№ files_lp_4_process_2_37838
File format: docx
Character count: 13711
File size: 166 KB
Structured federal supply schedule listing professional services with detailed labor categories, pricing, discounts, contract terms, ordering procedures, and administrative contacts for federal procurement.
Year:
2021–2026
Region / city:
Arlington, VA, United States
Thematic area:
Federal procurement, professional services
Document type:
Federal supply schedule price list
Agency / institution:
General Services Administration, Federal Supply Service
Contractor:
MASY Group, Inc.
Contract number:
GS-00F-217DA
Contract period:
07/11/2021 – 07/10/2026
Scope:
Worldwide
Service categories:
Management and Financial Consulting, Acquisition and Grants Management Support, Business Program and Project Management Services, Professional and Management Development Training, Order Level Materials
Target audience:
Federal agencies
Pricing:
Government net prices including Industrial Funding Fee (IFF) 0.75%, with quantity and prompt payment discounts
Contact:
Jessica Johnson, Contract Administration, [email protected]
Unique Entity Identifier (UEI):
R6J6CVEM1XA5
SAM registration:
Registered
Labor categories and rates:
Analyst I–III, Functional Subject Matter Expert I–III, Research Analyst I–III, Support/Administrative Staff I–III, with specified experience, education, and site applicability
Ordering procedures:
FAR 8-405-3
Delivery terms:
Standard, expedited, overnight, 2-day, and urgent requirements as noted in price list
Price: 8 / 10 USD
The file will be delivered to the email address provided at checkout within 12 hours.
The file will be delivered to the email address provided at checkout within 12 hours.
Don’t have cryptocurrency yet?
You can still complete your purchase in a few minutes:- Buy Crypto in a trusted app (Coinbase, Kraken, Cash App or any similar service).
- In the app, tap Send.
- Select network, paste our wallet address.
- Send the exact amount shown above.
The final amount may vary slightly depending on the payment method.
The file will be sent to the email address provided at checkout within 24 hours.
The product description is provided for reference. Actual content and formatting may differ slightly.
Organisation:
Kent Sport
Region:
Kent and Medway
Document type:
Draft strategy introduction and consultation document
Status:
Draft
Period covered:
2021–2026
Planned publication:
Spring 2021
Funding bodies:
Sport England; Kent County Council
Topic:
Children and young people; sport and physical activity; health and wellbeing; inequality
Target audience:
Partners and stakeholders working with children and young people
Policy context:
Active Partnership for Kent and Medway
Strategic vision:
Daily physical activity for children and young people
Consultation purpose:
Feedback on priorities and planned actions
Programme:
Affordable Homes Programme 2021–2026
Section:
Section 4 – Managing Development
Type of document:
Application form
Administering body:
Homes England
Related fund:
Affordable Homes Fund 2021–2026
Regulatory body referenced:
Regulator of Social Housing
Geographical scope:
England
Intended applicants:
Registered Providers, Consortiums, SPVs, developing organisations
Subject:
Investment Partner status qualification
Compliance references:
Capital Funding Guide; Modern Methods of Construction definition framework; Building for Life 12; Building Safety Charter; CHAS; SSIP
Author:
Anonymous 13
Document type:
Written evidence submission
Reference number:
AAC0055
Submission type:
Individual evidence
Committee:
Parliamentary committee on the autism strategy 2021–2026
Date:
14 May 2025
Country:
United Kingdom
Subject:
Government autism strategy, public understanding, healthcare, employment and criminal justice
Status of author:
Autistic adult with NHS diagnosis
Policy period referenced:
2021–2026
Policy Name:
Policy 31 – Environmental Sustainability Policy Statement and Strategy
Organisation:
White Horse Housing Association (WHHA)
Region:
Wiltshire and surrounding rural areas
Author:
Encredible (Consultancy), Chief Executive
Approved by:
Board
Board Approval Date:
November 2021
Strategy Period:
2021–2026
Related Document:
Business Plan
Policy Scope:
Environmental sustainability in housing provision and corporate operations
Key Themes:
Energy and carbon reduction; Waste management; Water conservation; Sustainable procurement; Biodiversity
Targets:
Organisational carbon reduction from 14.26 tonnes (April 2021) to 12.83 tonnes by March 2026; Housing stock carbon reduction from 1,350 tonnes (November 2021) to 1,282 tonnes by March 2026; All housing stock to reach EPC rating C or above by 2030 unless exempt
Monitoring:
Annual carbon, waste and water footprint reporting to the Board; six-monthly progress updates; reporting in Annual Review and Annual Report to Tenants
Year:
2021–2026
Country:
United States
Issuing Organization:
General Services Administration (GSA), Federal Supply Service
Document Type:
Federal Supply Schedule Price List
Contract Number:
47QRAA21D0031
Contract Period:
February 25, 2021 – February 24, 2026
Contractor:
PARATUSEC LLC
Contractor Address:
1125 Jefferson Davis Highway, Suite 400, Fredericksburg, VA 22401-8449, United States
Business Classification:
Service Disabled Veteran Owned Small Business (SDVOSB); Small Disadvantaged Business (SDB); Veteran Owned Business
Contract Administration:
Michael J. Curry
Telephone:
703-870-3236 EXT.101
Website:
http://www.paratusec.com
Email:
[email protected]
Federal Supply Group:
Professional Services
Service Classes:
R408, R703, R425
Special Item Numbers (SIN):
54151S; 541611; 541219; 541690; OLM
Geographic Coverage:
Worldwide
Minimum Order:
$100.00
Maximum Order:
$1,000,000 (SIN 541611, 541219, 541690); $500,000 (SIN 54151S); $250,000 (OLM)
Payment Terms:
Net 30 days
Warranty:
Contractor’s standard commercial warranty
F.O.B. Point:
Destination
Annual Escalation Rate:
2.2%
DUNS Number:
608363631
SAM Registration Status:
Registered
Included Services:
Information Technology Professional Services; Management and Financial Consulting; Acquisition and Grants Management Support; Business Program and Project Management Services; Budget and Financial Management Services; Technical Consulting Services
Labor Categories:
Senior Project Manager; Project Manager; BPR Specialist; Management Analyst; Analyst; SharePoint Developer Mid; Consultant III; Consultant II; Consultant I; IT Specialist; Program Manager; Subject Matter Expert; Application Developer; Program Support Analyst
Year:
2021
Location:
Washington, DC, USA
Company Name:
Spectrum Management, LLC
Address:
1229 Pennsylvania Ave SE, Washington, DC 20003
Phone:
(202) 546-2080
Fax:
(202) 546-2083
Website:
www.smusa.us
Point of Contact:
George Ty Simpson, President, [email protected]
Business Size:
Small Business
Business Type:
Historically Underutilized, Minority Owned, Small Disadvantaged, Black American Owned, Limited Liability Company, For-Profit Organization
GSA Contract Number:
47QSMD20R0001
Schedule Number:
03
Schedule Description:
Facilities
Subcategory:
Facilities Maintenance and Repair
SIN Number:
561210FAC
SIN Description:
Facilities Maintenance and Management
Contract Period:
December 9, 2021 – December 8, 2026
Contract Value:
Estimated $500,000
Geographic Coverage:
FOB Destination, Domestic Delivery
Accounting System:
QuickBooks, auditable labor hour recording
Insurance Policy:
February 20, 2024 – February 20, 2025
Labor Categories:
Administrative Support, Maintenance, Engineering, Trades, Custodial
Experience Requirements:
1–10 years depending on role
Document Type:
Company Profile / Contract Information
Year:
2021–2026
Institution:
Indiana University School of Medicine
Department:
Anesthesia and Pharmacology
Position:
Vergil K. Stoelting Chair of Anesthesia, Professor of Anesthesia and Pharmacology
Other affiliation:
Richard L. Roudebush VA Medical Center
Author:
Fletcher A. White
Target audience:
Researchers and clinicians in neuroscience and pain management
Document type:
Biographical sketch for grant applications
Education:
BA in Psychology, MS in Pathology, PhD in Neurobiology, Postdoctoral Fellowships in Developmental and Peripheral Neurobiology
Research focus:
Pre-clinical and clinical studies on neuropathic pain, neuroinflammation, and mild traumatic brain injury
Funding sources:
Department of Defense, NIAMS, Department of Veterans Affairs, NIH
Key projects:
Chronic pain mechanisms, fracture-associated neuropathic pain, mild traumatic brain injury, chemotherapeutic-induced neuropathy
Publications:
Peer-reviewed journals including Neuron, Nature Medicine, Molecular Psychiatry, Journal of Neuroscience, Pain
Year:
2021
Region / City:
Surfside, SC, USA
Subject:
Equal Employment Opportunity (EEO) Services and HR Support
Document Type:
Contract and company service description
Organization / Institution:
Advanced EEO Solutions, LLC
Author / Contact:
Garrison Birckett, Principal
Target Audience:
Federal and private sector contractors
Contract Number:
47QREA22D000E
Contract Period:
December 23, 2021 – December 22, 2026
Pricelist Version:
PS-0018 dated Oct. 22, 2025
Business Size:
8(a), Minority Owned, Self-Certified Small Disadvantaged, Black American Owned Business
FSC Group / Class:
Human Capital / R499 – Human Resources
SINs:
OLM/RC, 561EEO, 561611
Services:
Investigations, Counseling, Final Agency Decisions, Program Management, Recruitment/Staffing, Customized Training
Delivery Area:
Nationwide (USA)
Ordering Websites:
https://www.GSAAdvantage.gov, https://www.gsa.gov/schedules
Unique Entity Identifier (UEI):
Provided in contract
System for Award Management (SAM) Registration:
Confirmed
Year:
2021–2026
Region / city:
Chantilly, Virginia, USA
Type:
Federal supply schedule contract
Organization:
General Services Administration, Federal Acquisition Service
Contractor:
Cape Fox Facilities Services, LLC
Contract Number:
47QSHA21D0029
Supplement:
3
Contract Period:
07/28/2021 – 07/27/2026
Business Size:
Small Business, Small Disadvantaged Business, Alaskan Native Corporation, Native American Owned
FSC Group:
Facilities, Human Capital, Office Management, Professional Services, Scientific Management and Solutions, Security and Protection
PSC Codes:
R408, R418, R425, R431, R499, R699, R710, R799, S206, U099
Services:
HR, administrative support, facilities maintenance, protective services, technical consulting, educational support, workforce analytics
Ordering Website:
https://www.gsa.gov/schedules
Geographic Coverage:
50 states and Washington DC
Unique Entity Identifier (UEI):
REPXSNVME884
SAM Registration:
Active
Price List Effective Dates:
Year 1 07/28/21-07/27/22 through Year 5 07/28/25-07/27/26
Delivery Terms:
Negotiated at task order level, expedited options available
Warranty:
90 days from performance of service
Year:
2021–2026
Region / city:
United States, Santa Fe, New Mexico
Subject:
Information Technology Products and Services
Document type:
Federal Supply Schedule Price List
Organization:
General Services Administration, Wildflower International, Ltd.
Author:
Wildflower International, Ltd.
Contract number:
47QTCA21D00AW
Period covered by contract:
6/9/2021 – 6/8/2026
Effective date of price list:
November 24, 2025
Modification:
MOD #PS-0090
Contact for contract administration:
Taresa Gamblin
Business classification:
Woman Owned Small Business, HUBZone Certified
Certifications:
ISO 9001:2008, Small Business Administration 8(a) program graduate
Services offered:
IT project management, managed services, rugged mobility solutions, federal government IT acquisition, asset management, reporting and compliance
Geographic coverage:
Domestic delivery within 48 contiguous states, Alaska, Hawaii, Puerto Rico, Washington DC, U.S. Territories
Maximum order value:
$500,000 (varies by SIN)
Minimum order value:
$100.00
Website:
https://www.gsa.gov/schedules
, https:
//www.GSAAdvantage.gov
Year:
2021
Jurisdiction:
West Virginia, United States
Subject:
Behavioral Health Services Licensing
Document Type:
Legislative Rule
Issuing Authority:
West Virginia Department of Health and Human Resources
Author:
Secretary Inspector General of Health and Human Resources
Target Audience:
Behavioral health providers, facility administrators, regulatory agencies
Effective Date:
June 1, 2021
Filing Date:
April 30, 2021
Sunset Date:
August 1, 2026
Scope:
Licensing and regulatory standards for public and private behavioral health centers
Exemptions:
Certain programs and services under Medicaid, CMS-approved outpatient services, hospitals, licensed individual practitioners, specialized family care
Year:
2021–2026
Region / State:
Illinois, USA
Type of Document:
Event report
Organizing Agency:
Illinois workNet
Number of Employer Booths:
703 total, 623 approved and publicly available
Number of Job Openings:
40,081
Demographics Tracked Since:
02/01/2021
Participant Gender Distribution:
Female – 4,706; Male – 2,657; Non-Binary – 42; Prefer not to answer – 300
Participant Race/Ethnicity Distribution:
American Indian or Native Alaskan – 128; Asian – 480; Black or African American – 4,061; Native Hawaiian or other Pacific Islander – 32; Two or More Races – 476; White – 1,729; Prefer not to Answer – 1,143
Hispanic or Latino Heritage:
Yes – 1,157; No – 6,523; Prefer not to Answer – 628
Veteran Status:
Yes – 328; No – 4,038; Prefer not to Answer – 253
Sector / Industry Distribution:
Healthcare – 25; Manufacturing – 29; Transportation and Warehousing – 28; Miscellaneous Multi-Employer – 57; Others – remaining sectors
Scheduled and Completed VJFs:
6 scheduled, 173 completed
Number of Participants:
12,225
Upcoming Webinars:
6 listed events in Chicago and statewide
Rapid Response Webinars:
132 completed, 2 scheduled
Individual Accounts Created:
102,010 since 03/16/2020
Workforce Professional Accounts:
1,809 since 03/16/2020
Feedback Summary:
Success stories submitted, areas for improvement include company information and resume collection, interest in breakout rooms noted
Organization:
International Commission for the Conservation of the Atlantic Tunas
Submitting party:
European Union
Type of document:
Draft recommendation with explanatory note
Subject:
Record of authorized large-scale fishing vessels
Geographic scope:
ICCAT Convention area
Vessel length threshold:
20 metres overall or greater
Reporting obligations:
Annual reporting of active vessels and imports of ICCAT species
Addressees:
Contracting Parties and Cooperating Non-Contracting Parties
Implementation date:
Entry into force of the CMM
First reporting deadline:
15 September 2026 for vessels active in 2025
Language:
English
Note:
Year
Contextual description:
A guide for employers and supervisors to demonstrate compliance with the Practical Experience Codes and Guidelines for registering as an Authorized Employer or Authorized Supervisor for the HKICPA.
Year:
2024
Region / city:
Tanzania
Topic:
Environmental and Social Assessment
Document type:
Report
Organization:
World Bank
Author:
World Bank
Target audience:
Government agencies, NGOs, project stakeholders
Period of validity:
Not specified
Approval date:
9th April 2024
Date of changes:
Not specified
Note:
Year
Region / City:
Manila
Topic:
Customs Procedures, Trade Compliance
Document Type:
Questionnaire
Organization / Institution:
Bureau of Customs
Author:
Bureau of Customs
Target Audience:
Companies seeking AEO certification
Year:
2022
Region / City:
European Union
Theme:
Orphan medicinal products, market exclusivity
Document type:
Template
Organization:
European Medicines Agency
Author:
CMDh
Target Audience:
Applicants for marketing authorization of orphan medicinal products
Period of validity:
N/A
Approval date:
N/A
Date of amendments:
N/A
Year:
2018
Region / City:
Taunton, MA
Topic:
SNAP and TAFDC/EAEDC Authorized Representative Designation
Document Type:
Form
Organization:
DTA (Department of Transitional Assistance)
Target Audience:
DTA clients, SNAP and TAFDC/EAEDC recipients
Effective Period:
Not specified
Approval Date:
Not specified
Date of Changes:
December 2018
Year:
2016
Region / City:
Marshall Space Flight Center, Michoud Assembly Facility
Subject:
Contract Administration, Property Management, Security Requirements
Document Type:
Contract Clause
Author:
Lockheed Martin
Target Audience:
Contractors, Subcontractors
Period of validity:
N/A
Approval Date:
N/A
Amendment Date:
N/A
Context description:
A legal contract clause outlining specific terms related to government property, security access, and organizational conflict of interest for contractors performing work in facilities related to Lockheed Martin projects.