Frontier Technology Inc awarded $12M contract for wargaming and strategic planning support

Frontier Technology Inc., Beavercreek, Ohio, was awarded a $12,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for wargaming and strategic planning support. Work will be performed at WPAFB, Ohio, and is expected to be completed March 2028. This award is the result of a sole source acquisition. Fiscal 2022 research and development funds in the amount of $7,655,000 are being obligated on the first task order at time of award. Air Force Research Laboratory, WPAFB, Ohio, is the contracting activity (FA2396-22-D-0008).

Frontier Technology Inc. is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #P7SFAJZ6M9J6. The business address is 4141 Colonel Glenn Hwy Ste 140, Beavercreek, OH 45431-1662, USA. The point of contact name is Alan Estep. (www.opengovus.com

SOURCES SOUGHT: Building Rooftop Snow Removal

SOURCES SOUGHT

SNOW/ICE REMOVAL SERVICES

The U.S. Army Regional Contracting Office (RCO) in Fort Wainwright, Alaska is issuing this sources sought as a means of conducting market research to identify parties having an interest in and the resources necessary to support the requirement for Building Roof Snow Removal Services on Fort Wainwright Alaska. This is only for buildings with a flat rooftop. The intention is to procure these services on a competitive basis using a multiple award Blanket Purchase Award (BPA) contract. Each occurrence will be solicited between local contractors that can meet the performance needs. Each order will be Firm Fixed Price and determined based on cost.

The applicable NAICS code for this requirement is 562910, Remediation Services and

the size standard is $22 million. The NAICS Code was identified through a review of the U.S. Census Bureau’s website where Remediation and Cleanup of Contaminated Buildings, Mine Sites, Soil, or Ground Water was listed as a corresponding index category. The small business size standard is $22 million. The Product Service Code is F108 – Hazardous Substance Removal, Cleanup, and Disposal Services and Operational Support. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.

REQUIRED CAPABILITIES

Contractor to remove existing snow and ice on identified roofs to within 6-inches of roof membrane. Contractor to protect roof membrane from damage during snow removal operations. Snow and ice is to be disposed of at a location provided by the contractor.

The buildings included in the scope of this contract may be occupied. The contractor will schedule and perform work under this contract in such a manner as to allow the occupants of the building to continue their normal activities with the least amount of interference. Egress shall not be blocked by removed snow at any time.

All work performed by the Contractor shall be in compliance with all known and applicable Federal, State, and U.S Army regulations and laws, and standard industry practices for this work. In the event of conflict between regulatory guidance, Federal law(s) shall govern.

Safety: Contractor shall use all appropriate safety equipment and apply sound safety practices. Contractor shall fully comply with most current version of OHSA.

If your organization has the potential capacity to perform these contract services, please provide the following information:

  1. Organization name, address, email address, web site address, telephone number, CAGE code, DUNS Number, and size and type of ownership for the organization.
  2. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
  3. A positive statement of interest to submit a proposal.

The Government will evaluate market information to ascertain potential market capacity to:

  1. Provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated;
  2. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements;
  3. Implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and
  4. Provide services under a performance based service acquisition contract.

ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)

Interested parties are requested to submit a capabilities statement of no more than twenty (20) pages in length in Arial font of not less than twelve (12) font. The deadline for response to this request is no later than 4:00 pm (EST) on 7 October 2022. All responses under this Sources Sought Notice must be e-mailed to Cory Cornell (Contract Specialist) at cory.l.cornell.civ@mail.mil and Jeffrey Morgan (Contracting Officer) at jeffrey.a.morgan69.civ@army.mil in either Microsoft Word or Portable Document Format (PDF).

THIS IS NOT A SOLICITATION ANNOUNCEMENT OR REQUEST FOR PROPOSAL THIS IS A SOURCES SOUGHT.

It does not constitute any commitment by the Government. No award will result from this notice. The purpose is to conduct market research to gain knowledge of potential qualified sources. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. Respondents will not be notified of the results of this notice.

  • Original Set Aside: 
  • Product Service Code: F108 – ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL SYSTEMS PROTECTION
  • NAICS Code: 562910 – Remediation Services
  • Place of Performance: Fort Wainwright , AK 99703 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Floor Cleaning

THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This is NOT a solicitation, but market research to determine potential sources to support this requirement for Floor Cleaning services in accordance with Attachment 1 – PWS and Attachment 2 – Floor Plan.

This notice does not constitute a promise to issue a solicitation in the future. Further, we are not at this time seeking proposals; therefore, DO NOT request a copy of a solicitation or submit a proposal as a result of this notice. Responders are advised the Government will not pay for any information or administrative costs incurred in response to this sources sought and that all submissions become Government property and will not be returned. All costs associated with responding to this sources sought will be solely at the responding party’s expense. Not responding to this sources sought does not preclude participation in any future solicitation, should one be issued. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. No basis for claim against the Government shall arise from a response to the notice. It is the responsibility of the interested parties to monitor the SAM.gov website for additional information pertaining to this sources sought.

RESPONSE INFORMATION:

Responses to this Sources Sought Notice must be received no later than 9:00 AM CST, on 3 October 2022.

Responses should be emailed to: edward.lerma@us.af.mil. It is the responsibility of the respondent to ensure their email has been received by contacting Edward Lerma via email PRIOR to the deadline. Responses and/or inquiries WILL NOT be accepted past the deadline.

Interested parties are requested to complete and submit the RFI document prior to the deadline.

  • Original Set Aside:Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S201 – HOUSEKEEPING- CUSTODIAL JANITORIAL
  • NAICS Code: 561720 – Janitorial Services
  • Place of Performance: JBSA Lackland , TX 78236 USA

Full details via beta.sam.gov

Atlantic Diving Supply Inc. awarded $40M contract for fire and emergency services and personal protective equipment

Atlantic Diving Supply Inc., Virginia Beach, Virginia, has been awarded a $40,751,037 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for fire and emergency services and personal protective equipment. This contract provides structural coats, pants and suspenders for firefighters. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by Sept. 30, 2027. This award is the result of a competitive acquisition and two offers were received. The 772nd Enterprise Sourcing Squadron, Tyndall Air Force Base, Florida, is the contracting activity (FA8051-22-D-0003).

Atlantic Diving Supply, Inc. is a business registered with Virginia State Corporation Commission (SCC), Clerk’s Information System (CIS). The customer account number is #04908570. The business address is 621 Lynnhaven Pkwy Ste 160, Virginia Beach, Virginia 23452-7383. The business industry is 0 – General. (www.opengovus.com

Coho Construction Management LLC, awarded $23M contract for upgrades and replacements for outdated proprietary digital phone sets

Coho Construction Management LLC, Anchorage, Alaska, was awarded a $23,498,670 firm-fixed-price contract for upgrades and replacements for outdated proprietary digital phone sets and old circuit-switched technology. Bids were solicited via the internet with one received. Work will be performed in Oceanside, California, with an estimated completion date of Sept. 29, 2025. Fiscal 2022 procurement, defense-wide funds in the amount of $23,498,699 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-22-C-0027).

Coho Construction Management, LLC is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #FZ69K4JMMWA3. The business address is 1577 C St Ste 300f, Anchorage, AK 99501-5133, USA. The point of contact name is Jeffrey Babos. (www.opengovus.com

SOURCES SOUGHT: COOLING TOWER WATER TREATMENT SYSTEM AT CUB – FERMILAB

CONSTRUCTION OF A COOLING TOWER WATER TREATMENT SYSTEM AT CUB LOCATED AT THE FERMILAB NATIONAL ACCELERATOR LABORATORY IN BATAVIA, IL.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1NZ – CONSTRUCTION OF OTHER UTILITIES
  • NAICS Code: 238220 – Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance: Batavia , IL 60510 USA

Full details via beta.sam.gov

147: How to Get Ahead of the Competition on Legal Matters “Government Contracting” – Eric Crusius

Today we have a sit down with Mr. Eric Crusius, a Partner at Holland & Knight. In this episode, Eric and I discuss the regulation changes between the current administration and the previous two administrations as it applies to certain topics related to government contracts, how he gets ahead of the competition on new and upcoming regulations, and cybersecurity.

Eric is a Partner at Holland & Knight specializing in government contracts, internet and technology and representing businesses of all shapes and sizes. He was named Super Lawyer’s Rising Star, only given to the top 2.5% of attorneys who meet certain criteria.

He has also appeared as a guest on Fox News, Government Matters, MPR, Federal News Radio and has been quoted in numerous publications including Newsweek, Washington Lawyer and The Washington Business Journal.

In addition to this, Eric has successfully represented contractors before the government accountability office, GAO, United States Court of Federal Claims, Department of Labor and various governmental boards. Eric has also braved and argued appeals in the state and federal court.

Stay tuned for this invigorating episode with Mr. Eric Crusius.

Science Applications International Corp. awarded $757M contract to support a software platform and management system requirements

Science Applications International Corp., Reston, Virginia, was awarded a $757,406,851 firm-fixed-price contract to support a software platform and management system requirements. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 25, 2032. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-22-D-0040).

Saic Major Program Company is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #W86MRS1GLQW5. The business address is 12010 Sunset Hills Rd, Reston, VA 20190-5856, USA. The point of contact name is Joshua Slusser. (www.opengovus.com

SOURCES SOUGHT: S201– Janitorial and Laundry Cleaning Service for Fisher House (VA-23-00004998)

Fisher House Janitorial and Laundry Service
  • Original Set Aside: 
  • Product Service Code: S201 – HOUSEKEEPING- CUSTODIAL JANITORIAL
  • NAICS Code: 561720 – Janitorial Services
  • Place of Performance: Fisher House Historic Franklin R. Sousley Campus Lexington , KY 40511
    USA

Full details via beta.sam.gov

AMTEC Corp. awarded a $69M contract to production of 40mm systems family of ammunition configurations

AMTEC Corp.,* Janesville, Wisconsin, was awarded a $69,800,420 firm-fixed-price contract to production of 40mm systems family of ammunition configurations. Bids were solicited via the internet with one received. Work will be performed in Janesville, Wisconsin, with an estimated completion date of Sept. 30, 2026. Fiscal 2020, 2021 and 2022 procurement of ammunition, Army funds in the amount of $69,800,420 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-22-C-0049).

Amtec Corporation is licensed by Bureau of Alcohol, Tobacco, Firearms, and Explosives (BATFE), Department of Justice. The Federal Firearms License (FFL) number is #3-39-105-10-3D-03431. The business address is 4230 Capital Cir, Janesville, WI 53546. (www.opengovus.com