157: Using Ai tool ChatGPT for proposal writing

Today’s podcast was a Youtube live session that I recorded just a few weeks ago regarding the new open AI Platform, ChatGPT. In this Youtube Live, we go over some examples of how to use ChatGPT to help small businesses with proposal writing.

As we know, a lot of people have difficulties and challenges with putting their proposals together and so in this particular episode, we’re taking this new AI platform and using it to create proposal responses for new businesses.

Stay Tuned I hope you enjoy this episode, me interviewing and featuring guests of ours using ChatGPT.

Oshkosh Defense LLC awarded $141M contract for A2 Medium Tactical Trucks and Medium Tactical Trailers

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $141,018,624 firm-fixed-price contract for A2 Medium Tactical Trucks and Medium Tactical Trailers. 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 Nov. 30, 2024. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-23-F-0111).

OSHKOSH DEFENSE, LLC is an entity in Oshkosh, Wisconsin registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity was registered on July 18, 2014 with Unique Entity ID (UEI) #079476449, activated on December 19, 2018, expiring on December 19, 2019, and the business was started on January 1, 1917. The registered business location is at 425 N Washburn Ave, Oshkosh, WI 54904-7812. The current status is Expired. The entity structure is 2L – Corporate Entity (Not Tax Exempt). The business types are 2X – For Profit Organization, LJ – Limited Liability Company, MF – Manufacturer of Goods. The officers of the entity include Shawn Diamond, William Klietz.(www.opengovus.com

SOURCES SOUGHT: AFD- National Animal Care Services

BACKGROUND:

The Office of Justice Programs (OJP), in coordination with the USMS and the Environment and Natural Resources Division (ENRD) of the US Department of Justice (DOJ), is seeking contractors to provide seizure support, transportation, daily care, treatment, food, kennel boarding, behavioral assessments, disposal services and expert witness support for animals involved in illegal fighting operations. Contractors should be prepared to provide evidentiary support, such as documentation on the condition, care, and assessment of any seized animals and expert witness services regarding the seized animals as needed. The contractor would agree to provide such services upon request by USMS for any federal animal fighting seizure that arises in any judicial district during the term of the contract, including seizures that span multiple judicial districts.

REQUEST FOR INFORMATION:

The USMS is posting this announcement as an RFI only, for the upcoming solicitation that will be posted on the SAM.gov website at https://sam.gov. This RFI is issued for the purpose of identifying the availability of potential qualified sources that will be able to meet the requirement.  The solicitation will be for the seizure support, transportation, daily care, treatment, food, kennel boarding, behavioral assessments, disposal services and expert witness support for animals involved in illegal fighting operations. The animal contract will be for a base year and four (4) one-year options. In addition, FAR 52.217-8 “Option to Extend Services” will be included to the solicitation/contract.

The contractors shall provide coverage for all 94 USMS District Offices within the continental United States, Alaska, Hawaii, Puerto Rico, the US Virgin Islands, Guam, and the Northern Mariana Islands.

If you are interested in the upcoming solicitation, provide a capability statement addressing your company’s ability to provide the related services.  It is important that interested sources provide a capability statement to:  Ricardo Blanco, Contracting Officer, Ricardo.Blanco-Soto@usdoj.gov and Kimberly Hall, Contract Specialist, Kimberly.Hall2@usdoj.gov via email. In addition to a capability statement, all interested parties need to ensure they have completed the initial questions to be submitted via SurveyMonkey. The link will be provided and available via Amendment to the RFI notice by no later than January 18, 2023.

You are advised that providing your capability statement and responses to all questions that no entitlement to payment or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this RFI or the Government’s use of such information.  The Government reserves the right to reject, in whole or in part, any contractor’s input resulting from this RFI.   In addition, you are advised that providing responses to the questions will not automatically include you in the acquisition process for this solicitation. All responses are due by Monday, February 13, 2023 at 12:00 pm EDT.

NOTE: The solicitation will be posted at SAM.gov, https://sam.gov.

See attached following documents: 1) Statement of Work and 2) Pricing Scheduled.

  • Original Set Aside: 
  • Product Service Code: R416 – SUPPORT- PROFESSIONAL: VETERINARY/ANIMAL CARE
  • NAICS Code: 812910 – Pet Care (except Veterinary) Services
  • Place of Performance: USA

Full details via beta.sa.gov

SOURCES SOUGHT: Logistical Support Services – Basic Life Support

GENERAL INFORMATION:

Product Service Code (PSC): R706 – Support- Management: Logistics Support
North American Industry Classification System (NAICS) code: 561210 – Facilities Support Services

Places of Performance:
vicinity of Merced County Castle Airport
Atwater, California, 95301
MGRS 10SGG 16309 37949
And
Inyokern Airport
Inyoker, CA 93527
Contract Type: Single Award, Firm Fixed Price (FFP)

 

REQUEST FOR INFORMATION (RFI) (ONLY): The 905th Contracting Battalion issues this RFI for Logistical Support Services for information and planning purposes and does not constitute a Request for Quote (RFQ). A solicitation is currently not available. Request for a solicitation will not receive a response. This RFI does not constitute a commitment, by the United States (US) Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary. The US Government will not pay for information requested nor compensate any respondent for any cost incurred developing information provided to the US Government. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. Any solicitation will be synopsized on Sam.gov (www.sam.gov) if any is issued. Potential offers are responsible to monitor Sam.gov (www.sam.gov) for additionally information pertaining to this requirement.

The 905th Contracting Battalion is exploring options for Contractor performance for Logistics Support providing non-personal services for Base Life Support (BLS) in the vicinity of Merced County Castle Airport. The estimated period of performance if a solicitation is issued is 20 April -20 May 2023.

BLS consist of the following.

    • Tent Support
    • Portable Shower Trailers w/ sinks
    • Potable Water/Gray Water Support
    • Generator/ECUs
    • Power Distribution
    • Portable Toilets and Hand Washing Stations
    • Portable Light Sets
    • Dumpster, Trash Can, and Bulk Trash Removal
    • Tables/Chairs/Cots
    • Mobile Refrigeration Trailer
    • All associated supplies to ensure the above mentioned meets contracted requirements

Berry Amendment Compliance: The contractor shall provide certification of Berry Amendment Compliant items when the overall leased value of the items are $150,000.00 or greater. If the overall leased value is less than $150,000.00, the contractor shall provide the leased value of the items on company letterhead certifying the leased amount.

The results of this RFI will determine if an Official Solicitation will be issued within the coming days.

Offerors who have the potential capacity to perform and or all of these contract services, please provide the following information.

1. Offeror name, address, email address, telephone number, size and type of ownership of the offeror.

2. Capabilities statements addressing the particulars of this effort. Include all services mentioned above that are able to be performed.

3. Provide Unique Entity ID (UEID)

4. Type of Small Business if applicable

5. Is your company considered a small business under the NAICS code identified under this RFI? If not, is your company considered small under a related NAICS code?

 

SUBMISSION INSTRUCTIONS: Interested parties, who consider themselves qualified to perform the above listed services, are hereby invited to submit a response to this Sources Sought Notice no later than, Wednesday, 18 Jan 2023 at 10AM Eastern Standard Time. All responses under this Sources Sought Notice must be emailed to the following points of contact.

Points of Contract

jermaine.t.sharples.mil@socom.mil

daniel.b.pitts.mil@socom.mil

susana.martinez.mil@socom.mil

mary.e.matthews.mil@socom.mil

  • Original Set Aside: 
  • Product Service Code: R706 – SUPPORT- MANAGEMENT: LOGISTICS SUPPORT
  • NAICS Code: 561210 – Facilities Support Services
  • Place of Performance: Atwater , CA 95301 USA

 

Full details via beta.sa.gov

Clean Harbors Environmental Services Inc. awarded $25M contract for hazardous waste removal and disposal

Clean Harbors Environmental Services Inc., Norwell, Massachusetts, has been awarded a maximum $25,740,050 indefinite-delivery/indefinite-quantity contract for hazardous waste removal and disposal. This was a sole-source acquisition with two responses received. This is an 18-month base contract with one 18-month option period. Locations of performance are throughout the northeastern U.S., with a Jan. 16, 2026, performance completion date. Using customers are Defense Department, Coast Guard, Fleet Industrial Supply Center, Air National Guard and Army Transportation Center. Type of appropriation is fiscal 2023 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Disposition Services, Battle Creek, Michigan (SP4500-23-D-0008).

CLEAN HARBORS ENVIRONMENTAL SERVICES, INC. (Registry #25173899) is a Foreign Business Corporation in Norwell, Massachusetts registered with the Corporation Division of Oregon Secretary of State. The business was registered on November 12, 2004. The registered business location is at 42 Longwater Dr, Norwell, MA 02061. The officers registered with the business include C Michael Malm (Secretary) and Eric Gerstenberg (President). (www.opengovus.com

ACC Construction Co. Inc. awarded $99M contract to construct an Advanced Battle Management System

ACC Construction Co. Inc., Augusta, Georgia, was awarded a $99,612,848 firm-fixed-price contract to construct an Advanced Battle Management System family of systems hangar complex. Bids were solicited via the internet with three received. Work will be performed at Robins Air Force Base, Georgia, with an estimated completion date of Jan. 27, 2026. Fiscal 2023 other procurement, Air Force funds in the amount of $39,525,413 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-23-C-3002).

ACC CONSTRUCTION CO., INC. (doing business as ACC CONSTRUCTION COMPANY) is an entity in Augusta, Georgia registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity was registered on May 16, 2001 with Unique Entity ID (UEI) #QXNSEJFDC1K3, activated on May 27, 2022, expiring on May 25, 2023, and the business was started on January 5, 1987. The registered business location is at 635 Nw Frontage Rd Ste A, Augusta, GA 30907-3679. The current status is Active. The entity structure is 2L – Corporate Entity (Not Tax Exempt). The business types are 2X – For Profit Organization, XS – Subchapter S Corporation. The officers of the entity include Mason H Mcknight Iv (MR.), Marshall D Mcknight (MR.), Mason H Mcknightiii (MR.), Mason H. Mcknightiv (MR.) (www.opengovus.com

SOURCES SOUGHT: Request for Information for Help Desk Services

REQUEST FOR INFORMATION (RFI)

RFI no. FA8770-23-R-9999

Information Resource Support Systems (IRSS)

United States Air Force, Assistant Secretary of the Air Force (USAF SAF)

Financial Management & Comptroller, Financial Systems Operations (FMF AFFSO)

11 January 2023

THIS NOTICE IS A REQUEST FOR INFORMATION ONLY. This is not a request for proposals and unsolicited proposals will not be accepted in response to this request.

    1. This notice is for information and planning purposes only. In accordance with Part 10 of the Federal Acquisition Regulation, the Government is conducting market research to determine the availability and adequacy of potential business sources. This Request for Information (RFI) does not constitute a solicitation for bids or proposals, and it is not to be construed as a commitment by the Government. The information herein is subject to change, and in no way binds the Government to solicit for or award a competitive contract. Non-proprietary responses are preferred; however, responders submitting proprietary information should mark any controlled information in a conspicuous fashion. The Government is not obligated to, and will not, reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Submittals will not be returned to the sender. Please provide information at the unclassified level only. FAR 52.215-3, Request for information solicitation for planning purposes applies to this Request for Information.

 

  1. Description
    1. GBBH intends to solicit a Firm-Fixed-Price (FFP) contract for non-personal support services. The support includes providing Help Desk support for Information Resource Support System (IRSS) to include but not limited to on-site services (performed at the Pentagon) including AF/A5DR Coordination, Application Administration, and Help Desk Support, Tier 1&2. An example of Tier 1 support are those tasks that are simplistic in resolution, such as password reset, application account creation, and application permissions. An example of Tier 2 support are those tasks that are more complex, such as application navigation and connectivity and end user training. Additionally, this effort provides remote end-user support, information assurance (IA), software maintenance services, and Planned Program Releases (Sustainment) support. The contractor shall provide Level (Tier) 1 and 2 Help Desk support, and identification, elevation, and tracking for Level (Tier) 3 Help Desk and sustainment support as required. Help Desk Support personnel shall be required to request access and maintain accounts for the Defense Information Systems Agency (DISA) instantiation of Problem Tracking Tool Trouble Tickets.
  1. Notional Acquisition and Award Structure
    1.  The solicitation is expected to be posted during the first quarter of the 2023 calendar year.
    2. Award is anticipated by the end of the 2023 calendar year.
    3. A draft version of the Performance Work Statement (PWS) and Contract Data Requirements List (CDRLs) is included with this request.
    4. The contract length, inclusive of all options, is expected to have a duration of 5 years.
  2. Requested Information
    1. Vendors are requested to review the PWS and CDRLs, Attachments 1 and 2, and provide responses including the below information:
      1. POC information and location
      2. CAGE/System for Award Management Unique Entity ID (SAM UEI)
      3. Business size assertion under NAICS 541511 ($30M)
      4. Socioeconomic status (8a, HUBZone, WOSB, SDVOSB, etc.)
      5. Vendor’s Technical Capability
        1. Provide a statement of technical capability relevant to the PWS. Address briefly how your team will perform this work.
        2. Commercial opportunities offered to the general public by your company that the Government should take into consideration regarding the requested support services
      6. Vendor’s Experience
        1. Provide a summary of experience relevant to the PWS including contract number for any Government or Department of Defense (DoD) work
        2. Date range of project/work
      7. Estimated Overall Cost
    2. The Technical Capability and Experience sections when combined should not exceed 10 pages, 8×11 single-spaced.
    3. Please provide responses by 1600 EST, 11 February 2023. Please direct responses to Elyse Spraul, Contracting Specialist at elyse.spraul@us.af.mil.

Attachments:

  1.   IRSS PWS
  2.   DD Form 1423 – CDRLS for IRSS
  • Original Set Aside: 
  • Product Service Code:  DJ01 – IT AND TELECOM – SECURITY AND COMPLIANCE SUPPORT SERVICES (LABOR)
  • NAICS Code: 541511 – Custom Computer Programming Services
  • Place of Performance: USA

 

Full details via beta.sa.gov

SRC Inc. awarded $13M contract for the Sensor Beam Program

SRC Inc., North Syracuse, New York, was awarded a $13,853,099 modification (P00016) to previously awarded contract FA7037-17-D-0001 for the Sensor Beam Program. This contract provides for the contractor to research, analyze, technically document, and perform reviews on electromagnetic systems, events and signatures required by all services and other U.S. agencies. Work will be performed in San Antonio, Texas, and is expected to be completed by Jan. 31, 2024. No funds are being obligated at the time of award. The Acquisition Management and Integration Center, Detachment 2, Joint Base San Antonio-Lackland, Texas, is the contracting activity.

SRC INTERNATIONAL, INC. (DOS #4891869) is a Domestic Not-For-Profit Corporation in North Syracuse, New York registered with the New York State Department of State (NYSDOS). The business entity was initially filed on February 5, 2016. The registered business location is at 7502 Round Pond Road, North Syracuse, NY 13212. The DOS process location is Src International, Inc. (www.opengovus.com

SOURCES SOUGHT: ARMED FORCES RECRUITING OFFICE, MERIDIAN ID

The Government is seeking a fully-serviced lease up to five (5) years with termination rights for approximately 1,700 Gross Square Feet and a minimum of 1,000 Net Square Feet of space within the Delineated Area set forth below.

1. Minimum requirements include:

  1. 24-hour unrestricted access to Leased space;
  2. Availability of all communications infrastructure for to include DSL, T1 or a satellite dish;
  3. Direct access to secondary exterior exit door from Lease space; common area exterior exit door if shared with other military services; or exterior exit door can, and will be installed prior to occupying the facility; anD
  4. 24-hour lighted parking for three (3) Government vehicles and adequate parking for privately owned vehicles onsite or within a 4 block radius of the premises.

2.  Offeror must be willing to provide a fully serviced space to include real estate taxes, insurance, common area maintenance, snow removal, electrical, and approved trash collection. Note: The U.S. Government is self-insured, and a security deposit is not applicable.

Offered space must meet Government requirements per the terms of the Government Lease. Interested respondents may include building owners and representatives with the exclusive right to represent building owners. Representatives of building owners must include the exclusivity granting the exclusive right to represent the building owner with their response to this advertisement.3. Delineated Area: The Government requests Space in an area bounded as follows:

3.  Delineated area:

The Government requests Space in Meridian, ID in an area bounded as follows:

North: E Chiden Bldv

South: E Amity Rd

East:  N Cloverdale Rd

West: N Black Cat Rd

  • Original Set Aside: 
  • Product Service Code:  X1AA – LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code: 531120 – Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance: Meridian , ID 83642 USA

Full details via beta.sa.gov

156: 3x Inc Award Winner provides IT Staffing support to industry and government – Manish Gorawala

In today’s episode, we bring our guest Manish Gorawala, a serial entrepreneur, Technology Expert, and a Chief Visionary and CEO of Tri-Force Consulting Services, Inc., headquarter in Lansdale, Pennsylvania, USA.

Since 2000, under Manish’s leadership, Tri-Force has executed projects worldwide focusing on enterprise application development, business intelligence, process automation and mobile solutions for government and commercial clients.

Tri-Force has managed a number of private and US government IT projects over the last 15+ years. Manish’s rich experience in the industry has fueled the rapid development of Tri-Force Consulting Services, Inc., as a five-time winner among Philadelphia’s 100 fastest growing companies and winner among Inc. 5000 List of America’s Fastest Growing companies.

Manish’s deep personal and professional interest in technological trends and his excellent management skills have helped him bring quick success to the company.

Let’s welcome our next giant, Manish Gorawala.

Links from the episode:

Linkedin: https://www.linkedin.com/in/manish-gorawala-972693/ 

Website: https://triforce-inc.com/ 

Instagram: https://www.instagram.com/triforce_usa/ 

Corporate Linkedin: https://www.linkedin.com/company/tri-force-consulting-services-inc./ 

Youtube: https://www.youtube.com/user/mgorawala1 

Contact number: +1 215-362-2611

Think and Grow Rich by Napoleon Hill

Zero To One by Blake Masters and Peter Thiel

Rich Dad Poor Dad by Robert Kiyosaki and Sharon Lechter