SOURCES SOUGHT: Construction Management Support Services

This is a non-personal services single award task order contract to provide construction management and quality assurance services. Work to be performed does not fall under the Brooks Act. Services shall not be provided which are considered closely related to inherently governmental functions. The government shall not supervise, direct, or have any direct control over the Contractors personnel. The Contractor shall furnish general construction management and quality assurance services which shall include assessment and monitoring of compliance with plans, specifications, schedules, and ancillary documents; quality assurance review of submittals, reports, plans, studies, technical documents and any other Construction Contractor document to assure compliance with plans, specifications, and ancillary documents; reporting of findings to the Field COR; file and data management; and other similar non-design tasks, as necessary. The location of projects under this Performance Works Statement (PWS) includes all of Alaska. Locations supporting all of Alaska includes remote sites, installations, bases, etc. location will be provided for each specific Task Order. Sources Sought Notice was initially published under W911KB22R0031.

Revised 5 January 2023 to attache Amendment 1 on PIEE.

NOTE: Visit ‘https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=W911KB23R0014’ to obtain more details.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: H356 – INSPECTION- CONSTRUCTION AND BUILDING MATERIALS
  • NAICS Code: 541330 – Engineering Services
  • Place of Performance: AK, USA

Full details via beta.sa.gov

The Boeing Co. awarded $38M contract for B-1 and B-52 bomber engineering services

The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $38,716,952 modification (P00023) to contract FA8107-19-D-0001 for B-1 and B-52 bomber engineering services. This modification is for recurring and non-recurring engineering services to B-1 and B-52 aircraft. Work will be performed at Tinker Air Force Base, Oklahoma; Edwards AFB, California; Barksdale AFB, Louisiana; and Oklahoma City, Oklahoma, and is expected to be completed Dec. 31, 2023. This modification provides for the exercise of an option for an additional year of performance. The total cumulative value of the contract is $1,200,000,000. Fiscal 2023 operations and maintenance funds in the amount of $30,096,886 are being obligated at the time of award. Air Force Life Cycle Management, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8107-19-D-0001).

THE BOEING COMPANY is an entity operating in Oklahoma City, Oklahoma registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity was registered on January 24, 2002 with Unique Entity ID (UEI) #WE38N9QJWHZ5, activated on October 24, 2022, expiring on October 19, 2023, and the business was started on January 1, 1916. The registered business location is at 6001 S Air Depot Blvd, Oklahoma City, OK 73135-5922. The current status is Active. The entity structure is 2L – Corporate Entity (Not Tax Exempt). The business types are 2X – For Profit Organization, MF – Manufacturer of Goods. The officers of the entity include Karen Desalvo, Eric Wendle, Vincent Wallace. (www.opengovus.com

SOURCES SOUGHT: Construction Management Support Services

This is a non-personal services single award task order contract to provide construction management and quality assurance services. Work to be performed does not fall under the Brooks Act. Services shall not be provided which are considered closely related to inherently governmental functions. The government shall not supervise, direct, or have any direct control over the Contractors personnel. The Contractor shall furnish general construction management and quality assurance services which shall include assessment and monitoring of compliance with plans, specifications, schedules, and ancillary documents; quality assurance review of submittals, reports, plans, studies, technical documents and any other Construction Contractor document to assure compliance with plans, specifications, and ancillary documents; reporting of findings to the Field COR; file and data management; and other similar non-design tasks, as necessary. The location of projects under this Performance Works Statement (PWS) includes all of Alaska. Locations supporting all of Alaska includes remote sites, installations, bases, etc. location will be provided for each specific Task Order. Sources Sought Notice was initially published under W911KB22R0031.

NOTE: Visit ‘https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=W911KB23R0014’ to obtain more details.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: H356 – INSPECTION- CONSTRUCTION AND BUILDING MATERIALS
  • NAICS Code: 541330 – Engineering Services
  • Place of Performance: AK, USA

Full details via beta.sam.gov

SOURCES SOUGHT: Construction Management, Inspection, Surveying, and Testing (CMIST-2)

NASA Glenn Research Center (GRC) is hereby soliciting information from potential sources for Construction Management, Facility Management, Surveying, and Life Safety Code Compliance. See attached DRAFT Statement of Work (SOW).

The National Aeronautics and Space Administration (NASA) (GRC) is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), and members of the underserved communities as defined by Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Construction Management, Inspection, Surveying & Testing (CMIST -2) procurement.   The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service-Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received.

This requirement is a follow-on to the previous COMETS contract 80GRC018C0022, excluding the environmental portion which will not be included in the CMIST-2 re-compete.  The types of services include but aren’t limited to construction management, facility management, surveying, and life safety code compliance.

The North American Industry Classification System (NAICS) code for this procurement is 541330 – $16.5M to $22.5M size standard.

No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov.  Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis.

Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than 10 pages indicating the ability to perform all aspects of the effort.

These pages shall consist of the following:

 

1.   GENERAL INFORMATION:  Briefly describe your company and the types of services performed. Please also include: the names, e-mail addresses, and phone numbers for any points of contacts (POCs), the company’s address, CAGE Code/DUNS number, and the type of business demographic that applies (i.e., small business, large business, women- owned).

 

2.   PAST PERFORMANCE:  The Offeror shall also provide contract information on similar contracts over the past three (3) years.  This information shall include:  the name of customer/agency, types of services provided, type of contract, total contract value, and whether the contractor was a prime or subcontract. If subcontract, please provide details regarding prime contract and your company’s role in supporting the prime contractor. In addition, please provide any examples about your company’s capabilities to quickly and efficiently staff to rapidly changing requirements.

 

3.   CAPABILITIES:   Information   describing   your   company’s   capabilities   to   meet   the requirements contained in this Sources Sought Notice.

 

4.   COMMENTS and RECOMMENDATIONS for the most effective incentive/performance criteria (if different from the current approach).  Further, describe both risks and mitigations the Government should consider.

 

6.   DESCRIPTION of the type of information needed about the existing requirements that would be helpful for submitting a credible proposal.

 

Additionally, in support of the Executive Order (EO) 13985, Advancing Racial Equity and Support for Underserved Communities Through the Federal Government, NASA is seeking to advance equity or remove barriers for members of underserved communities related to this requirement. As defined in the EO, Underserved Communities refers to populations sharing a particular characteristic, as well as geographic communities, that have been systematically denied a full opportunity to participate in aspects of economic, social, and civic life, as exemplified by the list in the preceding definition of “equity.” Equity means the consistent and systematic fair, just, and impartial treatment of all individuals, including individuals who belong to underserved communities that have been denied such treatment, such as Black, Latino, and Indigenous and Native American persons, Asian Americans and Pacific Islanders and other persons of color; members of religious minorities; lesbian, gay, bisexual, transgender, and queer (LGBTQ+) persons; persons with disabilities; persons who live in rural areas; and persons otherwise adversely affected by persistent poverty or inequality.

NASA seeks input in the following areas:

1. To support the requirements identified in this request for information (RFI)/sources sought notification, what barriers or opportunities exist to engage subject matter experts from industry and academia and how can those barriers be overcome? How can underserved communities be leveraged?

2. To support the requirements identified in this RFI, what barriers or opportunities exist to partner with subcontractors that employ members of underserved communities, as defined above?

3. What other recommendations would you make to enhance diversity and inclusion?

4. What should be considered to encourage full participation and contribution of organizations and individuals (e.g., outreach efforts and innovative partnerships) in performance of this requirement?

ll responses shall be submitted electronically via email to sarah.a.deroche@nasa.gov no later than October 21, 2022, at 12:00pm EST. Please reference 80GRC023CA001 in any response.

This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited.  Respondents will not be notified of the results of the evaluation.

  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: R408 – SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT
  • NAICS Code: 541330 – Engineering Services
  • Place of Performance: Cleveland , OH 44135 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Hydrology, Hydraulics, and Hydrologic Engineering Services

1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2.

USACE is seeking additional resources.  If a firm responded to the February 2022 Sources Sought and does not have additional information, beyond what was submitted earlier this year, that they would like USACE to consider as part of its research, no additional response is required

2. Contract Information: The U.S. Army Corps of Engineers, Northwestern Division, Portland District (CENWP) has been tasked to identify interest in a Hydrology, Hydraulics, and Hydrologic Engineering Services, A-E Single Award Task Order Contract (SATOC). This Indefinite Delivery Indefinite Quantity (IDIQ) contract will be procured in accordance with the Brooks Act and implemented in FAR Subpart 36.6. The official synopsis for a proposed contract action will be posted on SAM.gov and will provide information on material to be submitted.

CENWP is conducting market research for an anticipated A-E service and intends to award one (1) IDIQ contract with a five-year ordering period. The proposed project will be a competitive firm-fixed price contract with a contract capacity estimated at $10,000,000.00. The estimated minimum task order amount is $5,000 and the estimated maximum task order amount will not exceed the contract amount.

Responses to this Sources Sought announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision. This Sources Sought is intended to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry.

3. SCOPE OF WORK.  This is primarily a hydraulic and hydrologic (H&H) Single Award Task Order Contract (SATOC). Services required in this contract fall generally into the following broad categories:

Hydraulic and Coastal Design.

  • Hydraulic design for juvenile and adult fish passage, spillways, outlet works, and navigation locks.
  • Physical Model Studies for juvenile and adult fish passage, spillways, outlet works, and navigation locks.
  • Numerical Modeling for juvenile and adult fish passage, spillways, outlet works, and navigation locks, including 2 and 3 dimensional analysis.
  • Prototype testing for juvenile and adult fish passage, spillways, outlet works, and navigation locks.
  • Coastal engineering including coastal processes analysis, sedimentation analysis, and coastal structure design.

Reservoir Regulation, Water and Sediment Quality.

  • Water and sediment quality sampling, modeling, analysis, and testing in conjunction with A-E efforts.

River and Hydrologic Engineering.

  • Hydrologic analyses including precipitation, runoff, water supply, reservoir analysis, and statistical relationships.
  • River engineering and floodplain analysis, sediment yield and transport analysis, and associated numerical modeling.
  • Hydrologic climate change evaluations.
  • Hydrographic (single-beam and multi-beam sonar) and topographic (land survey, photogrammetry, and/or LiDAR) surveys to support H&H modeling in conjunction with H&H AE contract.

Additional information can be found in the included DRAFT Statement of Work

Note: The Government may consider the relevant experience and past performance of key individuals and predecessor companies in evaluating the company’s ability to perform this requirement when making procurement decisions

North American Industrial Classification Code (NAICS): 541330, Engineering Services;

Size Standard: $16.5M;

Federal Service Code (FSC): C211 – A&E General Services

Point of Contact for small business questions or assistance in the Portland District is the Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.McIntyre@usace.army.mil.

4. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) Subject: W9127N22R0017, Hydrology, Hydraulics, and Hydrologic Engineering Services. Please send to Cory Pfenning, Contract Specialist, at cory.r.pfenning@usace.army.mil by 2:00pm Pacific Standard Time 18 October 2022.

A firm’s response to this Sources Sought shall be limited to 10 pages and shall include the following information

    1. Firm’s name, address, point of contact, phone number, e-mail address, CAGE and SAM UID, and the Construction Bonding Level per contract.
    1. Firm’s small business category and Business Size: Small Business, Small Disadvantaged, 8(a) firm, Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB).
    1. Provide relevant information on the Firm’s experience/Capabilities as it pertains to the proposed work outlined in the Scope of Work.
    1. Provide a minimum of one project similar in size, scope, and complexity with a brief description of the project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. The Government may verify information in CPARS or PPIRS.

5. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this 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 to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.

All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a government contract.

  • Original Set Aside:
  • Product Service Code: C211 – ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING
  • NAICS Code: 541330 – Engineering Services
  • Place of Performance: Portland , OR USA

Full details via beta.sam.gov

Perkins Technical Services Inc. awarded $90M contract for power supplies

Perkins Technical Services Inc.,** Huntsville, Alabama, has been awarded a maximum $90,112,225 firm-fixed-price contract for power supplies. 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 three-year base contract with two one-year option periods. The performance completion date is June 21, 2025. Using military service is Army. Type of appropriation is fiscal 2022 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-22-D-0107).

Perkins Technical Services, Inc. is located at 1318b Putman Dr Nw in Huntsville and has been in the business of Engineering Services since 1995. (www.dnb.com

Torch Technologies Inc. awarded a $14M contract for engineering services for the Aviation and Missile Center.

Torch Technologies Inc., Huntsville, Alabama, was awarded a $14,215,323 modification (P00045) to contract W31P4Q-21-F-0038 for engineering services for the Aviation and Missile Center. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of June 9, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Torch Technologies, Inc. is located in Huntsville, AL, United States and is part of the Scientific Research and Development Services Industry. Torch Technologies, Inc. has 850 total employees across all of its locations and generates $520.62 million in sales (USD). There are 5 companies in the Torch Technologies, Inc. corporate family. (www.dnb.com)

SOURCES SOUGHT: Vehicle System Level Suitability and Effectiveness Testing

In support of the Combat Capabilities Development Command (CCDC), the Ground Vehicle System Center (GVSC) is active in developing advanced military ground vehicle technologies, and systems engineering and integration expertise. The intent of this Request for Information is to obtain information in response to full automotive vehicle system level suitability and effectiveness testing capabilites.

  • Original Set Aside:
  • Updated Response Date: Nov 23, 2021 01:30 pm EST
  • Product Service Code: AC33 – National Defense R&D Services; Defense-related activities; Experimental Development
  • NAICS Code: 541330 – Engineering Services
  • Place of Performance: USA

Full details via beta.sam.gov


SOURCES SOUGHT: CERCLA/RCRA/UST ENVIRONMENTAL STUDIES AND SERVICES

All work shall be in accordance with the provisions of this scope as amended by the scope of work provided in each Task Order (TO). Primary technical services shall be performed by licensed members of architectural and engineering firms performing professional services, and individuals in their employ, including those who are recognized as consultants in their respective scientific or technical field. The contractor shall be capable of addressing and interpreting all aspects of environmental laws and regulations, including the preparation and presentation of expert testimony if required. The Contractor shall coordinate with NAVFAC SW and the Navy/Marine Corps customers to achieve compliance with environmental laws and regulations, and provide assistance with outreach efforts to stakeholders and regulatory agencies. All work shall be in accordance with OPNAV 5090, MCO 5090.2, and all other appropriate Federal, State, and local laws and regulations. Sustainable business practices are an important aspect of this contract and will be incorporated in individual TOs as appropriate. Task Orders will consist of the following types of environmental studies and services:

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C219 – ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code: 541330 – Engineering Services
  • Place of Performance: San Diego , CA 92101USA
  • Original Response Date: Nov 11, 2021 01:00 pm EST

 

Full details via beta.sam.gov


SOURCES SOUGHT: 2021 INSCOM Technology RFI

INSCOM executes mission command of operational intelligence and security forces; conducts, synchronizes, and integrates worldwide multi-discipline and all-source intelligence and security operations; and delivers linguist support and intelligence related advanced skills training, acquisition support, logistics, communications and other specialized capabilities in support of Army, Joint, and Coalition commands and the U.S. Intelligence Community. To meet these challenges, INSCOM utilizes Other Transaction Authority (OTA) to partner with nontraditional and traditional defense contractors and non-profit research institutions to carry out prototype projects that are directly relevant to enhancing mission effectiveness of military personnel and the supporting platforms, systems, components, or materials use by INSCOM. To the maximum extent practicable, competitive procedures are used when entering into agreements to carry out these prototype projects. 

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code: 541330 – Engineering Services
  • Place of Performance: Fort Belvoir , VA 22060, USA
  • Original Response Date: Sep 15, 2021 11:59 pm EDT

Full details via beta.sam.gov