Cianbro Corp. awarded $37M contract to repair portions of the seawall at Farragut Field and Santee Basin

Cianbro Corp., Pittsfield, Maine, is awarded a $37,528,700 firm-fixed-price construction contract to repair portions of the seawall at Farragut Field and Santee Basin at the U.S. Naval Academy (USNA), Maryland. The work to be performed provides for critical structural recapitalization of a segment of the USNA seawall/waterfront perimeter by repairing the sheet pile bulkheads along Farragut Field and the east side of Santee Basin. Work will be performed in Annapolis, Maryland, and is expected to be completed by December 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $37,528,700 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website and the Procurement Integrated Enterprise Environment website, with four proposals received. The Naval Facilities Engineering Systems Command, Washington, Washington, D.C., is the contracting activity (N40080-22-C-0011).

Cianbro Corporation is a contractor licensed by California Departement of Consumer Affairs, Contractor State License Board (CSLB). The license number is #997449. The license type is A : GENERAL ENGINEERING CONTRACTOR. The business address is P O Box 1000, Pittsfield, ME 04967. The license issue date is October 8, 2014. (www.opengovus.com

SOURCES SOUGHT: ZSU Nursing Services

This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, an obligation or commitment by the Albuquerque Area Indian Health Service. This notice is intended strictly for Market Research to determine if a 100% Set Aside for Small Business Indian Firms, 100% Indian Owned Economic Enterprises or 100% Set Aside for Small business concerns can fulfill the requirements set forth in this sources sought notice.

The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (Small Business Indian Firms, Indian Owned Economic Enterprise or Small Business). This is a request for information only. This is NOT a solicitation for proposals, proposal abstracts, or quotations.
The Albuquerque Area Indian Health Service is conducting a market survey to help determine the availability of the following item/service:

NAICS Code: 621399 – Offices of All Other Miscellaneous Health Practitioners

Description:  Registered Nurses from a Joint Commission Accredited Contracting Agency

If your business can offer this item/service or a brand name or equal to item, please provide a product brochure and or any other product information to eric.wright@ihs.gov.

Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website https://www.sam.gov at a later date, and all interested parties must respond to the solicitation announcement separately from the responses to this announcement in order to be considered.
Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is appropriate.
Please submit all information to Eric K. Wright via e-mail: eric.wright@ihs.gov by October 7, 2022 at 12:00 pm (Mountain Daylight Savings Time).

Interested parties are required to be registered and certified in the System for Award Management (SAM).  Registration may be accomplished at https://www.sam.gov.

Responses to this notice should include company name, address, point of contact, UEI, size of business pursuant to North American Industrial Classification System (NAICS) and must respond to the following questions:

  1. Is your business a Small business Indian Firm?  Is your business an Indian Owned Economic Enterprise?  Is your firm a Veteran Owned small business? Certified Service-Disabled Veteran Owned? Is your firm a woman-owned or operated business?  Is your business a small business?

Interested businesses are required to submit a Statement of Capabilities (SOC) demonstrating:

  1. Ability to manage the services, description of past performance on previous contracts, dollar value of each contract, number of employees for each, the types and range of skills of employees for each, and point of contact and telephone number of the contracting activity for each contract.
  2. A capability statement, including summary of relevant performance history (with points of contact and applicable telephone numbers, FAX numbers, addresses and email addresses, if available) within the past three years.
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: Q401 – MEDICAL- NURSING
  • NAICS Code: 621399 – Offices of All Other Miscellaneous Health Practitioners
  • Place of Performance: Zuni , NM 87327 USA

Full details via beta.sam.gov

Cape Environmental Management Inc. awarded $40M contract for removal and disposal of contaminated soils at several solid waste management units

Cape Environmental Management Inc.,* Norcross, Georgia, was awarded a $40,000,000 cost-plus-fixed-fee contract for removal and disposal of contaminated soils at several solid waste management units. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 14, 2027. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-22-D-3028).

Cape Environmental Management Inc is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #GG88Z283HTH3. The business address is 500 Pinnacle Ct, Ste 100, Norcross, GA 30071-3630, USA. The point of contact name is Monica Cooper. (www.opengovus.com

SOURCES SOUGHT: 4120–Humidifier Upgrade

THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources for: A complete humidifier equipment package for upgrading one humidifier: DriSteem Model VLC Humidifier with unit mirrored or approved equal. Startup and training services to be provided by the vendor, composed of a minimum of 8 hours on-site at the Walla Walla VA campus. Potential candidates having the capabilities necessary to provide the above stated equipment with installation are invited to respond to this Sources Sought Notice via e-mail to Darien Justice at darien.justice@va.gov no later than 21 September 2022, 9AM PDT. No telephone inquiries will be accepted.
RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: company name, address, and business size; point of contact name, phone number, and e-mail address; capability statement and if the services are available on a current GSA Federal Supply Schedule contract. NAICS Code 333415 is applicable to determine business size standard. Any questions or concerns may also be directed to Darien Justice via e-mail. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies.
Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.
  • Original Set Aside:
  • Product Service Code: 4120 – AIR CONDITIONING EQUIPMENT
  • NAICS Code: 333415 – Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
  • Place of Performance: Department of Veterans Affairs Walla Walla VA Walla Walla , WA 99362

Full details via beta.sam.gov

Kiewit Infrastructure West Co. awarded $27M contract to repair roads and erosion control at the Red Hill Bulk Fuel Storage Facility (RHBFSF), Hawaii

Kiewit Infrastructure West Co., Honolulu, Hawaii, is awarded a $27,465,700 firm-fixed-price task order (N6247822F4420) under a previously awarded contract (N62478-20-D-4004) to repair roads and erosion control at the Red Hill Bulk Fuel Storage Facility (RHBFSF), Hawaii.  The work to be performed provides for repairing roads along the north face of RHBFSF and installing an erosion control rock fall protection system near the entry control point along Lower Access Road. Work will be performed at Oahu, Hawaii, and is expected to be completed by June 2025. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $27,465,700 will be obligated at time of award, and will expire at the end of the current fiscal year. This contract was competitively procured via the Procurement Integrated Enterprise Environment website with six offers received. The Naval Facilities Engineering Systems Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Kiewit Infrastructure West Co. is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #HBV3K2PJ5NN9. The business address is 707 Richards St Ste 750, Honolulu, HI 96813-4686, USA. The point of contact name is Ryan Walsh. (www.opengovus.com

SOURCES SOUGHT: Architect/Engineering (A/E) Services for Clarksburg Courthouse Modernization Phases 2-5

Sources Sought Notice for Architect/Engineering (A/E) Services for the Clarksburg Federal Building and Courthouse Phases 2-5 in Clarksburg, WV 

This is a sources sought only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement.  This is not a request for proposals, quotations or bids.  In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a contract.  No reimbursement will be made for any costs associated with providing information in response to this announcement.  There is no solicitation at this time, nor is there any additional information available to support this announcement.  The ability to respond to any future solicitation is not dependent upon responding to this Sources Sought Notice.  The sole purpose of this notice is to determine whether there are adequate small business contractors for the following anticipated procurement.

Background

The General Services Administration (GSA) intends to modernize and renovate an existing U.S. Courthouse in Clarksburg, WV. The project site is located at 500 W. Pike St. in the downtown historic district of Clarksburg, WV and has some historic building sections. The project includes space for the U.S. Courts and the U.S. Marshals Service, including a courtroom and judge’s chambers and all associated court spaces. The project must meet all building standards and criteria detailed in the US Courts Design Guide, USMS Pub64 and GSA’s P100. The contractor will develop construction documents for Phases 2 through 5 of the Clarksburg Courthouse Modernization project as described in the 2019 Feasibility Study, which is not being provided as part of this sources sought.

The Clarksburg Courthouse is located at the western edge of Clarksburg’s commercial downtown district at the northwest corner of West Pike and North 6th Streets. The building was constructed in 1932 and replaced the functions of a smaller 1886 structure, demolished in recent years, which was located a few blocks to the east of the present courthouse. The building was built to house a post office and mail sorting facility on the first floor, and to serve as a district courthouse on the upper two floors. The first floor Annex addition was constructed in 1972 increasing the building to a total of 76,455 square feet. The building is located in the Clarksburg Historic District and is listed on the National Register of Historic Places. The National Historic Preservation Act (NHPA) mandates that modifications that impact the building architectural character are to comply with the NHPA’s provisions.

DESIGN SCOPE OF WORK

The scope of professional services includes, but is not limited to: professional architectural, engineering, and related consulting services for the design through the development of concept design documents, design development documents, construction documents, specifications, cost estimates, value engineering services, computer-aided design and building information modeling services, and construction phase services. Additional services include pre-design investigations/probes and construction phasing plan development. The professional services shall be performed in an integrated manner where designers collaborate throughout the project delivery to provide a complete design with the consideration of the above aspects for the project. The project must conform to the latest edition of the Facility Standards for the Public Buildings Service (PBS-P100).

Under this Sources Sought announcement, the Government is seeking information on A/E firms that are experienced in architectural design and interested in this project. This information is intended to assist the Government with market research and acquisition strategy planning.

The overall estimated construction project for this project is between $45,000,000 to $60,000,000.

Project Delivery Method

The construction project will be performed under “Construction Manager as constructor” (CMc) methodology. This project will be executed using a Construction Manager as Constructor (CMc) process with a General Contractor involved through completion of the contract documents. After the selection of a highly qualified A/E firm, the Government will select a CMc to serve as the General Contractor providing pre-construction and construction services. The CMc will be retained throughout the design phase providing design phase consultations, evaluating costs, schedule, alternative design implications, building systems and constructability reviews.

The North American Industry Classification System Code for this acquisition is 541310. The Small Business size standard is an average annual sales and receipts for the past three years that are equal to or less than $11,000,000.

Submission Instructions:

Small businesses with a NAICS code of 541310 are invited to respond to the following questions and directions by email to ching.hung@gsa.gov no later than September 21, 2022 by close of business.

If you are an interested A/E firm, you are invited to submit a written Letter of Interest to include a Capability Statement addressing the following questions (5-page limit). All information submitted is subject to verification. Additional information may be requested to substantiate responses. The Government will use this information to assess the likelihood of your firm’s capability to perform this project.

  1. Provide your firm’s name, address, DUNS #, email address, and phone number, and main point of contact’s name.
  2. Provide your status as a small business, 8(a), woman-owned small business, service-disabled veteran-owned small business, and HUBZone small business.
  3. Provide a capability statement.
  4. Provide a short description of three similar projects performed in the past 5 years. Similar features include similar size, similar work (especially elevator work, high-end millwork, and work of direct high interest to judges) performed in a similar economically isolated area without a robust market of subcontractors, and a similar or distance or greater from your firm’s headquarters.  Include a name, phone number, and email address for a reference for each project.
  5. Provide subcontractors, if any, you have worked with the in the past and may intend to use for this project to include their names and addresses. Have any of these subcontractors worked in the Clarksburg, WV area?
  6. Has your firm worked in the Clarksburg, WV area?
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C1AA – ARCHITECT AND ENGINEERING- CONSTRUCTION: OFFICE BUILDINGS
  • NAICS Code: 541310 – Architectural Services
  • Place of Performance: Clarksburg , WV USA

Full details via beta.sam.gov

PC Krause and Associates Inc. awarded $19M contract for research and development for the Aircraft Modeling, Simulation & Analysis and Digital Engineering program

PC Krause and Associates Inc., West Lafayette, Indiana, has been awarded a $19,952,469 cost-plus-fixed-fee contract for research and development for the Aircraft Modeling, Simulation & Analysis and Digital Engineering (AAMSADE) program. This will include integrated subsystem performance and the impact on the overall vehicle optimization and modeling performance improvements applied to power, thermal, actuation, propulsion and control/autonomy subsystems. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Dec. 14, 2027. This award is a Small Business Innovation Research (SBIR) III contract as a result of a continuing effort from a SBIR II and SBIR III. Fiscal 2021 research, development, technology and evaluation funds (RDT&E) in the amount of $56,523; and fiscal 2022 RDT&E funds in the amount of $630,000 will be obligated at the time of award. The Air Force Research Lab, Wright-Patterson AFB, Ohio, is the contracting activity (FA8650-22-C-260).

Pc Krause and Associates, Inc. is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #SJR4NTU7XBE4. The business address is 3000 Kent Ave Ste 1701, West Lafayette, IN 47906-1169, USA. The point of contact name is Eric Walters. (www.opengovus.com

SOURCES SOUGHT: Digital Radiologic System – ACL-IHS

STATEMENT OF WORK

BACKGROUND:

The Albuquerque Area Indian Health Service, Acoma-Canoncito-Laguna Indian Health Center provides imaging services for patients which requires the use of a Digital Radiology System and a Portable X-Ray System in the Imaging Department.  The equipment will provide an early detection for causes of clinical medical symptoms, patients may present to their medical providers in outpatient, urgent care/same day clinics.  Along with the purchase of this equipment requesting full prevent maintenance service for both.

PURPOSE:

Currently the Indian Health Service, Albuquerque Area does procure services and supplies from Small Business Indian Firms pursuant to the Buy Indian Act 50% of the time.

STATEMENT OF OBJECTIVES:     

  • Locate eligible and qualified Small Business Indian Firms to support IHS procurement needs under NAICS code: 339112 – Surgical and Medical Instrument Manufacturing / 66—Laboratory Equipment and Supplies.
  • Utilize the information received with future acquisition planning efforts and potential Buy Indian set aside.
  • Possibly create one (1) purchase order for the equipment and one (1) contract with a Base year with four (4) one-year option periods for a Full Preventative Maintenance on the equipment amongst eligible and qualified Small Business Indian Firms.

HOW TO RESPOND:

This is a sources sought notice under the authority of the Buy Indian Act. The Indian Health Service (IHS) is attempting to locate qualified and eligible Small Business Indian Firms, “Native American Indian Owned and Operated businesses,” that can provide services/supplies to the Indian Health Service.  This is a request for information only.  Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.  Any information submitted by respondents to this notice is strictly voluntary with no obligation or incurred cost by the government.

Provide with response –

  1. E-mail response.  Shall be in a printer friendly format, Word or PDF, 8×11 page size, 5-page limit.
  2. Certification as a Small Business Indian Firms. The government is ONLY interested in Small Business Indian Firms. (See attached Representative Form).
  3. The government requests that interested parties respond to this notice if applicable and identify your business status to the identified NAICS code.
  4. Pursuant to FAR 52.204-7, prospective vendors shall be properly registered in www.sam.gov; this includes proper registration as an Small Business Indian Firms and if eligible, registered as applicable small business certifications (e.g. Hubzone, 8(a), Service Disabled Veteran Owned, Veteran Owned, Women-Owned, Small Disadvantaged), in order for IHS to issue an award and claim procurement actions with eligible Small Business Indian Firms.
  5. Provide detailed capabilities statement, website, and e-catalog as it pertains to 339112 – Surgical and Medical Instrument Manufacturing / 66—Laboratory Equipment and Supplies.
  6. Provide Unique Entity Identifier (UEI) used to create www.sam.gov registration.
  7. Identify Business Size:  Small or Large
  8. GSA/FSS contract holders – provide GSA/FSS/VA or other GWAC contract number, only if applicable.
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 6640 – LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code: 339112 – Surgical and Medical Instrument Manufacturing
  • Place of Performance: Pueblo of Acoma , NM 87034 USA

Full details via beta.sam.gov

Grunley Construction Co. Inc. awarded $26M contract to repair, sustain and modernize a general administrative building

Grunley Construction Co. Inc., Rockville, Maryland, was awarded a $26,042,843 firm-fixed-price contract to repair, sustain and modernize a general administrative building. Bids were solicited via the internet with seven received. Work will be performed at Fort George G. Meade, Maryland, with an estimated completion date of Sept. 14, 2024. Fiscal 2022 operation and maintenance, defense-wide funds in the amount of $26,042,843 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-22-C-0038).

Grunley Construction Co., Inc. is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #R6CPWWDD4AM1. The business address is 15020 Shady Grove Rd Ste 500, Rockville, MD 20850-3390, USA. The point of contact name is Kenneth M. Grunley. (www.opengovus.com

SOURCES SOUGHT: Radio Engineer and Site Maintenance Services

The United States Secret Service (USSS) is issuing this Request for Information (RFI) Pursuant to Federal Acquisition Regulation (FAR) Part 15.201 for the purpose of determining the capability of sources in the marketplace for a contemplated effort for Radio Engineer and Site Maintenance Services. This RFI is for procurement planning purposes Only for eventual award and shall not be construed as a request for proposals/quotes, solicitation, or commitment on the part of the Government to issue any future solicitation or award. The Government will not reimburse any costs associated with the development and submission of materials in response to this request.

The contemplated effort would be firm fixed price with one (1) base period lasting twelve (12) months. The North American Industry Classification System (NAICS) code for this requirement is 811213

Responses must show demonstrated, recent, relevant experience in the areas of Radio Engineer and Site Maintenance Services as described within Attachment 1: Draft Statement of Work (Sow) – Radio Engineer Site Maintenance.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: DJ01 – IT AND TELECOM – SECURITY AND COMPLIANCE SUPPORT SERVICES (LABOR)
  • NAICS Code: 811213 – Communication Equipment Repair and Maintenance
  • Place of Performance: Washington , DC 20223 USA

Full details via beta.sam.gov