Manson Construction Co. awarded $15M contract for maintenance dredging

Manson Construction Co., Seattle, Washington, was awarded a $15,125,000 modification (P00012) to contract W912PL-18-C-0042 for maintenance dredging at Channel Islands and Port Hueneme Harbors, Ventura County, California. Work will be performed in Ventura, California, with an estimated completion date of Jan. 23, 2023. Fiscal 2022 civil construction funds in the amount of $15,125,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity.

Manson Construction Co. is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #UJGKNVYG6UZ3. The business address is 5209 E Marginal Way S, Seattle, WA 98134-2409, USA. The point of contact name is Jeffrey Arviso. (www.opengovus.com

SOURCES SOUGHT: Dental Services for LBJ Job Corps Center

This is a SOURCES SOUGHT SYNOPSIS announcement to be used for preliminary market research purposes only. No proposals are being requested or accepted with this synopsis. This is not a Solicitation and no contract shall be awarded from this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.

The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of Small Business, 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB) to compete and perform service under a contract for the attached Performance Work Statement. A Request for Quote (RFQ) solicitation and firm fixed priced contract is contemplated depending upon the responses to this synopsis.

This synopsis summarizes the requirements for the contractor to provide basic dental services at LBJ Job Corp Center (JCC) 3170 Wayah Rd, Franklin, NC  28734.

The contractor shall perform basic dental services at the LBJ JCC in accordance with the attached DRAFT Performance Work Statement.

It is estimated that if a solicitation is issued it will be for 300 hours of Dentist services, 300 hours of Dental Hygienist services and 400 hours of Dental Assistant services PER YEAR.  It is anticipated that there will be a base year and four option years with an estimated start date of February 1, 2023.

All responses shall be submitted electronically to the Contracting Officer, Donald Watson at Donald.watson@usda.gov At a minimum responses should include a capabilities statement, and a UEI SAM code.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Q503 – MEDICAL- DENTISTRY
  • NAICS Code: 621210 – Offices of Dentists
  • Place of Performance: Franklin , NC 28734 USA

Full details via beta.sam.gov

Highbury Defense Group Inc. awarded $17M contract for analysis and test engineering services

Highbury Defense Group Inc., San Diego, California, is awarded a $17,188,575 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award modification to previously awarded contract N66001-18-D-0390 for analysis and test engineering services. These services will provide research, development, test and evaluation services for command, control, communications, computers, cyber and intelligence, surveillance and reconnaissance systems and combat direction systems. Work will be performed in San Diego, California (100%), and is expected to be complete by September 2023. All awardees will have the opportunity to compete for task orders during the ordering period. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital (Navy) funds. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

Highbury Defense Group is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #KQ7NL4AZD7E7. The business address is 2725 Congress St, Ste 1m, San Diego, CA 92110-2766, USA. The point of contact name is Nic Merrin. (www.opengovus.com

SOURCES SOUGHT: Audio and Visual Equipment for Conference Rooms at USFFC

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items, prepared in accordance with the information in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation of Commercial Items and FAR Part 13, Simplified Acquisition Procedures as supplemented with the additional information included in this notice.  This announcement constitutes the only solicitation; a written solicitation will not be issued.  PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on SAM.gov.

The RFQ number is N0018922Q0480.  This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-06/ 05-26-2022 (effective 26 MAR 2022) and DFARS Publication Notice 20220623 (effective 23 JUN 2022).  It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.  The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/.

The NAICS code is 334310 and the Small Business Standard is 750 employees.  The proposed contract action is for supplies for which the Government intends to solicit and award a Firm, Fixed Price contract for the brand name only items. Interested persons may identify their interest and capability to respond to the requirement and submit proposals. A determination by the Government to solicit these items as brand name is based on current infrastructure in place and mission readiness. The proposed contract based upon responses to this notice is solely within the discretion of the Government. The Small Business Office concurs with this determination.

The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk requests responses from qualified sources capable of providing required subscription renewals.

Please Review the following applicable attachments:

Attachment I – Combined Synopsis

Attachment II – Brand Name Justification Redacted

Attachment III – Pricing Spreadsheet

This announcement will close at 05:00 PM EST on Tuesday September 06, 2022.  All responsible sources may submit a quote to Nadia Misa, who can be reached via nadia.misa@navy.mil, or 757-443-1445, NO LATER THAN 05:00 PM EST on Tuesday September 06, 2022.  Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7E20 – IT AND TELECOM Ð END USER: HELP DESK;TIER 1-2, WORKSPACE, PRINT, PRODUCTIVITY TOOL (HW/PERPETUAL SW)
  • NAICS Code: 334310 – Audio and Video Equipment Manufacturing
  • Place of Performance:Norfolk , VA 23551 USA

Full details via beta.sam.gov

145: Contracting Process for Acquisitions – Eric Coffie

In today’s podcast, a replay from a recent Youtube live where I pulled up on the screen a DAU slide deck, which was labeled “Contracting Process for Acquisitions”. What we discussed over the next 60 minutes with a live audience is the contracting process for acquisitions which includes pre-solicitation, solicitation award, and post award.

And so you’ll hear me discussing that with a live audience and in between I also took questions from the audience and so I hope that you enjoy this particular episode.

General Rule: The contracting process for acquisitions diagram is generalized for teaching purposes in the small business courses and not specific to governing policies and regulatory requirements for any specific type of acquisition (DoDI 5000.2 (ACATs); DoDI 5000.74 (Services) and others). SBPs must understand the type of acquisition applicable to any new and/or recurring requirements and follow those governing policies and regulations accordingly.

This Process Flow is generalized for teaching purposes in the small business courses and is not specific to governing policies and regulatory requirements for any specific type of acquisition.

Wolf creek Federal Service Inc. awarded $46M contract for installation support services

Wolf creek Federal Service Inc., Anchorage, Alaska, was awarded a $46,068,826 hybrid (cost-plus-fixed-fee, firm-fixed-price) contract for installation support services at U.S. Army Garrison-Redstone. 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 Aug. 31, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9124P-22-C-P027).

Wolf Creek Federal Services, Inc. is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #GX34R4Y3RZ58. The business address is 3800 Centerpoint Dr Ste 1200, Anchorage, AK 99503-, USA. The point of contact name is Douglas Taylor. (www.opengovus.com

SOURCES SOUGHT: 6515–Steris (or equal) Surgical Table

Subject: Sources Sought, Surgical Table and Accessories at the VA San Francisco Health Care System, 4150 Clement St., San Francisco, CA 94121. The purpose of this sources sought is to conduct market research to support the procurement of Surgical Table and Accessories at the VA San Francisco Health Care System. This notice serves to survey the market in an attempt to ascertain whether or not sources are capable of providing the requested supplies/services. This notice allows potential contractors/vendors to submit a non-binding statement of interest and documentation demonstrating their capability. The sources sought effort is intended to assess industry capabilities and develop/support the intended direction of acquisition planning.

The Network Contracting Office (NCO 21) is requesting responses from qualified business concerns; the qualifying NAICS code for this effort is 339113 Surgical Appliance and Supplies Manufacturing. This sources sought is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, or large business) relative to NAICS 339113. Responses to this notice, will be used by the Government to make appropriate acquisition decisions. After review of the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses to any corresponding solicitation announcement.

All interested offerors will have to respond to the solicitation announcement in addition to responding to this notice. Background: The Department of Veterans Affairs (VA), Veterans Integrated Service Network (VISN) 21, Network Contracting Office (NCO) 21 has a requirement to establish a firm-fixed price purchase order for Steris (or equal) Surgical Table and accessories. Below is the proposed requirement: Item # Description/Part Number* OR EQUAL Qty ST015221022 STERIS 5095 Surgical Table, 120V, Stainless Steel Base, Featherweight 1  OR EQUAL Leg, Mushroom Top, 2″ PRS Pads         BF101 X-Ray Tops Comp Set Snap-in-Style (Cmax, 4085, 5085, 5085 SRT) 1  OR EQUAL     BF413 Standard Accessory Package with 3″ Anesthesia Armboard Pad with 1 OR EQUAL  Standard Length Restraint Strap         BF803 Anesthesia Armboard With 2″ Pad 2  OR EQUAL     BF173 EYE-ENT-NEURO HEADREST ADAPTOR (4085,5085) 1  OR EQUAL     SE1102500072 Uncrate, Inspect & Start-Up 5095 Table 1

INSTRUCTIONS: Submit a brief description, two-three (2-3) pages (including cover letter) that demonstrates how your company can provide the requested supplies that are required. Include past experience in providing this system to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability and your address. PLEASE INDICATE WHETHER YOU HOLD A GSA FEDERAL-SUPPLY SCHEDULE CONTRACT THAT COVERS THESE SERVICES AND, IF SO, THE CONTRACT NUMBER. Provide BUSINESS SIZE AND SOCIO-ECONOMIC STATUS; (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantages business (c) If disadvantages, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at http://www.sam.gov and/or the VetBiz Registry at http://vip.vetbiz.gov. If not, please NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry (i) provide current commercial pricing and any applicable discounts. (j) link to the respondent s General Services Administration (GSA) schedule, or attached file of same, if applicable (k) citation of any current or past customers (i.e., within the past two (2) years) to include contract number, point of contact telephone number or e-mail address; and (l) other material relevant to establishing core competencies of the firm.

Response is due by 12:00 PM PDT, Tuesday, September 6, 2022. Please submit e-mail responses to Ms. Amanda Hildreth, Contract Specialist, at email address: amanda.hildreth@va.gov. Your response should include a STATEMENT OF CAPABLILITY, GSA SCHEDULE INFORMATION, DUNS#, BUSINESS SIZE, AND SOCIO-ECONOMIC STATUS information as explained above. Please place Attention: Surgical Table San Francisco in the subject line of your email. This notice is to assist the VA in determining sources only.

NOTES: Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exists at this time; however, in the event the acquisition strategy demonstrates that GSA is a viable option for procuring a solution, the RFQ shall be posted to GSA eBuy where only those firms who currently hold a GSA Schedule with the applicable SIN will be able to respond. The Department of Veterans Affairs is neither seeking quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information the vendor considers proprietary should be clearly marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this sources sought notice.

  • Original Set Aside: 
  • Product Service Code: 6515 – MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 339113 – Surgical Appliance and Supplies Manufacturing
  • Place of Performance: VA San Francisco Health Care 4150 Clement St San Francisco , CA 94121

Full details via beta.sam.gov