SOURCES SOUGHT: Q301–SARS-CoV-2 & FLU Testing Services

Sources Sought Notice The Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office (NCO) 17 is seeking sources for the following procurement: Laboratory Testing Services; Contractor to provide RT-PCR SARS-CoV-2 and RT-PCR FLU A&B Laboratory Testing Services to the VA, South Texas Veterans Health Care System, in accordance with the attached Statement of Work. Contractor must hold and maintain a certificate of accreditation from the Centers for Medicare & Medicaid Services (CMS), as meeting the requirements of the Clinical Laboratory Improvement Amendments (CLIA) of 1988 and must hold and maintain accreditation by the College of American Pathologists (CAP) to perform the services. See attached Statement of Work for a description of the performance requirements. NCO-17 is seeking sources from firms that are capable of providing these services. Firms that are capable of providing these services are encouraged to respond to the sources sought notice by contacting the point of contact by email, or by responding in the interested vendors tab within this notice. Capable firms must respond to the POC before the closing date and time of the RFI, 31 August 2022, by 4:00 PM CST, to be considered. Interested firms must identify their company name and are encouraged to provide a capabilities statement (if readily available) with their response. This notice is NOT a formal request for quote or proposals. No formal solicitation document exists at this time. The information in this notice is for information and planning purposes only and is not to be construed as a commitment by the government. No contract will be awarded from this notice.
  • Original Set Aside:
  • Product Service Code: Q301 – MEDICAL- LABORATORY TESTING
  • NAICS Code: 621511 – Medical Laboratories
  • Place of Performance: Contractor Testing Facility See Attached Statement of Work , TX USA

Full details via beta.sam.gov

BIS Services LLC awarded $9M contract for repairing dikes and revetments on the Missouri River and the Cora Island Chute

BIS Services LLC,* Kenner, Louisiana, was awarded a $9,585,138 firm-fixed-price contract for repairing dikes and revetments on the Missouri River and the Cora Island Chute. Bids were solicited via the internet with three received. Work will be performed in several cities in Missouri, with an estimated completion date of Aug. 30, 2030. Fiscal 2022 civil construction funds in the amount of $9,585,138 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-22-C-1029).

Bis Services LLC is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #DMJ5WYHM7HJ5. The business address is 1485 29th St, Kenner, LA 70062-5356, USA. The point of contact name is Gene Simon. (www.opengovus.com

SOURCES SOUGHT: Roof Replacement

Proposals are requested for a Roof Replacement project, at USPS owned Austin TX PDC, 8225 Cross Park Rd., Austin TX 78710, Travis County.  Work will be completed in accordance with the attached specifications, drawings and other solicitation documents.

An award for this requirement is contingent upon funding approval which is anticipated to be received during the evaluation phase of this project.  Estimated cost of the work is between $5,000,000.00-5,500,000.00; with construction completion no later than Three hundred  (300) calendar days after receipt of the Notice to Proceed.

A pre-proposal meeting for this project will be held on 8.23.2022 at 10:00 AM, (local time) on site.  Attendance is not mandatory but is strongly recommended.  On-site visits may be arranged by contacting Tyrone Johnson, Maintenance Engineering Specialist, at 201.714.6401.  Technical inquiries are to be addressed to Project Architect-Engineer Philip Quense, Crane Associates, at 908.203.8788, or the USPS Project Manager, Bill Hervol at 201.714.7215.

Requests for Information (RFI) must be submitted to Project Architect-Engineer Ed Roscoe, Roth Brothers, at Edward.Roscoe@sodexo.com by 2:00 p.m., 8.26.2022.  Responses are expected to be issued by August 31, 2022.

The Postal Service bases contract award decisions on best value. Offerors should review the entire solicitation to ensure the requirements are understood.

  • Original Set Aside:
  • Product Service Code: 
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance: Austin , TX 78710 USA

Full details via beta.sam.gov

143: How to build a global IT to be acquired – Lynwood Owens, Jr.

In this week’s episode, we have Mr. Lynwood Owens, Jr. the sole executive President/CEO of LBO Technology, LLC. LBO Technology is an emerging SBA Certified HUBZone and 8(a) Small Disadvantaged Small Business operating on 11 contracts, 9 as a prime contractor. LBO Technology supports US Navy, DISA, WHS, DIA, ODNI, HHS, EPA, and DOI as a prime contractor.

Mr. Owens provides oversight and direction to the Business Development on a variety of growth activities to include proposal development, capture management, client relations and operations, identify opportunities, develop a capture strategy, and provide tactical business solutions. He serves as the company advocate for all quality initiatives. Mr. Owens is passionate and has a commitment for continual development and quality certifications such as ISO, CMMI and CMMC process improvement models.

Mr. Owens has a bachelor’s degree in Computer Science, from Kennedy-Western University. Now that’s not why you want to listen to this episode. Several of my podcast guests who are high performing came out of GDIT (General Dynamics Information Technology). They seem to train and produce some of the best small business entrepreneurs on the planet.

Mr. Owens specialty is developing and expanding business opportunities that align with corporate objectives. At his previous company leading the charge as Sr. VP of BD he won contract awards at Department of State and Department of Commerce ($100M IDIQ single-award, $180M multiple award BPA, $103M single-award BPA, and $300M BPA multiple award BPA) During his tenure with the company the firm grew from $300K in revenues to averaging $15M per year.

If you are in the market to learn how someone grew that quickly in a short period of time, this is the interview for you. Let’s welcome, Mr. Lynwood Owens Jr. our next Govcon Giant.

SOURCES SOUGHT: Moving and Storage Service Contract

The contractor will furnish all personnel, equipment, facilities, supplies, services, and materials for the preparation of the personal property of Department of Defense (DOD) personnel for shipment and/or storage and related services through the Direct Procurement Method (DPM).  Moving and Storage will provide Dyess AFB with Outbound Services, Inbound Services and Intra City/Intra Area moves.  This contract will have a period of performance that will consist of; one 12-month base year, plus four 12-month option years.  The Contracting Officer has determined the use of 52.217-8 to be in the best interest of the Government.  Clause 52.217-8 will be part of the Total Evaluated Price (TEP).

The contractor shall conduct a Pre-move Survey.  The contractor will submit weight tickets, reflecting gross, tare, and net weight, in duplicate, properly certified IAW federal, state, and commonwealth or district regulations to the ordering officer with documentation.  The weight tickets will contain the name and address of the weighing station, date, name of contractor, van or trailer number, name of customer, call number assigned by the ordering officer, and signature of the weigh master.  The contractor will perform re-weigh services when ordered.  The contractor will be available to receive orders between the hours 0800 and 1700. Upon request, the contractor will provide information as to whether the service will be performed between the hours of 0800 to 1200 hours or between the hours of 1200 to 1700 hours, based upon the best information available.  The contractor will perform all preparation and packing in a manner requiring the least cubic measurement, producing packages that withstand normal movement without damage to the container or contents and at a minimum of weight.  All shipments will be protected from the elements (rain, snow, or sun) and theft at all times.

  • Original Set Aside:
  • Product Service Code: V119 – TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: OTHER
  • NAICS Code: 484210 – Used Household and Office Goods Moving
  • Place of Performance:Dyess AFB , TX 79607 USA

Full details via beta.sam.gov

Workplace Solutions Inc. awarded a $9M contract for the initial outfitting of the Walter Reed National Military Medical Center

Workplace Solutions Inc.,* Jacksonville, Florida, was awarded a $9,752,018 firm-fixed-price contract for the initial outfitting of the Walter Reed National Military Medical Center. Bids were solicited via the internet with four received. Work will be performed in Bethesda, Maryland, with an estimated completion date of Oct. 24, 2024. Fiscal 2010 military construction and operation and maintenance funds, Army in the amount of $9,752,018 were obligated at the time of the award. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9127S-22-C-6001).

Workplace Solutions Inc is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #CNWPK177KQ79. The business address is 3733 University Blvd W, Ste 210a, Jacksonville, FL 32217-2152, USA. The point of contact name is David Bailey. (www.opengovus.com

Tetra Tech Inc. awarded $9m contract for recurring maintenance and minor repair services for petroleum facilities

Tetra Tech Inc., Collinsville, Illinois, was awarded a $9,290,657 firm-fixed-price contract for recurring maintenance and minor repair services for petroleum facilities. Bids were solicited via the internet with four received. Work will be performed in Collinsville, Illinois; Des Moines, Iowa; Fort Dodge, Iowa; Sioux City, Iowa; Topeka, Kansas; McConnell Air Force Base, Kansas; Duluth, Minnesota; St Paul, Minnesota; St. Louis, Missouri; St. Joseph, Missouri; Fargo, North Dakota; Grand Forks, North Dakota; Minot, North Dakota; Pembina, North Dakota; Lincoln, Nebraska; Offutt AFB, Nebraska; Sioux Falls, South Dakota; Camp Douglas, Wisconsin; Madison, Wisconsin; and Milwaukee, Wisconsin, with an estimated completion date of Aug. 12, 2022. Fiscal 2022 revolving funds in the amount of $9,290,657 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (47QSHA-20-D-000R W912DY-22-F-0322).

Tetra Tech, Inc. is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #DSBKJQNLK7N5. The business address is 1634 Eastport Plaza Dr, Collinsville, IL 62234-6128, USA. The point of contact name is Don Baum. (www.opengovus.com

SOURCES SOUGHT: Furniture and Modular Walls

Sources sought for Furniture and Modular Walls.

PLEASE NOTE: THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT SYNOPIS ISSUED ONLY TO CONDUCT A MARKET RESEARCH STUDY FOR AN ANTICIPATED REQUIREMENT.

This is a sources sought announcement seeking vendors that may be able to perform this requirement in order to support a competitive procurement.  Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.

This is not a request for quotation or proposal. This notice is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation. If a Request for Quotation (RFQ) is issued for this requirement, it will not be issued under this number. This synopsis is issued for the sole purpose of conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10.

The designated North American Industry Classification System (NAICS) Code is 337214, Office Furniture (except Wood) Manufacturing, with a size standard in number of in number of employees 1,000.
The Hawaii Air National Guard (HIANG) requires the following items, Steelcase (the Brand Name Justification will be posted with the solicitation, if there is one), to the following:

  1. FSS Modular Wall Partition
    1. Removal and disposal of existing modular wall
    2. Installation and assembly of new modular wall partition
      1. See attachment “FSS Modular Walls” for detailed list of components
  2. FSS Workstations
    1. Removal and disposal of existing workstations
    2. Installation and assembly of new workstations
      1. See attachment “FSS Workstations”
  3. CPTF Workstations
    1. Removal and disposal of existing workstations/cubicles
    2. Installation and assembly of new workstations
      1. See attachment “CPTF Workstations”

Interested parties will complete and return a “Sources Sought Response Form” to Point of Contact (POC) listed below.Please respond to this sources sought announcement, by email, to the attention of Jonathan Weber, jonathan.r.weber6.mil@army.mil no later than 10:00 AM Eastern Standard Time, Tuesday August 23, 2022.

  • Original Set Aside:
  • Product Service Code: Y1NZ – CONSTRUCTION OF OTHER UTILITIES
  • NAICS Code: 238210 – Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance: Clinton , OK 73601 USA

Full details via beta.sam.gov

Accenture Federal Services LLC, awarded $25M contract for the Enterprise Task Management Software Solution

Accenture Federal Services LLC, Arlington, Virginia, was awarded a $25,929,758 modification (P00019) to contract W52P1J-21-C-0025 for the Enterprise Task Management Software Solution. Work will be performed in Arlington, Virginia, with an estimated completion date of Aug. 14, 2023. Fiscal 2022 operation and maintenance, Army funds in the amount of $25,929,758 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Accenture Federal Services LLC is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #MPTBH4L4MM99. The business address is 5155 Parkstone Dr, Chantilly, VA 20151-3812, USA. The point of contact name is Emily Williamson. (www.opengovus.com

SOURCES SOUGHT: Clinton Health Center Emergency Generator

The purpose of this sources sought notice is to conduct market research pursuant to FAR Part 10 to gain knowledge of interest, capabilities, and qualifications of firms especially small businesses including: Native American/Indian-Owned Businesses, 8(a) Certified Small Businesses, Historically Underutilized Business Zones (HUB-Zone) Small Businesses, Women Owned Small Businesses, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Small Disadvantaged Businesses (SDB), and Veteran Owned Small Businesses. This notice is intended strictly for Market Research to determine if a 100% Set Aside for Indian Economic Enterprise (IEE) Firms or if a 100% Set Aside for Small business concerns can fulfill the requirements set forth in this request for information

NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED WITH THIS SYNOPSIS. THIS IS NOT A SOLICITATION FOR PROPOSALS. Respondents will NOT be notified of the results of this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requested.

The government is seeking firms under the North America Industry Classification System Code (NAICS) 238210 Electrical Contractors and Other Wiring Installation Contractors with an annual size standard of $39.5M.

In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated project magnitude is between $500,000 and $1,000,000.

Description/Scope of Work:

The Department of Health and Human Services, Indian Health Service (IHS) anticipates an acquisition for the purchase and installation of a new 1,200 KW Emergency Generator the Clinton Indian Health Center at Clinton, SD.

The Contractor shall provide a full turn-key project to include the full installation of a new 1,200KW Emergency Generator system to be combined with the existing 125 KW Generator System. The 1,200KW Emergency Generator unit is to include two or three individual separated breakers with one individual breaker for the existing Life Safety 200A Automatic Transfer Switches (ATS) for the Emergency Power Panel EDP branch and the other two breaker for the increased emergency power for a new 1,600A ATS to be used for an Optional Emergency power branch. This 1,200KW Emergency Generator system is to allow for full emergency power during power outages to 100% service the entire facility including the HVAC and Mechanical system. The location for the installation of the new 1,200KW Emergency Generator unit is to be in the open ground area where the existing 125KW Generator unit is currently installed. Contractor is to provide a poured concrete pad for the 1,200KW Generator unit, to be level and the below ground area fully compacted.

The 1,200KW Emergency Generator System is to include the 1,200KW generator, 1,600A Automatic Transfer Switches (ATS), remote annunciator, system controls, electrical panels, transformer, disconnects, breakers, electrical conduit and wiring, and all electrical modification to the existing electrical system for the added increased emergency power to be used as an Optional Emergency power branch. Project also includes Direct Digital Controls (DDC) integration and Building Automation System (BAS) programming of the Emergency Generator System replacement System to BAS system. The BAS graphics and programming is to include the generator unit controller display Modbus and BACnet points for status operational running and monitoring conditions and the generator electrical power monitoring and historical trending readings.

Submission Package:

Interested PRIME CONTRACTORS are invited to submit a capabilities statement/narrative demonstrating the firm’s experience in construction projects of a similar nature as described above. The submittal shall be no longer than ten (10) pages and shall include the following information:

1. Company Information: Provide your firms contact information to include SAMuei, cage code, name, address, and point of contact with verifiably correct telephone number and email address.

2. LOCATION: Indicate whether your firm has experience in remote locations, such as this projects’ location.

3. Indicate if a solicitation is issued, will your firm/company be submitting a proposal (Yes/No)

4. Type of Business: Native American-owned, SBA certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), Indian Economic Enterprises (IEE), and/or Small Businesses (SB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov.

5. Bond Capacity: Information on the firm’s bonding capability – specifically identify single and aggregate bonding capacities.

6. For Indian owned businesses, the following form shall be completed and submitted along with your firm’s response: “IHS IEE Representation Form Jan 2022” along with the controlling enterprise’s Tribal enrollment/certificate of Degree of Indian Blood documentation. Please note that there shall be no personally identifiable information (PII), such as social security numbers, included in the documentation submitted. Any PII shall be redacted prior to submission.

7. Experience Submission Requirements: Submit at least two (2) but no more than five (5) of similar projects completed within the last seven (7) years that are relevant to the work that will be required under this project. Firms shall include the following information:

a. Indicate whether Prime Contractor or Subcontractor for each project submitted;

b. Dates of construction for each project submitted;

c. Contract value, location, completion date, and complexity of job for each project submitted;

d. Indicate whether the project is a federal, state, tribal or other for each project submitted; and

e. Project references/Agency point of contact (telephone number and e-mail address) for each project submitted.

E-MAIL RESPONSES ARE REQUIRED BY AUGUST 22, 2022. Electronic versions of your submission package of ten (10) PAGES OR LESS, shall be submitted VIA E-MAIL to Matt Sanders, email: matt.sanders@ihs.gov.

QUESTIONS regarding this sources sought may be emailed to Matt Sanders, email: matt.sanders@ihs.gov.

THIS IS NOT A REQUEST FOR PROPOSALS. This is for planning purposes only and is a market research tool to determine availability and adequacy of potential sources particularly Indian Economic Enterprises and Small Business Sources. The Government will not reimburse responders for the cost of the submittals.

  • Original Set Aside:
  • Product Service Code: Y1NZ – CONSTRUCTION OF OTHER UTILITIES
  • NAICS Code: 238210 – Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance: Clinton , OK 73601 USA

Full details via beta.sam.gov