LMR Technical Group LLC awarded $19M contract to exercise Option Period Two

LMR Technical Group LLC, Fort Walton Beach, Florida, has been awarded a $19,626,109 firm-fixed-price modification (P00012) to previously awarded contract FA4890-20-C-0005 to exercise Option Period Two. This contract provides support services to increase the physical capacity of fighter aircrew, decrease the rate of injuries, and accelerate return to duty. Work will be performed at multiple bases across the Air Combat Command, Pacific Air Forces, and U.S. Air Forces Europe and is expected to be completed by 30 June 2025. Fiscal 2022 operations and maintenance funds in the amount of $9,596,246 are being obligated at the time of award. Total cumulative face value of the contract is $55,712,775. Headquarters Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity.

Lmr Holdings, LLC is located in West Palm Beach, FL, United States and is part of the Management of Companies and Enterprises Industry. Lmr Holdings, LLC has 2 total employees across all of its locations.(www.dnb.com

Sources Sought: J056–Requirement-Automatic Door Maintenance & Repair Services VAMC West Palm Beach, Florida 33410

Page 1 of 1 This is a sources sought announcement ONLY and is NOT a solicitation for proposals or quotes. The information gathered from this request for information (RFI) is for planning purposes only. The Government is not obligated, nor shall it pay for, any information received from potential sources as a result of this Sources Sought Notice. The West Palm Beach VA Health System is seeking business concerns capable of providing the West Palm Beach VA Medical Center Facility address listed below: West Palm Beach VA Medical Center 7305 N. Military Trail, West Palm Beach, FL 33410 The contractor shall furnish Professional Services to perform Automatic Door Maintenance and Repairs in various buildings at facilities located within VAMC West Palm Beach. The Contractor shall provide all labor, materials, tools, parts, equipment, testing, reports, travel, and supervision required for the preventive maintenance and repairs of automatic doors at the Medical Center. The VAMC West Palm Beach campus is comprised of 988,178 sq ft. The facility at 7305 North Military Trail consists of twenty-one (21) buildings which house patient care spaces, administrative offices, storage areas, and multi-level parking structures. The contractor shall provide maintenance on approximately no more than 170 Automatic Door openers. The openers will vary from door to door and may include the following door types- Single swinging wooden, Double swinging wooden, Single swinging metal hollow, Double swinging metal follow, Sliding glass single, aluminum Sliding glass double, aluminum. The vendor shall be responsible for conducting an automatic door assessment and survey of the space in all buildings at 7305 north military trail. Maintenance shall be restricted to the following-all door operators, door operator arms, hinges, electronic locksets, electronic hinges, push to exit buttons, wave motion sensors, Doors (limited) safety sensors, actuators, magnetic or electronic lock actuators and sliding door track systems. Firms with interest and capability to include, Federal Schedule Contract Holders, Small Business, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, HUB Zone Small Business, Small Disadvantaged Business, and Women-Owned Small Business Concerns may respond by submitting a qualifications letter stating the following information: Name Capability Statement (to include the Counties/Locations of interest) DUNS # and SAM UEI Info Type of business (i.e., SDVOSB, VOSB, WOSB, etc.) Contact person-name-e-mail and telephone number Responses to this sources sought notice shall be sent via E-mail to be received no later than 2:00 PM EST- (1400) July 7, 2022. Telephone inquiries, mailed inquires, and facsimile responses will not be considered. Please send All responses by E-mail to: Department of Veterans Affairs, Network Contracting Office 8 by E-mail to-David.Guley@va.gov.

  • Original Set Aside: 
  • Product Service Code: J056 – MAINT/REPAIR/REBUILD OF EQUIPMENT- CONSTRUCTION AND BUILDING MATERIALS
  • NAICS Code: 238290 – Other Building Equipment Contractors
  • Place of Performance: VAMC West Palm Beach , FL 33410 USA

Full details via beta.sam.gov

138: Meet The SBA Team From Region X Over Alaskan Native Corporations

Hey Govcon Giants Family, in this episode, I pulled down some of the speakers from the 8a Conference, which was recently held at Anchorage, Alaska. So we’re going to meet the gentlemen from SBA to discuss their capacity, what their roles are and how they can help and share with us the things they discussed at the conference here in this episode.

In this very special episode, we have Mr. Steven Brown, the Director of the Alaska District office for the U.S. Small Business Administration. He oversees the delivery of all SBA programs and services in Alaska including technical training and assistance, funding programs, and small business certifications connected to government contracting.

We also have Mr. Mike Fong, Regional Administrator for the SBA and oversees SBA programs, offices, and operations in the SBA’s Pacific Northwest region serving Alaska, Idaho, Oregon, and Washington.

Also, we have Mr. Jeffrey Salzer the Deputy District Director for the Alaska District office in the U.S. Small Business Administration.

Tune in to this episode to learn the administration’s priorities, the things that are going on with the 8a program, and valuable tips to help you magnify your business. Let’s welcome our Giants, Mr. Steven Brown, Mr. Mike Fong and Mr. Jeffrey Salzer.

Siemens Government Technologies awarded $295M contract for procurement, installation, maintenance and service of building automation systems

Siemens Government Technologies, Reston, Virginia, was awarded a $295,000,000 firm-fixed-price contract for procurement, installation, maintenance and service of building automation systems. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of June 22, 2029. U.S Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-22-D-0071).

SIEMENS GOVERNMENT TECHNOLOGIES INC. is located in ROMA, ROMA, Italy and is part of the Other Specialty Trade Contractors Industry. SIEMENS GOVERNMENT TECHNOLOGIES INC. has 1 employees at this location and generates $126,567 in sales (USD). (Sales figure is modelled). There are 3,289 companies in the SIEMENS GOVERNMENT TECHNOLOGIES INC. corporate family.(www.dnb.com

Sources Sought: USDA IDIQ for Architect and Engineering Services

IDIQ for Multi-Disciplinary Architect and Engineering Design Services for US Department of Agriculture (USDA) Office of Operations (OO) servicing the Washington, DC metropolitan areas, as well as locations nationwide.

The US Department of Agriculture requests information from vendors under NAICS 541310 Architectural Services. Vendors should have the capacity to complete large scale (over 1,000,000sf) Modernization/Renovation design for Historic Buildings using historic preservation principles. Vendors interested in submitting a proposal for this requirement should send a Statement of Qualifications. Submit information to the Contract Specialist, Frederick Freeman, at Frederick.Freeman@usda.gov, no later than (NLT) 12:00 PM EST on 11-Jul-22.

All costs associated with providing information in response to this market survey shall be the responsibility of the firm. Any information submitted is voluntary. The Contracting Officer will make an acquisition strategy decision based on the results of this market survey and a future solicitation may be issued as unrestricted without further consideration.

The Work consists of the following:
The Prime Architectural or Engineering (A/E) firm shall at time of award be registered/licensed in one of these states: Washington DC and/or Maryland. The Prim A/E firm should also have the capacity to operate outside the Washington Capital Region.  The owners and/or principals of the Prime A/E firm shall be licensed to practice architecture or engineering in Washington DC and Maryland.  Also, the major sub-consultants namely, mechanical, electrical, plumbing, roofing/waterproofing, structural shall be licensed to practice in Washington DC or Maryland.  Key personnel (defined as project manager(s), project leads of major disciplines such as Architect, Electrical, Mechanical, Plumbing, Fire Protection, Structural, Roofing/Waterproofing, Environmental, Vertical Transportation, Telecommunications, Security, etc.) shall be licensed or accredited to practice their profession in one or all of these states: Washington, DC and/or Maryland.  The contractor shall furnish the necessary personnel, material, equipment, services, and facilities (except noted) to perform the work described herein.

The services shall include, but are not limited to, surveys; testing; reports; management plans; concept studies; design criteria development; preparing bridging documents, all aspects of designs and drawings including interacting with GSA, CFA, NCPC and SHPO; specifications; cost estimates; shop drawing review and approval; construction monitoring; and inspection services as may be required under each task order.  Additionally, space and facility management planning services shall include facility analysis, interior design, signage and graphics, system furniture procurement/installation, and move/relocation coordination, and post occupancy tasks. 29

In addition to the services indicated above, the A/E’s services shall also include the following:

• Construction management services.

• Peer review services.

• Facilitate sustainable project certification by the Green Buildings Certification Institute (GBCI) using the Leadership in   Energy and Environmental Design (LEED) rating system.

• Site inspection and environmental, health and safety related services by certified industrial hygienists, professional safety engineers, and certified safety professionals.

• Development of Environmental, Health and Safety Management Plans including the abatement of hazardous materials such as asbestos and lead paint.

• Roofing and waterproofing, inspection, testing, and design.

• Accomplishing computer assisted designs and facility management using hardware and software compatible with Autodesk AutoCAD version 2018 or higher, Building Information Modeling (BIM) software such as Revit, space, and asset management software with in-house personnel and facilities.

• Creating and updating Facility Management databases including but not limited to inventories of equipment, hazardous waste/materials, and space.

• Developing existing design intent drawings into assignment drawings.  Incorporating graphics and statistical information, broken down by tenant organizational units.  Preparing take-offs and budgets.  Attending progress meetings during build-out phases and responding to any request for information (RFI).

• Preparing statements of work or bridging documents for design-build projects.

• Physical move coordination tasks may include but may not be limited to serving as an advisor or coordinator to the Client Agency move committee to determine all physical move requirements (budget development, project facilitation, master relocation plans, schedule management services, relocation occupancy, position database, and move supervision).

• Project management using Microsoft Project or Primavera Project or equivalent.

• Landscape design focusing on sustainable principles and integrating perimeter security.

• Security systems such as access controls and blast resistant design.

• Telecommunication systems design and integration.

• Audio visual system design.

• Vertical transportation design.

• Building commissioning services.

• Knowledge of lighting systems and controls to yield functional, energy conscious and esthetic goals.

• Cafeteria and kitchen design.

• Knowledge of acoustical principles and design.

The US Department of Agriculture anticipates awarding a Firm Fixed-Price Multiple award IDIQ for a base year and four ordering periods that may be exercised at the digression of the government.
Paper copies of this announcement will not be provided. Any future solicitation information, if released, may be obtained through SAM.gov. Any questions relating to this announcement must be submitted in writing, via email ONLY, to the Contract Specialist, Frederick Freeman, at Frederick.Freeman@usda.gov. Include the reference (12314422R0026) in the subject line.

DISCLAIMER: This is NOT a solicitation announcement. This is a sources sought announcement only. Responses to this announcement shall not constitute responses to a solicitation. Responses to this announcement are not considered offers and cannot be accepted by the Government to form a binding contract. This announcement does not guarantee a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results of any Government assessments. The information received will be utilized to assist in formulating a strategy for competitive procurements. Electing not to submit a capability statement does not preclude a company from submitting an offer under any resulting solicitation, if a solicitation is issued, nor will it impact the evaluation of an offeror that did not submit a capability statement. Any subsequent solicitation, if issued, will be subject to availability of funds.

Interested firms must submit the following information:
1. Name of Firm
2. Firm Primary Address
3. Point of Contact Name, Phone Number and email address.
4. SAM.gov Unique Entity ID
5. Capability statement- A brief summary of capabilities.
6. Size status/SBA certifications (size standard for NAICS 541310, Architectural Services)

  • Original Set Aside: 
  • Product Service Code: 
  • NAICS Code: 541310 – Architectural Services
  • Place of Performance: 

Full details via beta.sam.gov

TRAX International Corp. awarded $34M contract for test support services in support of the U.S. Army Yuma Proving Ground

TRAX International Corp., Las Vegas, Nevada, was awarded a $34,267,347 modification (P00076) to contract W9124R-18-C-0001 for test support services in support of the U.S. Army Yuma Proving Ground. Work will be performed in Yuma, Arizona, and Fort Greely, Alaska, with an estimated completion date of Sept. 30, 2022. Fiscal 2022 research, development, test and evaluation, Army funds in the amount of $16,500,000 were obligated at the time of the award. U.S. Army 418th Contracting Support Brigade, Yuma Proving Ground, Arizona, is the contracting activity.

Test Support Services, LLC is located in Las Vegas, NV, United States and is part of the Architectural, Engineering, and Related Services Industry. Test Support Services, LLC has 4 total employees across all of its locations and generates $339,073 in sales (USD). (Sales figure is modelled).(www.dnb.com

Sources Sought – ISBEE – Forklift

Catapiller Diesel 8000 lb capacity Tier 4 Compliant Tire lift truck with tilt forklift attachment 6000 capacity or 3000 lbs when extended. (or EQUAL).

  • Powerful Engine Maximum Torque 192 ft-lb @ 1800 rpm
  • Maximum Horsepower 72 Hp @ 2250 rpm Throttle by Wire Accelerator (no cable)
  • Low vibration Dynamically Balanced
  • Fuel saver mode
  • High efficiency Air Filter
  • High efficiency Radiator
  • Automatic Transmission 2F/1R
  • Power Steering
  • Elevated Air Intake
  • Maintenance Free Battery
  • Premium long lasting Tires
  • 500 Hour Service Intervals
  • Premium Full Suspension Seat
  • Tilt Steering Column
  • Insulated Engine cover
  • Open Step with Anti Slip Plate
  • Electronic Direction Control
  • Premium tires
  • LED work lights
  • Premium LCD/LED Display
  • Dual Action Parking Brake Handle
  • Ground speed control
  • Password lock
  • Anti-Restart Ignition Key Switch
  • Transmission Return to Neutral for Start

 

  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 3990 – MISCELLANEOUS MATERIALS HANDLING EQUIPMENT
  • NAICS Code: 333924 – Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
  • Place of Performance: Phoenix , AZ 85016 USA

Full details via beta.sam.gov

Federal Staffing Resources LLC, awarded $53M contract to provide patient appointing services, referral management services, and clear and legible reporting services

Federal Staffing Resources LLC, Annapolis, Maryland, was awarded a $53,757,083 firm-fixed-price contract to provide patient appointing services, referral management services, and clear and legible reporting services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2027. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-22-C-0015).

Federal Staffing Resources, LLC is located in Annapolis, MD, United States and is part of the Other Ambulatory Health Care Services Industry. Federal Staffing Resources, LLC has 353 total employees across all of its locations and generates $33.62 million in sales (USD). (Sales figure is modelled).(www.dnb.com

SOURCES SOUGHT: Fence and Gate Repairs

The United States (US) Army Garrison Directorate of Public Works (DPW) is seeking information to provide fence and gate repairs at the US Army Natick Soldier Systems Center (NSSC), General Greene Avenue (formerly Kansas St.), Natick, MA.

This is not a Solicitation (i.e., Request for Proposal, Request for Quotation, or Invitation for Bids) or an indication that the Army Contracting Command (ACC) will contract for the services contained in the Sources Sought. This Sources Sought is part of a Government market research effort to determine the scope of industry experience, capabilities and interest and will be treated as information only. This market survey is for planning purposes only.  The NAICS for this requirement is 238990 with a size standard of $16,500,000.00.

Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this Sources Sought are strictly voluntary and no reimbursement will be made by the Government to respondents for information provided in response to this Sources Sought. Responses to this Sources Sought will not be returned and respondents will not be notified of the result of the review. If a Solicitation is issued, it will be announced on the Federal Business Opportunities website https://sam.gov/ at a later date, and all interested parties must respond to that Solicitation announcement separately from any response to this announcement. This Sources Sought does not restrict the Government’s acquisition approach on a future Solicitation.

DESCRIPTION OF REQUIREMENTS/BACKGROUND:

The US Army is soliciting information from industry to provide fence and gate repairs at the US Army Natick Soldier Systems Center (NSSC), General Greene Avenue (formerly Kansas St.), Natick, MA. Project includes the removal and installation of new galvanized fence components for the NSSC Installation Perimeter Fence. Items to be removed and replaced are barbed wire, double outriggers “V” shaped, fence top rails and fence posts, and associated hardware. The primary responsibilities being sought are repairs to perimeter chain link fence, clearing of shrubs/landscape removal at the perimeter fence and removing the rear service gate to install a new gate and motorized operation and controls.

PROJECT DESCRIPTION:

Please provide a brief capabilities statement package (no more than 5 pages in length, single spaced, 10-point minimum font) demonstrating your ability to meet the following requirements:

1.1. Perimeter Fence: Project includes the removal and installation of new galvanized fence components for the NSSC Installation Perimeter Fence. Items to be removed and replaced are barbed wire, double outriggers “V” shaped, fence top rails and fence posts, associated hardware and as indicated below. All fence components must comply with UFC 4-022-03 Security Fences and Gates 01 OCT 2013

1.1.1. Total length of perimeter fence: +/- 10,000 feet.

1.1.2. Estimated Double Outriggers “V” shape needing to be replaced: 70

1.1.3. Estimated amount of barb wire to be replaced: 21,000 LF

1.1.4. Estimated amount of fence posts to be replaced: 10

1.1.5. Estimated amount of fence top rails to be replaced: 8

1.1.6. Contractor shall provide submittals for all fence components as directed in Section 8 of this SOW

1.2. Landscape Removal: 70 sections (12 lineal feet +/- per section) are heavily covered by vegetation and have to be clear removed. The tree limbs in close proximity of the perimeter fence will need to be shortened. Coordination with COR and DPW Environmental will be required for removal of tree limbs.

1.2.1. Estimated fence covered by vegetation: =/+ 740 LF

1.2.2. Estimated amount of tree limbs to be removed: 20 trees will be marked for branches to be cut on both sites of the fence.

1.3. Swing and sliding gates (DeFranzo Service Gate): Project includes the removal and installation of a new entry control gate. The work consists, but not limited to, new mechanical/electrical equipment for gate operations, new cantilever sliding gate and new pedestrian gate. The entry control gates must be in accordance with UFC 4-022-03 Security Fences and Gate 01 OCT 2013 and UFC-4-022-01-2017 Entry Control Facilities Access Control Points 07 July 2017.

1.3.1. Remove for installation all mechanical equipment, electrical devices, motor housings and associated automatic fence equipment in its entirety.

1.3.2. Remove all cantilever vehicular gate components in its entirety.

1.3.3. Remove all swinging gate components in its entirety.

1.3.4. Install new automatic gate equipment, to ensure full operation of a fully functioning cantilever vehicular sliding gate.

1.3.5. Install new cantilever vehicular sliding gate to include fence components as directed in fore mentioned UFCs.

1.3.6. Install new swinging gate to include all fence components as directed in fore mentioned UFCs.

1.3.7. Contractor shall provide submittal for all gate components as directed in Section 8 of this SOW.

1.3.8. All work on the gates and the fence includes all testing upon replacement.

1.4. Security Monitoring Devices: The perimeter fence and DeFranzo Service Gate uses a fiber-optic cable to monitor the perimeter fence. The contractor shall not move or damage this cable. The cable will need to be removed and reinstalled at the DeFranzo Service Gate and potentially at areas of the perimeter fence in order to conduct the work. For the removal and reinstallation of the fiber-optic cable, the contractor shall use the Installations Security Service Provider, METRO Surveillance Systems, Inc. (866-500-6387 x10) so they may provide a sub-contractor proposal for the work. The contractor will coordinate all work with METRO as part of Contracts SOW.  The contractor shall notify the COR a minimum of 72 hour prior to any work involving the fiber-optic cable so Installation Security can be notified of the areas to be disrupted. In addition, the fiber-optic cable MUST BE PROTECTED from damage.

1.5. Scheduling: All work at the perimeter fence must be scheduled and indicate in the schedule the location of the work. This schedule will be given to the installation security so allow them notification as to areas along the perimeter when potential intrusion alarms may be activated. The contractor shall update the schedule daily if the previously schedule deviates from time and dates.

1.6. Period of Performance: The anticipated period of performance for this project is forty-three (43) working days from the date the Notice to Proceed (NTP) is issued. The period of performance does not include lead time for sliding and swing gates.

ADMINISTRATIVE:

The Government is conducting this market research to identify potential manufacturers/vendors, and acquire information on the types and sizes of businesses that will be able to compete on future contracting actions, potential costs, and delivery capabilities.

Any relevant company background/experience, business category, costs, and other information that the company believes demonstrates their value/ability to meet the aforementioned requirements, should be included. All information and evaluation results will be Controlled Unclassified Information (formerly referred to as For Official Use Only) and used for Government purposes only. Proprietary/Competition Sensitive information (appropriately marked) will be protected from disclosure to the greatest extent practical, however it is preferred that respondents do not provide proprietary or otherwise restricted responses.

Technical capability statements and any questions shall be submitted to Mr. Timothy Konetzny timothy.m.konetzny.civ@army.mil and Ms. Eileen Emond eileen.emond.civ@army.mil by 1700 on 05 July 2022. Absolutely no requests for extensions will be honored. Late responses will not be considered. This notice is for information only. THIS IS NOT A REQUEST FOR QUOTATION. No solicitation document exists for this action.

The results of this Sources Sought will be used to determine the method of soliciting this requirement, i.e., 100% set-aside for Small Business, Sole Source, or on an Unrestricted basis.

After review of the submitted Sources Sought, ACC-APG, Natick Contracting Command will release a Combined Synopsis/Solicitation to Industry regarding the acquisition strategy/decision (i.e., Unrestricted, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Service-Disabled Veteran-Owned Business Set Aside, Sole Source).  It is anticipated that the Combined Synopsis/Solicitation will be posted in July 2022.  The resulting Contract will use Firm Fixed Price (FFP) provisions.

*Required

Please identify:

Company Name *

Company Size *

CAGE Code*

Contact Person’s First & Last Name *

Contact Person’s Email *

Contact Person’s Telephone *

  • Original Set Aside: 
  • Product Service Code: Z2PZ – REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES
  • NAICS Code: 238990 – All Other Specialty Trade Contractors
  • Place of Performance: Natick , MA 01760 USA

Full details via beta.sam.gov

Superior Marine Ways Inc.,* awarded $7M contract to build a self-propelled inland river towboat

Superior Marine Ways Inc.,* South Point, Ohio, was awarded a $7,840,724 firm-fixed-price contract to build a self-propelled inland river towboat. Bids were solicited via the internet with four received. Work will be performed in South Point, Ohio, with an estimated completion date of Sept. 26, 2024. Fiscal 2022 Plant Replacement Improvement Program funds in the amount of $7,840,724 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-22-C-0023).

SUPERIOR MARINE WAYS, INC. (SAM# NLMSVRUJHGD9) is an entity registered with U.S. General Services Administration (GSA), System for Award Management (SAM). The registration date is December 12, 2001. (opengovus.com