ABMC EEO Case File Management Software Solution
ID: 74330224R0001Type: Combined Synopsis/Solicitation
Overview

Buyer

AMERICAN BATTLE MONUMENTS COMMISSIONAMERICAN BATTLE MONUMENTS COMMISSIONABMCARLINGTON, VA, 22201, USA

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
  1. 1
    Posted Oct 27, 2023 8:48 PM
  2. 2
    Updated Nov 16, 2023 8:03 PM
  3. 3
    Due Nov 29, 2023 9:00 PM
Description

The American Battle Monuments Commission (ABMC) is seeking a web-based, enterprise application to serve as a database and case tracking system for Equal Employment Opportunity/Equal Opportunity (EEO/EO) complaint cases. This software solution will support inputting, processing, tracking, managing, and reporting on EEO/EO cases. Vendors are invited to submit proposals by November 24th, with the option to include coverage for a base year plus option years. The proposals will be evaluated using a best value trade-off analysis. For more details, please refer to the attached Performance Work Statement (PWS) and RFP Instructions Letter.

Point(s) of Contact
Anna Nereng
nerenga@abmc.gov
Priscilla Rayson
raysonp@abmc.gov
Files
Title
Posted
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Sources Sought (SS)/Request for Information (RFI) Program and Budget Enterprise System (PBES)
Active
Dept Of Defense
Sources Sought (SS)/Request for Information (RFI) Program and Budget Enterprise System (PBES) is a federal procurement notice issued by the DEPT OF DEFENSE, specifically the DEPT OF THE AIR FORCE. The notice type is Sources Sought and the procurement target is the Program and Budget Enterprise System (PBES). The PBES is a system used by the Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC) Business and Enterprise Systems Directorate (BES) Financial Systems Division (GBG) Contracting Division (GBK) for support, operation, maintenance, and enhancement purposes. It is a comprehensive, transparent, accurate, and timely financial information system that supports program budget and resource allocation decisions. The system plays a vital role in providing timely and accurate budget information for Congressional decisions. The purpose of this notice is to conduct market research and gather information about vendor configuration and capabilities related to PBES. It is important to note that this is a Request for Information (RFI) only and not a solicitation for bids, quotations, or proposals. The government is seeking information for planning purposes and there is no obligation to acquire any products or services as a result of this RFI. No funds have been authorized or appropriated for this effort. Interested parties are responsible for marking proprietary or competition-sensitive information in their responses. The government reserves the right to contact submitting parties for further clarification and may also contact additional customers to evaluate the offeror's interest. The place of performance for this procurement is Arlington, Virginia, in the United States. The primary contact for this notice is Amanda Stull, whose email address is amanda.stull@us.af.mil. The secondary contact is Angela Ashmore, whose email address is angela.ashmore@us.af.mil. For more detailed information, please refer to the attached PBES RFI Letter and Questions.
DA10--WMC Application Management System Re-Compete - Rios/Rhodes (VA-24-00059799)
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs (VA) seeks a commercial vendor to provide a FedRAMP-certified Software as a Service (SaaS) Application Management System (AMS) for its Health Professional Scholarship Program. The primary goal is to streamline the scholarship application process, from submission to selection, using a cloud-based platform. The VA requires a robust and secure SaaS solution, with estimated user licenses for 1,500 users, that adheres to federal and VA security protocols. The scope of work for the awardee includes providing SaaS subscriptions, project management, training, and quality assurance support. The system should manage the entire application lifecycle, cater to varied user roles, and facilitate efficient data migration. The awardee will be responsible for ensuring system accessibility and adherence to VA policies, with the contract potentially extending over four years. The VA emphasizes the importance of an offeror's ability to meet the detailed Performance Work Statement (PWS) requirements and their proposed SaaS solution. Eligibility criteria include mandatory certifications and disclosures, such as avoiding organizational conflicts of interest, furnishing responsibility and integrity information, and complying with subcontracting limitations. Offerors must certify their responsibility, providing information on any legal proceedings and ensuring they meet integrity standards. The VA will evaluate past performance and give the highest weightage to the quality of the proposed SaaS solution. The extended submission deadline is August 7, 2024. Offerors must submit a concise statement disclosing any potential organizational conflicts of interest and a signed certification regarding subcontracting limitations. The VA encourages applicants to refer to the PWS and Questionnaire attachments for a comprehensive understanding of the requirements. The estimated contract value is $34 million, with invoices processed within 30 days of submission. The contact specialist, Ronald W Shelko, can be reached at ronald.shelko@va.gov for any clarification or further details.
Updates and Support for ComBase, the Pathogen Modelling Program (PMP) Online and Desktop Versions, and the Predictive Microbiology Information Portal (PMIP)
Active
Agriculture, Department Of
Combined Synopsis/Solicitation AGRICULTURE, DEPARTMENT OF is seeking updates and support for ComBase, the Pathogen Modelling Program (PMP) Online and Desktop Versions, and the Predictive Microbiology Information Portal (PMIP). The service/item being procured is ongoing support to manage the hosting of ComBase, respond to user inquiries, assist in adding new datasets to the ComBase application, and work with the advisory and scientific group as directed by ERRC. This includes website updates, user support, processing of datasets for upload, support for the Advisory and Scientific Groups, additional website content changes, review and synchronization of model candidates between online and desktop versions, development of VB code to implement selected models, and predictive microbiology expertise. The performance location is USDA, NEA, ERRC, 600 East Mermaid Lane, Wyndmoor, PA 19038. The procurement is a full and open solicitation with the associated NAICS code 541511. The Government intends to award a Firm Fixed-Price (FFP) contract based on the Lowest Price Technically Acceptable (LPTA) evaluation. Offers must be submitted by 30 July 2024 NLT 2pm EST. For more information, contact Dilynn Rogers at dilynn.rogers@usda.gov.
Comet X-Ray System
Active
Dept Of Defense
The Department of Defense, Mid-Atlantic Regional Maintenance Center (MARMC) seeks responses from vendors capable of delivering the Comet X-Ray System (MRX-320/26), as detailed in the attached Statement of Work (SOW). This acquisition is processed as a Brand Name acquisition due to specific requirements and is reserved for small businesses. The SOW outlines the need for a turn-key X-Ray system, including hardware, software, and training. The system must be capable of detecting and identifying potential threats and performing real-time radiographic examination of packages and parcels. All components must be new, with no refurbished or used parts accepted. Interested parties should possess expertise in analytical laboratory instrument manufacturing and be able to demonstrate their ability to meet the technical requirements outlined in the SOW. The SOW and Brand Name Justification are available on https://sam.gov/ and https://piee.eb.mil/. Paper copies will not be issued. To apply, vendors must submit their responses to the RFQ number N5005424Q0171 by the deadline, including pricing and delivery information. The government encourages applicants to submit their proposals online. The award will be based on a combination of factors, including past performance, technical merit, and price. Inquiries should be directed to Erin Behrns and Stephanie Forman, whose contact details are provided in the opportunity overview. Please note that this opportunity is subject to the Federal Acquisition Regulation (FAR) Part 13 and the Simplified Acquisition Procedures (SAP). Offerors must comply with the requirements specified in the RFQ and should be aware of the associated provisions and clauses referenced in FAC 2024-05 and the DFARS Change notice 20240627.
DNN Content Management System License
Active
Dept Of Defense
The Department of Defense, specifically the Department of the Army, seeks a license for the DotNetNuke (DNN) Customer Cloud EVOQ Content Management System. This combined synopsis and solicitation notice aims to procure two key licenses: 1. Platinum Success, allowing up to 250,000 pageviews per month 2. Additional EVOQ Customer Cloud Development License, also with Platinum Success The focus is on acquiring these licenses from the vendor to meet the specific requirements outlined in the attached Request for Quotation (RFQ) and salient characteristics. Interested parties should pay close attention to the RFQ, as it contains pertinent details on the specific needs and expectations of the Department of the Army. The RFQ is available for review and should be consulted to understand the scope of work and any corresponding obligations. To participate, applicants must register and submit their offers electronically through appropriate government portals, ensuring compliance with the stated deadlines. The contracting officer, Christopher A. Barnes, can provide further clarification and should be contacted at christopher.a.barnes74.civ@army.mil or via phone at 913-684-1617 for any questions regarding this opportunity. Please note that there is no funding information specified in the provided data. The successful applicant will be awarded a contract following the evaluation of offers based on the requirements outlined in the RFQ.