142: Implementing synergy to businesses and government agencies to shape their future – Marvina Case

In this episode, we have Marvina Case, the SwētSPOT.ai CEO, a Philanthropist, and Author II Cherry on the Tech. After publishing her book, The Mean, MEAN, Mother, Marvina Case dedicated herself full time to bringing synergy to businesses and government agencies around the world.

Whether as a keynote speaker, workshop leader, or digital transformation expert she helps break through the boundaries with data that are limiting people and get them ready to shape the future. Her company, Swetspot, claims to put the cherry on top of tech.

I can tell you as a person who has a podcast, a youtube channel, manages multiple consulting clients, 1000’s of students and government contracts, I know exactly what she means by adding more and more layers of software on top of already existing solutions.

It does become confusing between different business segments and difficult to manage. I know after my initial sit down call with Marvina she immediately pointed out some areas that would help my team improve our internal processes so we can focus more on growing the business.  One of the things that we started doing internally is writing down all of our processes and procedures. This may seem like not such a big deal, but for an organization that does not have a blueprint to follow this is a challenge.

And after spending several days just binge watching Dan Kennedy and Micheal Gerber. Lead generation, lead conversion and client fulfillment is how you build a business. But to go from a job to a franchise everything must be completely documented and turnkey to teach it.

Micheal Gerber of the E-Myth says, If your business depends on you, you don’t own a business – you have a job. And it’s the worst job in the world because you’re working for a lunatic!”

Stay until the very end for a history lesson on AI. I hope you enjoy this episode with our next Giant, Marvina Case.

NSH USA Corp. awarded $8M contract for computer numerical control turning, boring and milling machines

NSH USA Corp., Albany, New York, was awarded an $8,786,580 firm-fixed-price contract for computer numerical control turning, boring and milling machines. Bids were solicited via the internet with three received. Work will be performed in Chemnitz, Germany, with an estimated completion date of Feb. 23, 2024. Fiscal 2021 other procurement, Army funds in the amount of $8,786,580 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W911PT-22-C-0004).

Nsh Usa Corporation is a business incorporated with Washington State Secretary of State. The Unified Business Identifier (UBI) is #604179107. The business address is 1700 Broadway, Menands, NY 12204-2701, USA. The business type is FOREIGN PROFIT CORPORATION.(www.opengovus.com

SOURCES SOUGHT: Buckley SFB Wood Floor Repair/refinish

The 460th Contracting Squadron is seeking sources that are: 8(a) certified businesses that specialize in refinishing and repairing wood floors that can provide the service in the Denver, Colorado area.

We are asking businesses that fit the description above to email both of the contacts listed below:

1. Capabilities statement of your business

2.  Past performance

Any clarifying or additional questions can be also directed to the contacts below, thank you!

Contacts:

TSgt Nathaniel Kibler – nathaniel.kibler@spaceforce.mil

Ms. Patty Evans – claudia.evans@spaceforce.mil

  • Original Set Aside: 8(a) Sole Source (FAR 19.8)
  • Product Service Code: Z2AA – REPAIR OR ALTERATION OF OFFICE BUILDINGS
  • NAICS Code: 238330 – Flooring Contractors
  • Place of Performance: Aurora , CO 80011 USA

Full details via beta.sam.gov

Camenzind Dutra JV LLC awarded $8M contract for maintenance dredging of Kaunakakai Harbor and Kahului Harbor

Camenzind Dutra JV LLC,* Palo Alto, California, was awarded an $8,155,369 contract for maintenance dredging of Kaunakakai Harbor and Kahului Harbor. Bids were solicited via the internet with three received. Work will be performed in Kaunakakai, Hawaii; and Kahului, Hawaii, with an estimated completion date of March 29, 2024. Fiscal 2019 and 2022 civil operation and maintenance funds in the amount of $8,155,369 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-22-C-0009).

Camenzind Dutra Jv LLC is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #UE4JAABWKM35. The business address is 792 Montrose Ave, Palo Alto, CA 94303-4720, USA. The point of contact name is Kurt Camenzind. (www.opengovus.com

SOURCES SOUGHT: 6515–Research Microscopes

THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).

DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.

SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112 (size standard 1,000). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement.

The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide Microscopes that meets the following salient characteristics and specifications for VA Phoenix Healthcare System. Salient Characteristics/Specification

1. MUST have Hardware/software allows for automated set up, scanning, and analysis with 3D simulated software. 3D software must include electronic optical sectioning projection element with digital pinhole control and digital 3D software integration with 3D object tracking, time tracking, and quantification methods.

2. MUST have Hardware is all-in-one inverted digital microscope system with motorized XY stage and focus Z control to 0.1um step size.

3. MUST have Hardware allows minimum of 3 slides at a time to be loaded for automated acquisition & stitching of bright field and/or fluorescence images with high intensity LED and transillumination lighting with DAPI, GFP, and TRITC filter mirror cube components.

4. MUST have Hardware/software accommodates a variety of sample formats including slides and standard tissue culture plates, dishes, and flasks.

5. MUST have Minimum of 23-inch display

6. MUST Contains a software platform that closely integrates and calibrates automated functioning of all objectives and filters for reproducibility of high resolution and density images and data products. Must have fully integrated intuitive user interface to facilitate repeatability and ease of use. Must include minimum of of 4x, 10x, 20x phase objective lenses, 40x planar apochromatic objective lens, and 60x oil planar apochromatic objective lens or more. Substitutions not allowed.

7. MUST have Equipment s analysis software combines image correction tools with powerful quantification functions, including the ability to instantly remove fluorescence blurring and enabling visualization of weak fluorescence. Also allows for high throughput high content screening and quantification of color brightfield and fluorescent images across many tissue and vessel types allowing for color extraction and advanced masking functions and automatic combining of data for large area stitched imaging.

The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below.

Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (7) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (8) Please provide general pricing of your products/solution for market research purposes. (9) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (10) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (11) Please provide your DUNS number. (12) Please provide a list of detail requirements and drawings.

*** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items” meet all required salient characteristics. Responses to this notice shall be submitted via email to Carlo.manuel@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday August 12, 2022 at 1:00 PM PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.

  • Original Set Aside: 
  • Product Service Code: 6515 – MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 339112 – Surgical and Medical Instrument Manufacturing
  • Place of Performance:Department of Veterans Affiars VA Phoenix Healthcare System Phoneix , AZ 85012

Full details via beta.sam.gov

BCI Construction USA Inc. awarded $9M contract for construction of 25 partially penetrating relief wells

BCI Construction USA Inc., Pace, Florida, was awarded a $9,404,435 firm-fixed-price contract for construction of 25 partially penetrating relief wells. Bids were solicited via the internet with three received. Work will be performed in Easton Alton, Illinois, with an estimated completion date of Aug. 7, 2023. Fiscal 2022 and 2023 civil construction funds in the amount of $9,404,435 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-22-C-0011).

Bci Construction Usa, Inc. is a business entity registered with the State of New York, Department of State (NYSDOS). The corporation number is #4699800. The business address is 4154 Luther Fowler Rd, Pace, Florida 32571. The corporation type is foreign business corporation. (www.opengovus.com

SOURCES SOUGHT: J045–RADIOACTIVE WASTE DISPOSAL

This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The Department of Veteran Affairs, Phoenix VA Health Care System located at 650 E. Indian School Rd. Phoenix, AZ 85012 is seeking a potential qualified contractor to provide radioactive waste packaging, shipping, transportation, treatment and disposal service for PVAHCS. All vendor transactions regarding radioactive waste shall be with the PVAHCS Radiation Safety Officer (RSO) or RSO designee. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 562211 ($41.5 Million Dollars). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail to felicia.simpson@va.gov All information submissions to be marked Attn: Felicia Simpson, Contract Specialist and should be received no later than 3:00 pm EST on August 15, 2022.

  • Original Set Aside: 
  • Product Service Code: J045 – MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT
  • NAICS Code: 562211 – Hazardous Waste Treatment and Disposal
  • Place of Performance: Phoenix VA Health Care System Carl T. Hayden Medical Canter Phoenix , AZ 85012

Full details via beta.sam.gov

Burlington Industries LLC awarded $10M contract for poly/wool tropical blue cloth

Burlington Industries LLC, Greensboro, North Carolina, has been awarded a maximum $10,183,500 firm-fixed-price, indefinite-delivery/indefinite-quantity letter contract for poly/wool tropical blue cloth. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a two-year contract with no option periods. Location of performance is Mexico, with an Aug. 4, 2024, ordering period end date. Using military service is Navy. Type of appropriation is fiscal 2022 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support Philadelphia, Pennsylvania (SPE1C1-22-D-1568).

Burlington Industries LLC is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #F918DN4LW5L5. The business address is 804 Green Valley Rd Ste 300, Greensboro, NC 27408-7039, USA. The point of contact name is Ashley Bullock. (www.opengovus.com

SOURCES SOUGHT: IT Acquisition Support Services

THIS IS A REQUEST FOR INFORMATION. THIS IS NOT A SOLICITATION ANNOUNCEMENT.

The Government does not intend to award a contract based on this notice or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation.

Although “proposal” and “offeror” are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.

This request for information issued only to conduct a market research study for an anticipated requirement expert IT-Acquisition support services. Participation in this request for information is voluntary.

1. PURPOSE

This is a Department of State (DOS) Sources Sought only.

Non-profit organizations are requested to read and respond to the below accordingly. The responses from this notice may be used as market research to determine an acquisition strategy for an anticipated competitive acquisition.

The Department is seeking information from all offerors that can provide the capabilities below in Section 2.

ALL RESPONSES SHOULD BE SUBMITTED IN WRITING VIA EMAIL TO dicksonms@state.gov with copy t ziembade@state.gov  AS DETAILED IN SECTION 4. UNDER NO CIRCUMSTANCES SHALL ANY RESPONDENT CONTACT ANY OTHER DEPARTMENT OF STATE PERSONNEL REGARDING THIS NOTICE.

THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS FOR INFORMATIONAL PURPOSE ONLY; NO QUESTIONS WILL BE ACCEPTED IN RESPONSE TO THIS RFI. NO AWARD WILL BE MADE ON THE BASIS OF RESPONSES RECEIVED TO THIS NOTICE.

2.  RESPONSE CONTENT

Overview

The Department of State (DOS) Bureau of Information Resource Management (IRM) Office of IT Acquisitions (ITA), and the BMP front office are actively engaged in obtaining support for the development of requirements documents and assist in source selection for the Evolve procurement.

Background

The Evolve contract effort for the Department seeks to overhaul the approach to how the Department contracts and administers IT specific services and functions.  To generate the required documentation aligning with the acquisition lifecycle processes and procedures for this effort, services are needed in developing the language and documentation required.  Within these specific IT requirements, there is a need to engage specific technical expertise to aid in the source selection process and the QA process for deliverables of a highly technical nature.

The Department requires expert IT-Acquisition support with the proposed areas as listed below:

Expertise in the areas of:

Engineering, Software Intensive System, Networks and Communication Engineering, Modern Systems Engineering tools and methodologies in the acquisition of new systems.

Development and review of technical performance indicators, measures, and metrics

Identification and development of technical standards, specifications, and outcomes

Development and review of best practices, procedures, guides, and handbooks for CORs related to highly technical subject matter

Development and review of system quality control and assurance, reliability, sustainment, and cybersecurity considerations

Identification of inherent technical risk and mitigation strategies of a highly technical nature.

Analysis and evaluation of systems and enterprise resource operating performance (not for organizational performance analysis)

IT- acquisition requirements development, alternative solutions, trade-off studies and other acquisition decision related documents (i.e., alternatives analysis, trade-off studies, market research, technology evaluations, mission needs statement, operational requirements document, etc.)

Complex IT-acquisition planning and strategy development assistance including development of formal acquisition documentation in support of an Acquisition Decision Event (ADE)/ Key Decision Point (KDP) or other milestone determination

Technical input and review of Request for Proposal (RFP); Request for Information (RFI); technical documentation (i.e., work statements, specifications, test, and evaluation plans, etc.)

Technical review of proposals, as well as technical recommendations in support of source selections

Independent testing or evaluation to ensure quality deliverables by programs as related to their stated goals and missions and contractual requirements.

Audits of contracts for adherence to established standards, processes, and procedures and validate conformance with generally accepted business practices.

Evaluating contractor cybersecurity standards, protocols, vulnerability and threat identification and mitigation.

Development of concepts, models, simulations, tools, and metrics to evaluate system tradeoffs and integration strategies and support critical decision making in writing IT-requirements.

Application of statistical analysis and evaluation techniques in relation to IT-requirements.

Development of prototypes and proof-of-concept demonstrations to determine the correct contract requirements.

Design, development and establishment of development environments.

Evaluation of current networking, telecommunications, and communications technology in relation to DOS technologies.

Review of integrating architectures and frameworks for existing and emerging systems and applications for requirements development.

Review of enterprise systems engineering principles to overall systems integration and aggregation considerations for requirements development.

Systems Engineering for acquisition of new systems: Concept Development, Requirements Engineering, System and Enterprise Architecture, System Design and Development, System Integration, Test and Evaluation, and Transition to Operations and Maintenance.

Design, development, and validation of integrating architectures, frameworks and technology roadmaps for existing and emerging systems and applications

Application of system of systems and systems engineering principles to portfolio management, integration and aggregation of mission related systems and technologies

3. OTHER INSTRUCTIONS

Interested firms must demonstrate in their qualifications statement that they are qualified to perform the work outlined in the chart as detailed in section 2.  This should be demonstrated by providing no less than 3 past performance examples of providing this expertise in the federal space.

Interested firms are advised that proposed contract services will include services and actions that are not considered to be inherently governmental functions but may approach being in that category because of the nature of the function, the manner in which the contractor performs the contract, or the manner in which the Government administers contractor performance.   The contract will be subject to the following regulatory requirements:

https://www.ecfr.gov/current/title-48/part-3/subpart-3.11

https://www.ecfr.gov/current/title-48/part-7/subpart-7.5

https://www.ecfr.gov/current/title-48/part-9/subpart-9.5

4. SUBMISSION DETAILS

Interested businesses shall submit electronic responses; responses must be received by dicksonms@state.gov with copy to ziembade@state.gov no later than 4:30 pm Eastern Daylight Time on August 15, 2022.

Please submit all responses electronically to dicksonms@state.gov with copy to ziembade@state.gov at Department of State Office of Acquisition Management prior to submittal date. No phone or email solicitation with regards to the status of the RFP will be accepted prior to its release.

Responses must be submitted electronically, formatted in Microsoft Word. Margins must be 1” on all sides, to print on 8 ½” x 11” paper. Typeface must be Times New Roman, 12-point font. The page limitation shall be four (4) pages total, with one cover page providing high level organization details, follow by three (3) pages/ one (1) page per example; but respondents are cautioned to keep marketing materials and non-specific information to a minimum. No responses shall be accepted via US Mail or Fax.

All responses shall include the company name, address and DUNS Number. The response shall also include the point-of-contract (POC) including name, phone number and e-mail address. Information and materials submitted in response to this request WILL NOT be returned.

  • Original Set Aside: 
  • Product Service Code: R707 – SUPPORT- MANAGEMENT: CONTRACT/PROCUREMENT/ACQUISITION SUPPORT
  • NAICS Code: 541519 – Other Computer Related Services
  • Place of Performance:Arlington , VA 22209 USA

Full details via beta.sam.gov

Ball Aerospace & Technologies Corp. awarded $33M contract for Airman readiness medical research

Ball Aerospace & Technologies Corp., Fairborn, Ohio, has been awarded a $33,770,042 cost-plus-fixed-fee contract, for Airman readiness medical research and research for enhancing Airman and cognitive health. This contract provides for research, development, and field-testing related to the optimization of the warfighter cognitive and physiologic performance. Work will be performed in Fairborn, Ohio, and is expected to be completed Aug. 4, 2025. This award is the result of a competitive white paper submitted under the Open-Open Broad Agency Announcement FA8650-20-S-6008. Fiscal 2021 research, development, test and evaluation (RDT&E) funds in the amount of $1,048,981; and fiscal 2022 RDT&E funds in the amount of $1,757,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-22-C-6441).

Ball Aerospace & Technologies Corp. is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #GM94J2EL8T19. The business address is 1600 Commerce St, Boulder, CO 80301-2734, USA. The point of contact name is Steve Sarris.(www.opengovus.com