Federal Proposal & Capture Services – GDI Consulting https://www.gdicwins.com/ Experts in Capture Management and Proposal Development Thu, 25 Apr 2024 21:58:48 +0000 en-US hourly 1 https://www.gdicwins.com/wp-content/uploads/2019/10/GDI-LOGOLeafs-240x240-66x66.png Federal Proposal & Capture Services – GDI Consulting https://www.gdicwins.com/ 32 32 Architect And Engineering IDIQ For Surveying Services Solicitation https://www.gdicwins.com/active-rfps/solicitation-profile/architect-and-engineering-idiq-for-surveying-services-solicitation-solicitation/ Thu, 25 Apr 2024 21:58:48 +0000 https://www.gdicwins.com/?p=27897 Architect And Engineering IDIQ For Surveying Services The U.S. Department of Interior, Bureau of Reclamation has a requirement to acquire Architectural and Engineering (AE) survey services in the states of OR, WA, ID, and small portions of WY and MT. CLICK TO GET PROPOSAL SUPPORT Solicitation Summary Solicitation [...]

The post Architect And Engineering IDIQ For Surveying Services Solicitation appeared first on Federal Proposal & Capture Services - GDI Consulting.

]]>

Architect And Engineering IDIQ For Surveying Services

The U.S. Department of Interior, Bureau of Reclamation has a requirement to acquire Architectural and Engineering (AE) survey services in the states of OR, WA, ID, and small portions of WY and MT.

Solicitation Summary

The U.S. Department of Interior, Bureau of Reclamation has a requirement to acquire Architectural and Engineering (AE) survey services in the states of OR, WA, ID, and small portions of WY and MT.

Solicitation in a Nutshell

Item

Details

Agency The U.S. Department of Interior, Bureau of Reclamation
Solicitation Number 140R1024R0018
Status Pre-RFP
Solicitation Date 06/2024 (Estimate)
Award Date 08/2024 (Estimate)
Contract Ceiling Value $6,000,000.00
Solicitation Number 140R1024R0018
Competition Type Undetermined
Type of Award IDIQ – Agency Specific
Primary Requirement Architecture & Engineering Services
Duration 5 year(s) base
Contract Type Firm Fixed Price,Indefinite Delivery Indefinite Quantity
No. of Expected Awards 3
NAICS Code(s):
541330
Engineering Services
Size Standard: $25.5 million annual receipts except $47.0 million annual receipts for Military and Aerospace Equipment and Military Weapons and Contracts and Subcontracts for Engineering Services Awarded Under the National Energy Policy of 1992 and Marine
Place of Performance:
  • United States
    • Pacific Northwest Region
Opportunity Website: https://sam.gov/opp/18f6f4fcc48741a8ab7df975c1741e51/view

Background

Established in 1902, the Bureau of Reclamation is best known for the dams, powerplants, and canals it constructed in the 17 western states. These water projects led to homesteading and promoted the economic development of the West. Reclamation has constructed more than 600 dams and reservoirs including Hoover Dam on the Colorado River and Grand Coulee on the Columbia River.

Requirements

  • The scope of these IDIQs is to provide:
    • Surveying services to support Reclamation, such as habitat improvement, planning, construction, facility operation and maintenance, safety of dams and land management. A Professional Land Surveyor license for land surveying in the states where work will be performed is required

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.

The post Architect And Engineering IDIQ For Surveying Services Solicitation appeared first on Federal Proposal & Capture Services - GDI Consulting.

]]>
AIS PSI Solicitation https://www.gdicwins.com/active-rfps/solicitation-profile/ais-psi-solicitation-solicitation/ Thu, 25 Apr 2024 21:58:05 +0000 https://www.gdicwins.com/?p=27894 F16 Avionics Intermediate Shop Product Support Integration Program (AIS)(PSI) The Department of the Air Force, Air Force Materiel Command, Air Force Sustainment Center, 75th Air Base Wing has a requirement for an F-16 Avionics Intermediate Shop (AIS) Product Support Integration (PSI) program. CLICK TO GET PROPOSAL SUPPORT [...]

The post AIS PSI Solicitation appeared first on Federal Proposal & Capture Services - GDI Consulting.

]]>

F16 Avionics Intermediate Shop Product Support Integration Program (AIS)(PSI)

The Department of the Air Force, Air Force Materiel Command, Air Force Sustainment Center, 75th Air Base Wing has a requirement for an F-16 Avionics Intermediate Shop (AIS) Product Support Integration (PSI) program.

Solicitation Summary

The Department of the Air Force, Air Force Materiel Command, Air Force Sustainment Center, 75th Air Base Wing has a requirement for an F-16 Avionics Intermediate Shop (AIS) Product Support Integration (PSI) program.

Solicitation in a Nutshell

Item

Details

Agency The Department of the Air Force, Air Force Materiel Command, Air Force Sustainment Center, 75th Air Base Wing
Solicitation Number FA825124RB001
Status Pre-RFP
Solicitation Date 05/17/2024
Award Date 09/2024 (Estimate)
Contract Ceiling Value $620,000,000.00
Solicitation Number FA825124RB001
Competition Type Undetermined
Type of Award IDIQ – Agency Specific
Primary Requirement Engineering, Scientific and Technical Services
Duration 5 years
Contract Type Firm Fixed Price,Cost Reimbursement,Cost Plus Fixed Fee,Indefinite Delivery Indefinite Quantity
No. of Expected Awards N/A
NAICS Code(s):
541330
Engineering Services
Size Standard: $25.5 million annual receipts except $47.0 million annual receipts for Military and Aerospace Equipment and Military Weapons and Contracts and Subcontracts for Engineering Services Awarded Under the National Energy Policy of 1992 and Marine
Place of Performance:
  • United States
    • Contractor’s Facility
Opportunity Website: https://sam.gov/opp/0e36aedf6cba4d2c86a0e0c39bb3b0d1/view

Background

Requirements

  • This program is being established to provide independent, prime contractor-level Systems Engineering and Product Support Integration (PSI) for Avionics Intermediate Shop (AIS) Automatic Test System (ATS) support equipment. Hill AFB is seeking non-manufacturing sources technically capable of providing Systems Engineering and PSI of the two support equipment Original Equipment Manufacturers (OEMs) to conduct various acquisition, design, fabrication, and modification activities. Prospective sources must demonstrate that they possess the experience and capability to assemble fully integrated teams to provide complete AIS and support equipment capability in support of US and Foreign Military Sales (FMS) user requirements. This includes, but is not limited to, all AIS Automatic Test Equipment (ATE), and Test Program Set (TPS), hardware and software, ATE components, and ancillary Support Equipment for Intermediate and Depot-level maintenance activities. This effort also includes but is not limited to managing the development, acquisition, and delivery of Technical Orders (TOs), Support Equipment Recommendation Data (SERDs), and support equipment end items. Complete re-procurement data packages are not available for the types of equipment to be provided as part of this effort.

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.

The post AIS PSI Solicitation appeared first on Federal Proposal & Capture Services - GDI Consulting.

]]>
Professional Support Services Solicitation https://www.gdicwins.com/active-rfps/solicitation-profile/professional-support-services-solicitation-solicitation/ Thu, 25 Apr 2024 21:57:57 +0000 https://www.gdicwins.com/?p=27891 Professional Support Services The Department of the Air Force, Air Force Materiel Command, Air Force Sustainment Center, Warner Robins Air Logisitics Complex requires professional support services. CLICK TO GET PROPOSAL SUPPORT Solicitation Summary Solicitation in a Nutshell Background Requirements Solicitation Summary [...]

The post Professional Support Services Solicitation appeared first on Federal Proposal & Capture Services - GDI Consulting.

]]>

Professional Support Services

The Department of the Air Force, Air Force Materiel Command, Air Force Sustainment Center, Warner Robins Air Logisitics Complex requires professional support services.

Solicitation Summary

The Department of the Air Force, Air Force Materiel Command, Air Force Sustainment Center, Warner Robins Air Logisitics Complex requires professional support services.

Solicitation in a Nutshell

Item

Details

Agency The Department of the Air Force, Air Force Materiel Command, Air Force Sustainment Center, Warner Robins Air Logisitics Complex
Solicitation Number N/A
Status Pre-RFP
Solicitation Date 06/2024 (Estimate)
Award Date 10/2024 (Estimate)
Contract Ceiling Value $375,090,000.00
Solicitation Number N/A
Competition Type Small Bus Set-Aside
Type of Award Task / Delivery Order
Primary Requirement Professional Services
Duration TBD
Contract Type Task Order
No. of Expected Awards N/A
NAICS Code(s):
541330
Engineering Services
Size Standard: $25.5 million annual receipts except $47.0 million annual receipts for Military and Aerospace Equipment and Military Weapons and Contracts and Subcontracts for Engineering Services Awarded Under the National Energy Policy of 1992 and Marine
Place of Performance:
  • United States
Opportunity Website: N/A

Background

Requirements

  • Professional Support Services

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.

The post Professional Support Services Solicitation appeared first on Federal Proposal & Capture Services - GDI Consulting.

]]>
Multi-Disciplined Design Services For Military And SRM Programs MATOC Solicitation https://www.gdicwins.com/active-rfps/solicitation-profile/multi-disciplined-design-services-for-military-and-srm-programs-matoc-solicitation-solicitation/ Thu, 25 Apr 2024 21:57:32 +0000 https://www.gdicwins.com/?p=27888 Multi-Disciplined Design Services For Military And SRM Programs MATOC The Department of the Army, US Army Corps of Engineers (USACE) Baltimore District has a requirement for Multi-Disciplined A-E Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts to Support the U.S. Army Corps of Engineers (USACE), Baltimore District (NAB) and North Atlantic Division (NAD). CLICK TO GET PROPOSAL [...]

The post Multi-Disciplined Design Services For Military And SRM Programs MATOC Solicitation appeared first on Federal Proposal & Capture Services - GDI Consulting.

]]>

Multi-Disciplined Design Services For Military And SRM Programs MATOC

The Department of the Army, US Army Corps of Engineers (USACE) Baltimore District has a requirement for Multi-Disciplined A-E Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts to Support the U.S. Army Corps of Engineers (USACE), Baltimore District (NAB) and North Atlantic Division (NAD).

Solicitation Summary

The Department of the Army, US Army Corps of Engineers (USACE) Baltimore District has a requirement for Multi-Disciplined A-E Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts to Support the U.S. Army Corps of Engineers (USACE), Baltimore District (NAB) and North Atlantic Division (NAD).

Solicitation in a Nutshell

Item

Details

Agency The Department of the Army, US Army Corps of Engineers (USACE) Baltimore District
Solicitation Number W912DR23XOWUX
Status Pre-RFP
Solicitation Date 06/2024 (Estimate)
Award Date 12/2024 (Estimate)
Contract Ceiling Value $60,000,000.00
Solicitation Number W912DR23XOWUX
Competition Type Small Bus Set-Aside
Type of Award IDIQ – Agency Specific
Primary Requirement Architecture & Engineering Services
Duration 5 Years
Contract Type Firm Fixed Price,Indefinite Delivery Indefinite Quantity
No. of Expected Awards 6
NAICS Code(s):
541330
Engineering Services
Size Standard: $25.5 million annual receipts except $47.0 million annual receipts for Military and Aerospace Equipment and Military Weapons and Contracts and Subcontracts for Engineering Services Awarded Under the National Energy Policy of 1992 and Marine
Place of Performance:
  • United States
    • USACE Baltimore District (NAB)
Opportunity Website: https://sam.gov/opp/e2cd55020bc7447599fac33eb938a09f/view

Background

Requirements

  • The work anticipated for these proposed multi-disciplined A/E IDIQ’s will be primarily Sustainment, Restoration and Maintenance (SRM) but may also include Interagency and International Support (IIS), Civil Works, and small Military Construction (MILCON) projects.  Work will include comprehensive A/E services including, but not limited to: preparation of full plans and specifications, preparation of design build requests for proposal, construction cost estimating, cost and schedule risk analysis (CRSA), site investigations, analysis, planning, master planning, National Environmental Policy Act (NEPA) documentation, programming, development of DD 1391’s, topographic and utility surveys, subsurface utility survey and identification, geotechnical investigations, permitting, charrettes, hazardous material investigations, Building Information Modeling (BIM), energy modeling, preparation of reports, studies, design criteria/ design analysis documents, Leadership in Energy and Environmental Design (LEED) documentation, total building commissioning, value engineering, presentations, coordination with various government agencies and commissions, coordination with public and privatized utilities, and other general A/E services. The work may also include providing construction phase and other support services including, but not limited to shop drawing reviews, site visits, technical assistance, LEED documentation during construction, on-site representation, preparation of operation and maintenance manuals, and commissioning/start-up/fit-up design support, design services, estimating, surveying, field investigation, troubleshooting, measurement, testing and balancing, testing and calibration services, CADD drawing and document preparation and review, design review, operability and maintenance documentation,  review of designs, construction management services, studies, and engineering consultation.

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.

The post Multi-Disciplined Design Services For Military And SRM Programs MATOC Solicitation appeared first on Federal Proposal & Capture Services - GDI Consulting.

]]>
PEARS III Solicitation https://www.gdicwins.com/active-rfps/solicitation-profile/pears-iii-solicitation-solicitation/ Thu, 25 Apr 2024 21:57:04 +0000 https://www.gdicwins.com/?p=27886 Policy Engineering Analyses And Research Support (PEARS III) The Department of Transportation, Federal Aviation Administration has a requirement for a contractor that will support the research, engineering, analysis, and policy efforts of the FAA’s Office of Environment and Energy, Office of Airports Planning and Environmental Division, and the Air Traffic Organization’s (ATO). CLICK [...]

The post PEARS III Solicitation appeared first on Federal Proposal & Capture Services - GDI Consulting.

]]>

Policy Engineering Analyses And Research Support (PEARS III)

The Department of Transportation, Federal Aviation Administration has a requirement for a contractor that will support the research, engineering, analysis, and policy efforts of the FAA’s Office of Environment and Energy, Office of Airports Planning and Environmental Division, and the Air Traffic Organization’s (ATO).

Solicitation Summary

The Department of Transportation, Federal Aviation Administration has a requirement for a contractor that will support the research, engineering, analysis, and policy efforts of the FAA’s Office of Environment and Energy, Office of Airports Planning and Environmental Division, and the Air Traffic Organization’s (ATO).

Solicitation in a Nutshell

Item

Details

Agency The Department of Transportation, Federal Aviation Administration
Solicitation Number 693KA922R00015
Status Pre-RFP
Solicitation Date 03/2024 (Estimate)
Award Date 09/2024 (Estimate)
Contract Ceiling Value $50,486,000.00
Solicitation Number 693KA922R00015
Competition Type Small Bus Set-Aside
Type of Award Task / Delivery Order
Primary Requirement Professional Services
Duration 1 year(s) base plus 4 x 1 year(s) option(s)
Contract Type Firm Fixed Price,Time and Materials,Labor Hour,Task Order
No. of Expected Awards N/A
NAICS Code(s):
541330
Engineering Services
Size Standard: $25.5 million annual receipts except $47.0 million annual receipts for Military and Aerospace Equipment and Military Weapons and Contracts and Subcontracts for Engineering Services Awarded Under the National Energy Policy of 1992 and Marine
Place of Performance:
  • United States
Opportunity Website: https://sam.gov/opp/dc34222c33cd4885aa58990f534e6000/view

Background

The FAA’s Office of Environment and Energy (AEE) develops, recommends, coordinates and implements national aviation policy relating to environmental and energy matters. They conduct analyses and studies of aircraft and airport operations, air traffic procedures, and airspace to develop programs with the potential for reducing adverse impacts on the environment while maintaining the efficiency and capacity of the National Airspace System (NAS). They also coordinate with other agencies to develop and implement aviation-related environmental and energy policies, goals, and priorities. The Airport Planning and Environmental Division (APP-400) provides guidance and assistance to airports in implementing the National Environmental Policy Act (NEPA) and other Federal environmental laws and regulations. They maintain Order 5050.4B, National Environmental Policy Act (NEPA) Implementing Instructions for Airport Actions, and The Desk Reference for Airport Actions. 1.

The Office of Modeling and Simulation (AJP-D) within the Air Traffic Organization’s NextGen and Operations Planning Service Unit (ATO-P) develops and maintains a variety of computer models of the National Airspace System (NAS); uses these models to estimate the future performance of the NAS, to perform NextGen design trade-offs, and to facilitate the portfolio analysis of NextGen investments; and assists program offices and others within the ATO who are applying computer models for cost-benefit, concept development, and performance analysis. The ATO’s Environmental Policy Group within Mission Support Services (AJV-114) develops environmental policy and standards and provides technical advice to the ATO, FAA Headquarters, Service Areas, and Field Offices as they relate to air traffic procedures and airspace design. They maintain Chapter 32, Environmental Matters, of Order7400.2, Procedures for Handling Airspace Matters.

Requirements

  • POLICY DEVELOPMENT SUPPORT
    • The Contractor must provide technical support for policy development, in particular AEE’s efforts at the International Civil Aviation Organization (ICAO) Committee on Aviation Environmental Protection (CAEP), including attendance at CAEP and CAEP Working Group meetings as required. This support includes technical input to support the implementation of international policies, such as the Carbon Offsetting and Reduction Scheme for International Aviation (CORSIA) into domestic outcomes. Support must include, but not be limited to:
      • Provide support to CAEP Modelling and Databases Group (MDG) and CAEP Working Groups on tasks related to environmental and economic modeling. This includes efforts such as the ICAO CORSIA CO2 Estimation and Reporting Tool (CERT) and other emissions and costing models used in CORSIA as well as other noise, emissions, and costing models used by ICAO
      • Provide research, information, and data to help examine viable technical recommendations to be implemented in support of CORSIA including support analyses on costs and demands for offsetting and CORSIA Eligible Fuel use under CORSIA.
      •  Support efforts related to a long-term aspirational goal for international aviation CO2 emissions. This includes development and interpretation of integrated scenarios for aviation emissions and contributing to deliverables related to this effort.
      • Support implementation of CORSIA in the United States through continued development of the U.S. reporting system and implementation of CORSIA, including continuing to support the process of data gap filling and order of magnitude checks for Emissions Reports pursuant to requirements in Annex 16, Volume IV

    EMISSIONS AND THEIR IMPACTS

    • The Contractor must assist in conducting measurements of aircraft engine emissions and assist in advancing the understanding of the environmental impacts of these emissions on air quality, the ozone layer, and climate change. The Contractor is required to:
      • Develop effective measurement systems for gaseous and particulate matter emissions measurements from aircraft engines;
      • Conduct measurements and analysis of gaseous and particulate matter emissions from aircraft engines operating on conventional and alternative fuels;
      • Convey information from measurements and system development to improve emissions certification procedures and requirements; and
      • Conduct experiments and analyses to understand the impacts of aircraft emissions on air quality, the ozone layer, and climate change.

    NOISE AND THEIR IMPACTS

    • The Contractor must assist in conducting measurements and analyses of aircraft noise and assist in advancing the understanding of the environmental impacts of noise. The Contractor is required to:
      • Conduct measurements and analysis to support the development and implementation of noise certification procedures and requirements;
      • Conduct analyses to understand noise exposure using the Aviation Environmental Design Tool with a variety of metrics;
      • Conducting surveys to understand human perception to aircraft noise;
      • Conduct research to quantify the impact of noise on sleep, human health, and productivity; and
      • Evaluate the economic costs of noise exposure on society.

    MODELING AND ANALYSIS SUPPORT

    • The Contractor must perform a variety of complex qualitative, quantitative and environmental analyses tasks as well as undertake the design, development, enhancement and application of a broad range of simulation, model, and analysis tools. The Contractor is required to:
      • Develop, modify and apply simulations, models, and analysis tools to support evaluation of operational concepts and NAS changes;
      • Provide independent expertise in aeronautical engineering and NAS operations to support requirements as directed by the FAA that are identified by research laboratories such as MITRE Corporation, National Aeronautics and Space Administration (NASA), Volpe National Transportation Systems Center, and Massachusetts Institute of Technology Lincoln Laboratories and provide technical recommendations of research laboratory projects;
      • Design, develop, and conduct environmental and operational analyses of aviation requirements, policies and strategies. This support must include, but not be limited to, analyses of environmental impacts and economic tradeoffs, cost benefit and investment analyses, studies on the impacts of proposed alternatives on airline schedules and airline policy changes, and assessments of the impacts of NAS modernization activities;
      • Design and develop new software applications to conduct NAS environmental, operational, and economic assessments. The Contractor must provide aeronautical engineering, air traffic control and operational expertise, and economic expertise to investigate candidate enhancements to improve model accuracy and relevance to aviation operations. The Contractor must support the maintenance and enhancement of models such as AEE’s Aviation Environmental Design Tool (AEDT), ATO’s Aviation Environmental Screening Tool (AEST), and AJP’s National Airspace Performance Analysis Capability (NASPAC), and conduct reviews of new Environmental Protection Agency-sanctioned emission and dispersion algorithms for inclusion in AEDT;
      • Design, develop, implement, and maintain computer databases for the storage and analysis of operational, environmental, and economic data. Design, develop, and implement software programs and processes for ingesting data into these databases, and for the analysis of these data;
      • Plan and conduct studies and analyses to support the development and enhancement of NAS operational, environmental, and economic models. For example, collect data from sources such as ASPM, ETMS, TFMS, PDARS, OAG, BTS, NTML, NCDC, etc. Use statistical analysis techniques such as exploratory data analysis, Analysis of Variance (ANOVA), hypothesis testing, and regression analysis on this data to discern patterns and to characterize the behavior of various NAS actors, processes, and systems. Use Geographical Information System (GIS) software to analyze flight tracks and their relation to airspace, political boundaries, population centers, etc.;
      • Plan and conduct studies on airport capacities using operational data and airport models such as TAAM, ACM, Runway Simulator, etc.;
      • Develop user documentation and training materials and provide user training for models and analysis tools as directed by the FAA;
      • Provide technical support to users of computer models, analysis tools, and information management systems to promote proper application and ensure accurate interpretation;
      • Planning and conducting technical environmental consequence studies for aviation noise, emissions, and fuel burn for airports and airspace projects using operational data and aviation environmental models such as AEDT;
      • Planning and conducting environmental impact studies for the domains of aviation noise, air quality, and climate, on scales ranging from a single airport to the globe, using operational data and aviation environmental impact models and;
      • Designing developing, and conducting environmental and operational impact and mitigation research.

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.

The post PEARS III Solicitation appeared first on Federal Proposal & Capture Services - GDI Consulting.

]]>
Two Phase Design Build And Construction Indefinite Delivery Indefinite Quantity IDIQ Multiple Award Task Order Contracts In Support Of Defense Health Agency DHA Southern Region Solicitation https://www.gdicwins.com/active-rfps/solicitation-profile/two-phase-design-build-and-construction-indefinite-delivery-indefinite-quantity-idiq-multiple-award-task-order-contracts-in-support-of-defense-health-agency-dha-southern-region-solicitation-solicitati/ Thu, 25 Apr 2024 21:56:53 +0000 https://www.gdicwins.com/?p=27883 Two Phase Design Build And Construction Indefinite Delivery Indefinite Quantity IDIQ Multiple Award Task Order Contracts In Support Of Defense Health Agency DHA Southern Region The Department of the Army, Army Corps of Engineers, Mobile District, has a requirement for Two Phase Design-Build and Construction, Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task [...]

The post Two Phase Design Build And Construction Indefinite Delivery Indefinite Quantity IDIQ Multiple Award Task Order Contracts In Support Of Defense Health Agency DHA Southern Region Solicitation appeared first on Federal Proposal & Capture Services - GDI Consulting.

]]>

Two Phase Design Build And Construction Indefinite Delivery Indefinite Quantity IDIQ Multiple Award Task Order Contracts In Support Of Defense Health Agency DHA Southern Region

The Department of the Army, Army Corps of Engineers, Mobile District, has a requirement for Two Phase Design-Build and Construction, Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts in Support of Defense Health Agency (DHA), Southern Region.

Solicitation Summary

The Department of the Army, Army Corps of Engineers, Mobile District, has a requirement for Two Phase Design-Build and Construction, Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts in Support of Defense Health Agency (DHA), Southern Region.

Solicitation in a Nutshell

Item

Details

Agency The Department of the Army, Army Corps of Engineers, Mobile District
Solicitation Number W9127824R0034
Status Pre-RFP
Solicitation Date 05/2024 (Estimate)
Award Date 09/2024 (Estimate)
Contract Ceiling Value $249,000,000.00
Solicitation Number W9127824R0034
Competition Type Small Bus Set-Aside
Full and Open / Unrestricted
Type of Award IDIQ – Agency Specific
Primary Requirement Architecture Engineering and Construction
Duration Five-Year Ordering Period
Contract Type Firm Fixed Price,Indefinite Delivery Indefinite Quantity,Multiple Award Task Order Contracts (MATOC)
No. of Expected Awards Multiple – Number Unknown
NAICS Code(s):
236220
Commercial and Institutional Building Construction
Size Standard: $45.0 million annual receipts
Place of Performance:
  • United States
    • SOUTHERN REGION
Opportunity Website: https://sam.gov/opp/3268c8f9a8d74de698f458ac1bf3174e/view

Background

Requirements

  • The contract scope of work will include, but is not limited to, some or all the following types of work: The potential contract(s) is intended to provide a full range of construction services to include renovation, repair and new construction services for DHA supported medical treatment facilities (MTF) and medical research laboratory facilities to provide quick, cost effective responses to requirements located at military installations. Projects my include, but not limited, to work inside both permanent and temporary facilities some of which include the following types: medical centers, community hospitals, medical clinics, dental treatment facilities, veterinary treatment facilities, medical office buildings, medical research laboratory facilities, medical warehouses, and various other facility types in direct support of the DHA mission.
  • Work will vary from site to site and will require extensive knowledge of the functional operation relating to the efficient use of the facility, equipment, facility support systems, and building structures. Since the facilities will be in full operation, the contractor will be required to minimize interference with the daily operation of the MTFs and will be required to implement infection control processes. Joint Commission Environment of Care requirements and other applicable requirements must be met. Again, infection control and patient/staff safety are of utmost importance and will be required to be addressed during performance period.
  • The Contractor shall be responsible for verifying all existing conditions, quantities, measurements, and distances, as they are only used in the Statement of Work for the estimation of the Scope of Work. The government is responsible for identifying the facility or location of work and shall not be held responsible for other inaccuracies.
  • All these special requirements combine to create a demanding work environment for contractors, where the contractors must be willing to take on the risk performing work that may impact patient health and safety and may even expose their own workers to toxins or infectious diseases. This necessitates measures such as increased liability insurance, special immunizations for workers in certain facilities or areas of facilities, additional worker training in the use of specialized personal protective equipment, etc.

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.

The post Two Phase Design Build And Construction Indefinite Delivery Indefinite Quantity IDIQ Multiple Award Task Order Contracts In Support Of Defense Health Agency DHA Southern Region Solicitation appeared first on Federal Proposal & Capture Services - GDI Consulting.

]]>
AISS Solicitation https://www.gdicwins.com/active-rfps/solicitation-profile/aiss-solicitation-solicitation/ Thu, 25 Apr 2024 21:54:25 +0000 https://www.gdicwins.com/?p=27881 AJW Integrated Support Services (AISS) The Department of Transportation, Federal Aviation Administration has a requirement for AJW Integrated Support Services (AISS). CLICK TO GET PROPOSAL SUPPORT Solicitation Summary Solicitation in a Nutshell Background Requirements Solicitation Summary The Department of Transportation, Federal Aviation [...]

The post AISS Solicitation appeared first on Federal Proposal & Capture Services - GDI Consulting.

]]>

AJW Integrated Support Services (AISS)

The Department of Transportation, Federal Aviation Administration has a requirement for AJW Integrated Support Services (AISS).

Solicitation Summary

The Department of Transportation, Federal Aviation Administration has a requirement for AJW Integrated Support Services (AISS).

Solicitation in a Nutshell

Item

Details

Agency The Department of Transportation, Federal Aviation Administration
Solicitation Number 10282020
Status Pre-RFP
Solicitation Date 07/2024 (Estimate)
Award Date 10/2024 (Estimate)
Contract Ceiling Value $400,000,000.00
Solicitation Number 10282020
Competition Type Small Bus Set-Aside
Full and Open / Unrestricted
Type of Award IDIQ – Agency Specific
Primary Requirement Professional Services
Duration 5 Years
Contract Type Indefinite Delivery Indefinite Quantity
No. of Expected Awards Multiple – Number Unknown
NAICS Code(s):
541690
Other Scientific and Technical Consulting Services
Size Standard: $19.0 million annual receipts
Place of Performance:
  • United States
Opportunity Website: https://sam.gov/opp/84313ef2599c420189f2b04ce1d2d404/view

Background

AJW is part of the FAA’s Air Traffic Organization (ATO). AJW’s mission is to ensure a safe and efficient NAS through the effective management of air navigation services and infrastructure. The scope of AJW’s mission includes the integration, management, operation, maintenance, and modernization of the systems and services that comprise the NAS.

AJW is responsible for the operational management of critical NAS infrastructure. The NAS operating environment continually evolves as the result of the implementation of new technologies, new systems and services, and new cybersecurity capabilities to respond to a changing cyber threat environment. Addressing these challenges requires an enterprise-level and integrated approach.

AJW continuously evolves to provide the flexibility and resiliency to align with its ever-changing internal and external environment. AISS is structured to be a flexible and adaptable vehicle for obtaining technical and programmatic support services to meet the magnitude, diversity, complexity, and scale of AJW’s operational and programmatic challenges.

Requirements

  • There are three facets of the AISS scope of work: (1) the programmatic support required, (2) the functional support required; and (3) the organizations that require the support.

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.

The post AISS Solicitation appeared first on Federal Proposal & Capture Services - GDI Consulting.

]]>
$23B OPPORTUNITY UP FOR GRABS FOR VETERANS https://www.gdicwins.com/other/vha-integrated-critical-staffing-program-icsp-2/ Thu, 25 Apr 2024 21:53:56 +0000 https://www.gdicwins.com/?p=27879 VHA Integrated Critical Staffing Program (ICSP) The Department of Veterans Affairs (VA) is seeking to award a multiple-award, indefinite-delivery/indefinite-quantity (IDIQ) contract for the VHA Integrated Critical Staffing Program (ICSP). The ICSP contract will provide temporary staffing services to VA medical facilities across the nation, with a focus on addressing critical staffing shortages and improving [...]

The post $23B OPPORTUNITY UP FOR GRABS FOR VETERANS appeared first on Federal Proposal & Capture Services - GDI Consulting.

]]>

VHA Integrated Critical Staffing Program (ICSP)

The Department of Veterans Affairs (VA) is seeking to award a multiple-award, indefinite-delivery/indefinite-quantity (IDIQ) contract for the VHA Integrated Critical Staffing Program (ICSP). The ICSP contract will provide temporary staffing services to VA medical facilities across the nation, with a focus on addressing critical staffing shortages and improving the quality of care for veterans. The ICSP contract is expected to have a ceiling value of $23B, with a base period of one year and four option years. The solicitation is expected to be released in September 2023, with the award date expected to be in March 2024. In this article, we will provide an overview of the ICSP contract, its objectives, requirements, evaluation criteria, and opportunities for healthcare providers.

What is the ICSP contract?

The ICSP contract is a follow-on to the previous VA Medical Surgical Prime Vendor (MSPV) 2.0 program, which was awarded in 2018 and had a ceiling value of $5 billion. The MSPV 2.0 program provided medical supplies and equipment to VA medical facilities, as well as temporary staffing services through a subcontracting arrangement. However, the MSPV 2.0 program faced several challenges and criticisms, such as delays, cost overruns, quality issues, and lack of transparency. The VA decided to terminate the MSPV 2.0 program in June 2023 and replace it with two separate contracts: one for medical supplies and equipment, and one for temporary staffing services.

The ICSP contract is the new contract for temporary staffing services, which will cover various clinical and non-clinical positions, such as physicians, nurses, pharmacists, therapists, technicians, social workers, administrative staff, and others. It will provide on-demand staffing solutions to VA medical facilities that are experiencing critical staffing shortages due to various factors, such as high turnover rates, recruitment challenges, seasonal fluctuations, surge demands, emergencies, or special projects. The ICSP contract will also support the VA’s strategic goals of improving access to care, enhancing quality of care, reducing wait times, increasing patient satisfaction, and achieving operational efficiency.

What are the objectives of the ICSP contract?

The main objective of the ICSP contract is to provide high-quality temporary staffing services to VA medical facilities across the nation. The ICSP contract will enable the VA to quickly and effectively fill critical staffing gaps and meet the diverse and complex needs of veterans. The ICSP contract will also support the VA’s transformation initiatives, such as expanding telehealth services, implementing electronic health records systems, enhancing community care partnerships, and modernizing infrastructure and facilities.

The ICSP contract will also create significant opportunities for SDVOSBs who can offer qualified and experienced staff for various clinical and non-clinical positions.

What are the requirements of the ICSP contract?

The ICSP contract will have several requirements that businesses will need to meet in order to qualify and compete for task orders under the contract. Some of the key requirements are:

  • Ability to provide temporary staffing services for:
    • various clinical and non-clinical positions across multiple disciplines and specialtie
    • various modalities of care delivery, such as in-person, telehealth, virtual, video, telephone
    • different locations and settings, such as urban, rural, remote, tribal, and overseas
    • flexible periods of performance, such as short-term, long-term, intermittent, or emergency
  • Compliance with:
    • applicable federal, state, and local laws, regulations, policies, and standards related to healthcare delivery
    • all VA-specific requirements, such as credentialing, vetting, training, security clearance, and performance evaluation
  • Interfacing with existing VA systems, such as VistA/CPRS, Cerner Millennium, VA Centralized Credentials Quality Assurance System (VA CCQAS), and VA Time & Attendance System (VATAS)
  • Competitive pricing, flexible payment terms, and transparent invoicing

What are the evaluation criteria of the ICSP contract?

The ICSP contract will be awarded as a multiple-award IDIQ contract. This means that the VA will select multiple contractors who will compete for task orders under the contract. The contractors will be evaluated based on the following factors:

  • Technical approach
  • Management approach
  • Past performance
  • Cost/price

The VA will also consider the following subfactors:

  • Innovation
  • Risk mitigation
  • Transition plan
  • Key personnel
  • Small business participation

Latest information on ISCP

  • The Contracting Office released the Solicitation and Modifications on August 1, 2023.
  • The Contracting Office released a Modification on August 2, 2023. The purpose of the Modification is to reupload the Solicitation Documents.
  • Phase I Questions must be submitted by August 7, 2023 at 12:00 PM ET. Phase I Intentions are due no later than August 11, 2023 at 12:00 PM ET. Phase I VITAL Viability Submissions are due no later than August 17, 2023 at 12:00 PM ET. Phase II Proposal due date will be established in an amendment initiating Phase II.

Conclusion

The ICSP contract is a major procurement initiative by the VA aimed at providing temporary staffing services to VA medical facilities across the nation. The contract’s focus on addressing critical staffing shortages and improving the quality of care for veterans is vital for the VA’s mission and vision. The contract is expected to create significant opportunities for healthcare providers who can offer qualified and experienced staff for various clinical and non-clinical positions.

The contract is expected to have a ceiling value of $23 billion, with a base period of one year and four option years. The solicitation is expected to be released in September 2023, with the award date expected to be in March 2024. The industry day/site visit/conference is scheduled for September 15 2023.

Our Services

At GDI Consulting, we specialize in capture and proposal development of enterprise-level government contracts. We can help you prepare a winning proposal for the ICSP contract by providing a full range of services, such as:

  • Market research and analysis
  • Capture strategy and planning
  • Partnering support
  • Proposal writing and editing
  • Graphic design and layout
  • Compliance and quality assurance
  • Review and feedback

With our services, you can increase your chances of securing the ICSP and grow your business in the geospatial industry. Contact us today and let us know how we can help you with your proposal writing project.

The post $23B OPPORTUNITY UP FOR GRABS FOR VETERANS appeared first on Federal Proposal & Capture Services - GDI Consulting.

]]>
EM HQ EMCBC Solicitation https://www.gdicwins.com/active-rfps/solicitation-profile/em-hq-emcbc-solicitation-solicitation/ Wed, 24 Apr 2024 13:10:56 +0000 https://www.gdicwins.com/?p=27868 Consolidated Technical Support Services For EM Headquarters Offices And The EM Consolidated Business Center (EM HQ)(EMCBC) The Department of Energy (DOE), Office of Environmental Management (EM) has a continuing requirement for consolidated technical support services. CLICK TO GET PROPOSAL SUPPORT Solicitation Summary Solicitation in a Nutshell Background Requirements [...]

The post EM HQ EMCBC Solicitation appeared first on Federal Proposal & Capture Services - GDI Consulting.

]]>

Consolidated Technical Support Services For EM Headquarters Offices And The EM Consolidated Business Center (EM HQ)(EMCBC)

The Department of Energy (DOE), Office of Environmental Management (EM) has a continuing requirement for consolidated technical support services.

Solicitation Summary

The Department of Energy (DOE), Office of Environmental Management (EM) has a continuing requirement for consolidated technical support services.

Solicitation in a Nutshell

Item

Details

Agency The Department of Energy (DOE), Office of Environmental Management (EM)
Solicitation Number 89303322REM000114
Status Pre-RFP
Solicitation Date 06/2024 (Estimate)
Award Date 06/2025 (Estimate)
Contract Ceiling Value $84,500,000.00
Solicitation Number 89303322REM000114
Competition Type 8(a) Set-Aside
Type of Award IDIQ – Agency Specific
Primary Requirement Engineering, Scientific and Technical Services
Duration 5 year(s) base
Contract Type Firm Fixed Price,Cost Plus Fixed Fee,Indefinite Delivery Indefinite Quantity
No. of Expected Awards N/A
NAICS Code(s):
562910
Environmental Remediation Services
Size Standard: $25.0 million annual receipts except 1000 Employees for Environmental Remediation Services
Place of Performance:
  • United States
Opportunity Website: https://sam.gov/opp/317b1a0259fb4084a922ae4eeecf556a/view

Background

The Department of Energy’s (DOE) Office of Environmental Management (EM) mission is to complete the safe cleanup of the environmental legacy resulting from five decades of nuclear weapons development and government-sponsored nuclear energy research. The Program is one of the largest, most diverse, and technically complex environmental cleanup programs in the world and includes responsibility for the cleanup of hundreds of sites across the country. Integral to that responsibility is the need to safely disposition large volumes of nuclear waste, safeguard and prepare for disposition of nuclear materials that could be used in nuclear weapons, deactivate and decommission several thousand radiologically and chemically contaminated facilitates no longer needed to support the DOE’s mission, and remediate extensive surface and groundwater contamination.

In 2016, EM was reorganized to become more field-centric and enhance safe execution of the work in the field, align with the cleanup vision and mission, and to ensure implementation of the Assistant Secretary’s guiding principles. DOE EM HQ and EMCBC have requirements for a wide range of technical services to support the EM cleanup mission and program objectives. It is essential that EM has highly qualified support contractors that can provide objective assistance at the highest levels of program planning, definition, execution, and evaluation.

Requirements

  • EM-3 requires a comprehensive array of technical support specific areas including, but not limited to:
    • Safety Management and Quality Assurance
    • Technical Support to the Office of the Chief of Nuclear Safety
    • Waste Management, Packaging, Shipping and Compliance
    •  Deactivation & Decommissioning (D&D) and Facilities Disposition
    • Facilities, Real Estate and Infrastructure Management
    • Spent Nuclear Fuel and Excess Nuclear Materials
    • Support to the Office of Technology Development
    • Technical Support to the Office of the Chief Engineer
    • DOE Strategic Sustainability Performance Goals
    • EM Transuranic (TRU) Waste Management Program
    • Developing Tank Waste Strategies and Technologies
    • Developing New and Innovative Technologies for Waste Management

    EM-4 requires a comprehensive array of technical support in specific areas including, but not limited to:

    • Infrastructure Management and D&D
    • Subsurface Closure Initiatives
    • National Transuranic (TRU) Waste Management Program
    • Waste Disposal Initiatives;
    • Developing Tank Waste Strategies and Technologies;
    • Developing New and Innovative Technologies for Waste Management
    • Nuclear Materials Management and Initiatives
    • Packaging and Transportation Initiatives
    • Developing Policy and Guidance on Regulatory Compliance
    • Developing Intergovernmental and Stakeholder Programs;

    EM-5 typically requires a lesser degree of technical support services provided under NAICS code 541620, but the general scope of work for any requirements it may have will generally be the same/similar to those outlined above for EM-3 and EM-4.

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.

The post EM HQ EMCBC Solicitation appeared first on Federal Proposal & Capture Services - GDI Consulting.

]]>
SEAPORT NXG Solicitation https://www.gdicwins.com/active-rfps/solicitation-profile/seaport-nxg-solicitation-solicitation-25/ Wed, 24 Apr 2024 13:10:42 +0000 https://www.gdicwins.com/?p=27866 Program Executive Office For Command Control Communications Computers And Intelligence PEO C4I Executive Office Support Services (SEAPORT NXG) The Department of the Navy, Naval Information Warfare Systems Command, PEO C4I, has a continuing requirement for support to the PEO C4I Front Office. CLICK TO GET PROPOSAL SUPPORT Solicitation Summary Solicitation in a Nutshell [...]

The post SEAPORT NXG Solicitation appeared first on Federal Proposal & Capture Services - GDI Consulting.

]]>

Program Executive Office For Command Control Communications Computers And Intelligence PEO C4I Executive Office Support Services (SEAPORT NXG)

The Department of the Navy, Naval Information Warfare Systems Command, PEO C4I, has a continuing requirement for support to the PEO C4I Front Office.

Solicitation Summary

The Department of the Navy, Naval Information Warfare Systems Command, PEO C4I, has a continuing requirement for support to the PEO C4I Front Office.

Solicitation in a Nutshell

Item

Details

Agency The Department of the Navy, Naval Information Warfare Systems Command, PEO C4I
Solicitation Number N0003924R3006
Status Pre-RFP
Solicitation Date 06/2024 (Estimate)
Award Date 12/2024 (Estimate)
Contract Ceiling Value $100,000,000.00
Solicitation Number N0003924R3006
Competition Type Undetermined
Type of Award Task / Delivery Order
Primary Requirement Professional Services
Duration 1 year(s) base plus 4 x 1 year(s) option(s) with six (6) months option period
Contract Type Cost Plus Fixed Fee,Task Order
No. of Expected Awards N/A
NAICS Code(s):
541330
Engineering Services
Size Standard: $25.5 million annual receipts except $47.0 million annual receipts for Military and Aerospace Equipment and Military Weapons and Contracts and Subcontracts for Engineering Services Awarded Under the National Energy Policy of 1992 and Marine
Place of Performance:
  • San Diego, California, United States
Opportunity Website: https://vendornxg.seaport.navy.mil/1/Authentication/Login?ReturnUrl=%2f

Background

Reporting directly to the Assistant Secretary of the Navy for Research, Development and Acquisition (ASN (RD&A)) and in coordination with the Deputy Assistant Secretary of the Navy (DASN) for C4I and other Department of Navy (DoN) PEOs, PEO C4I is the Naval integration point into a Department of Defense (DoD)-wide C4I architecture. As the acquisition lead for Naval C4I systems, PEO C4I develops, acquires, deploys and sustains the most effective and affordable Naval Information Dominance (NID) capabilities required by the Warfighters to accomplish their mission. The C4I portfolio includes 94 separate efforts including 9 Acquisition Categories (ACAT) I, 5 ACAT II, several ACAT III and ACAT IV acquisition programs, as well as Abbreviated Acquisition Programs (AAPs) and Projects.

PEO SS provides operational support to space systems that support DoD and United States (U.S.). agencies to enable joint, coalition, combined and naval operations. PEO SS coordinates all DoN space research, development and acquisition activities. It is chartered by the Secretary of the Navy as the sole executive agent for the development, procurement, engineering support and executive oversight of all DoD advanced Ultra High Frequency (UHF) Narrowband Communication satellites and associated ground systems.

Requirements

  • The Contractor shall provide:
    • Acquisition Management
    • Contract Management
    • Life Cycle Logistics
    • Platform Integration and Modernization
    • Engineering, Technical Direction and Program Capability Support
    • Cyber Acquisition
    • Science and Technology
    • Executive Level Support for Flag Officers and SESs
    • Operations, Strategic Management and Strategic Communications and Continuous Process Improvement

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.

The post SEAPORT NXG Solicitation appeared first on Federal Proposal & Capture Services - GDI Consulting.

]]>