of defining specific tasks and expectations from the subcontractor while aligning with federal standards and operational requirements within government RFP frameworks.
    The Hanford Mission Integration Solutions document outlines general provisions for fixed-price subcontracts, focusing on safety, quality standards, and work conditions relevant to governmental contracts, particularly with the Department of Energy (DOE). Key sections include definitions, obligations of subcontractors, rights of the buyer, inspection procedures, and requirements related to transportation and payment. Subcontractors must ensure quality control and are accountable for their work, including adherence to safety protocols and proper documentation. The provisions mandate reporting progress, managing potential delays, and addressing issues related to defective work. Furthermore, the document emphasizes the importance of maintaining confidentiality regarding sensitive information and adhering to labor standards as stipulated in the prime contract. The purpose of this document is to establish clear expectations and responsibilities to safeguard project integrity and compliance with federal regulations. It serves as a comprehensive guide for subcontractors engaged in projects tied to government RFPs and grants, ultimately ensuring operational efficiency and accountability within the Hanford site context.
    The document outlines various federal government RFPs (Requests for Proposals), federal grants, and state and local RFPs aimed at enhancing community services, infrastructure, and environmental projects. It serves as a comprehensive reference for funding opportunities and project proposals that engage local businesses and organizations. Key topics include the promotion of innovative solutions to meet community needs, eligibility requirements for applicants, and guidelines for proposal submissions. The document emphasizes the importance of collaboration between government entities, non-profits, and private sectors in achieving project objectives. Furthermore, it highlights successful case studies and best practices that align with the government’s strategic priorities. By detailing funding mechanisms and project scopes, the document aims to facilitate effective project planning and execution, ensuring compliance with regulatory frameworks and community standards. Overall, this resource showcases the government’s commitment to fostering growth and sustainability within local populations, while providing clear pathways for financial support.
    The document encountered issues due to the absence of Adobe Reader, which is required to view its contents. It suggests that the user either does not have Adobe Reader installed or that their system is not properly configured for it. The document provides a link to Adobe’s website for guidance on installing the application and configuring the viewing environment. As such, it lacks substantive content regarding federal RFPs, grants, or state/local initiatives, focusing instead on a technical requirement for document access. The purpose of this note can be inferred as an administrative communication aimed at ensuring users can access government-related documents efficiently by addressing potential software installation or configuration challenges.
    The document warns users that Adobe Reader 8 or higher is required to view certain government files, specifically regarding federal RFPs, grants, and state and local RFPs. It notes that the user may not have the necessary version installed or their system may not be configured correctly to utilize Adobe Reader. Users are directed to a link for installation and configuration guidance to ensure they can access the content of these important documents. This highlights the necessity of having appropriate software to engage with government resources effectively, which may contain critical information related to funding opportunities and project proposals.
    Lifecycle
    Title
    Type
    Similar Opportunities
    HMIS SOLICITATION - Advanced Resource Conservation and Recovery Act (RCRA) Training at Hammer
    Active
    Energy, Department Of
    The Department of Energy, through Hanford Mission Integration Solutions, Inc. (HMIS), is soliciting proposals for Advanced Resource Conservation and Recovery Act (RCRA) Training to be conducted at the Volpentest HAMMER Federal Training Center in Richland, Washington. This training aims to equip Hanford Site workers with essential knowledge regarding the differences between Washington State Dangerous Waste Regulations and federal RCRA regulations, thereby enhancing safety and compliance in hazardous waste management. The selected contractor will be responsible for delivering structured courses, providing instructional materials, and ensuring that all trainers possess relevant qualifications and experience. Proposals are due by November 1, 2024, and should be directed to the primary contact, Erica Richardson, at ericadrichardson@rl.gov or by phone at 509-376-6420. Compliance with federal safety standards and adherence to the outlined proposal requirements will be critical in the evaluation process.
    R--Hanford Mission Essential Services Contract (HMESC)
    Active
    None
    Special Notice: R--Hanford Mission Essential Services Contract (HMESC) The Department of Energy (DOE) is seeking input from industry for the Hanford Mission Essential Services Contract (HMESC) procurement. The DOE is exploring alternative approaches to determine potential efficiencies for offerors in preparing proposals for this contract and future procurements. The DOE is specifically requesting objective input on two cost models, including the cost model in the Draft Request for Proposal (RFP) and an Alternate Cost Model. Offerors are encouraged to provide favorable comments, recommended changes, and non-favorable comments on both cost models by January 19, 2018. The DOE will analyze industry input and take it into consideration for the final RFP.
    REQUEST FOR PROPOSAL - FALL PROTECTION QUALIFIED PERSON TRAINING FOR HANFORD SITE WORKERS AT HAMMER
    Active
    Energy, Department Of
    The Department of Energy, through Hanford Mission Integration Solutions, Inc. (HMIS), is soliciting proposals for Fall Protection Qualified Person Training for workers at the Hanford Site, specifically at the Volpentest HAMMER Federal Training Center. The objective is to provide in-person, on-site training that complies with the ANSI/ASSE Z359.2 Fall Protection Code, ensuring that workers are equipped with essential knowledge regarding personal fall arrest systems and safety protocols during the ongoing Hanford cleanup efforts. This training is critical for enhancing worker safety and environmental protection in hazardous conditions, with proposals due by November 1, 2024. Interested subcontractors should contact Erica Richardson at ericadrichardson@rl.gov or call 509-376-6420 for further details.
    REV. 01 - Request for Lease Proposals 376811 Safeguard and Security Facility
    Active
    Energy, Department Of
    The Department of Energy, through Hanford Mission Integration Solutions, LLC (HMIS), is soliciting lease proposals for a Safeguard and Security Facility in Richland, Washington. The procurement seeks approximately 33,000 to 38,000 rentable square feet of general office space, with a lease term anticipated to last ten years, supporting the Hanford Mission Essential Services Contract. This facility will play a crucial role in supporting the Department of Energy's operations at the Hanford Site, which is integral to environmental cleanup efforts. Proposals are due by October 30, 2024, at 3:00 PM (PDT), and interested parties should direct inquiries to Kristina Hamby at kristinaghamby@rl.gov or call 509-376-3011.
    FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) RESILENCE HAZARD MITIGATION TECHNICAL ASSISTANCE PROGRAM (HMTAP) NON-ARCHITECTURAL AND ENGINEERING (NON-A&E) SERVICES
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for the Hazard Mitigation Technical Assistance Program (HMTAP), specifically for Non-Architectural and Engineering (Non-A&E) services. The procurement aims to establish three single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts across designated geographic zones in the United States, enhancing FEMA's capacity to manage pre-disaster, during disaster, and post-disaster mitigation efforts. These services are critical for supporting resilience grants, conducting environmental assessments, and ensuring compliance with federal regulations related to disaster mitigation. Interested contractors must submit their proposals by Tuesday, November 12, 2024, at 2 PM ET, with a total contract value potentially reaching $93.3 million per contract. For further inquiries, contact Amanda Lynn Long at amanda.long@fema.dhs.gov or Glen Seipp at glen.seipp@fema.dhs.gov.
    USACE HQ FY25 Quality Management Software
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for a Quality Management Information System (QMIS) to enhance quality management processes within the organization. The project encompasses a 10.5-month base year followed by four optional 12-month periods, requiring a comprehensive software solution that includes user access levels, automated workflows, and compliance with various ISO standards. This initiative aims to streamline operations, improve accreditation, and ensure adherence to established security measures, including FedRAMP certification for cloud vendors. Interested parties should contact Kate Behrens at Katherine.D.Behrens@usace.army.mil or Nicholas Moore at Nicholas.M.Moore@usace.army.mil for further details, with proposals due by the specified deadlines outlined in the solicitation document.
    CONSTRUCTION HAZMAT & AML RESPONSE IDIQ
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the Construction HAZMAT & AML Response Indefinite Delivery/Indefinite Quantity (IDIQ) contract, aimed at addressing hazardous materials and abandoned mine lands across various Western states. Contractors will be required to perform environmental construction services, including hazardous substance removal actions, site assessments, and compliance with environmental regulations under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). This initiative is critical for restoring ecological integrity and ensuring public safety in areas affected by historical mining activities. Proposals are due by November 11, 2024, with a maximum contract ceiling of $45 million and a minimum task order of $5,000, and interested parties should contact Greetchen Jeremie at gjeremie@blm.gov for further details.
    R--Special Notice Regarding the Hanford 222-S Lab Draft RFP
    Active
    None
    Special Notice Department of Energy (DOE) is seeking support services for professional, administrative, and management purposes. The service being procured is an adjustment to the draft Request for Proposal (RFP) synopsis. The adjustment includes changes to the website link and timeline for submission. The service is typically used to provide information and updates related to the Hanford Laboratory project. The adjustment extends the timeline for submission from 60 days to 120 days and specifies the 4th quarter of fiscal year 2014 as the target completion date. For more information, please refer to the attached PDF.
    RS Means Software
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Letterkenny Contracting Office, is seeking vendors capable of supplying the RS Means Online Full Library Software for Facilities Construction costs. This procurement aims to gather market research through a Sources Sought notice to identify qualified organizations, as no solicitation currently exists. The RS Means software is critical for accurately estimating construction costs and managing facilities projects, thereby enhancing operational efficiency. Interested parties must submit their capabilities, including business details and past performance, by October 22, 2024, and should direct inquiries to Bryan D. Crist at bryan.d.crist.civ@army.mil or by phone at 520-693-9839. Contractors must also be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) to qualify for government contracts.
    SOLICITATION NUMBER 375892 - SY-103 Remediation Control Trailer Fabrication
    Active
    Energy, Department Of
    The Department of Energy, through Washington River Protection Solutions, LLC (WRPS), is seeking proposals for the fabrication of the SY-103 Remediation Control Trailer. This procurement aims to support WRPS’s Prime Contract DE-AC27-08RV14800 with the U.S. Department of Energy, Office of River Protection, highlighting the importance of effective remediation efforts in environmental management. Interested vendors should note that the work will take place in Richland, Washington, and are encouraged to reach out to Mario Amaro at marioamaro@rl.gov for further details regarding the submission process and requirements.