Genentech USA Inc. awarded $27.8M contract for various pharmaceutical products

Genentech USA Inc., South San Francisco, California, has been awarded a maximum $27,898,887 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical products. This was a competitive acquisition with one response received. This is a one-year base contract with nine one-year option periods. Locations of performance are California and Kentucky, with May 21, 2022, ordering period date. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. The type of appropriation is fiscal 2021 through 2022 war stopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-21-D-0005).

Genentech USA Inc was founded in 2007. The company’s line of business includes the manufacturing, fabricating, or processing of drugs in pharmaceutical preparations for human or veterinary use. (www.bloomberg.com)

Booz Allen Hamilton Inc. awarded $279.8M contract for engineering support services and supplies for the conception, design, development and delivery of integrated systems, networks and supporting infrastructure

Booz Allen Hamilton Inc., McLean, Virginia (N6523621D4800); CSSI Inc., Washington, D.C. (N6523621D4801); DIGITALiBiz Inc., Rockville, Maryland (N6523621D4802); Serco Inc., Herndon, Virginia (N6523621D4803); and Scientific Research Corp., Atlanta, Georgia (N6523621D4804), are awarded a cumulative $279,803,380 multiple-award, indefinite-delivery/indefinite-quantity contract with provisions for cost-plus-fixed-fee and firm-fixed-price task/delivery orders. The contracts are for engineering support services and supplies for the conception, design, development, and delivery of integrated systems, networks, and supporting infrastructure on a non-emergent basis along with the corresponding engineering, technical, and management support services and equipment for air traffic control, meteorology and oceanography, and aviation command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance electronic systems. These contracts include a single five-year ordering period with an estimated cumulative value of $279,803,380. These contracts also include a two-year option ordering period. The option period, if exercised, would bring the cumulative value of these contracts to an estimated $400,000,000. Fiscal 2021 working capital (Navy) funds in the amount of $25,000 ($5,000 per awardee) will be obligated at the time of the award. Funds will not expire at the end of the current fiscal year. Work will be performed in Charleston, South Carolina (77%); and San Diego, California (23%). Work is expected to be completed by May 2028. If options are exercised, work could continue until May 2030. The contracts were competitively procured by full and open competition via the Naval Information Warfare Systems Command – Electronic Commerce Central website and the beta.sam.gov website, with five offers, received. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity.

Booz Allen Hamilton Inc. provides technology and management consulting services. The Company offers consulting, analytics, digital, engineering, and cyber solutions. Booz Allen Hamilton serves customers worldwide. (www.bloomberg.com)

Alabama Industries for the Blind awarded $150M contract for solicitation SPE5E1-20-R-0001for the Ability One Base Supply Center Tailored Logistics Support Program

Alabama Industries for the Blind, Talladega, Alabama (SPE8EZ-21-D-0001); Alphapointe, Kansas City, Missouri (SPE8EZ-21-D-0002); Arizona Industries for the Blind, Phoenix, Arizona (SPE8EZ-21-D-0003); Associated Industries for the Blind, Milwaukee, Wisconsin (SPE8EZ-21-D-0004); Beacon Lighthouse Inc., Wichita Falls, Texas (SPE8EZ-21-D-0005); Blind Industries and Services of Maryland, Baltimore, Maryland (SPE8EZ-21-D-0006); Central Association for the Blind and Visually Impaired, Utica, New York (SPE8EZ-21-D-0007); Cincinnati Association for the Blind, Cincinnati, Ohio (SPE8EZ-21-D-0008); Envision, Wichita, Kansas (SPE8EZ-21-D-0009); IFB Solutions, Winston-Salem, North Carolina (SPE8EZ-21-D-0010); Industries for the Blind and Visually Impaired, West Allis, Wisconsin (SPE8EZ-21-D-0011); LCI, Durham, North Carolina (SPE8EZ-21-D-0012); San Antonio Lighthouse for the Blind and Vision Impaired, San Antonio, Texas (SPE8EZ-21-D-0013); South Texas Lighthouse for the Blind, Corpus Christi, Texas (SPE8EZ-21-D-0014); The Lighthouse for the Blind Inc., Seattle, Washington (SPE8EZ-21-D-0015); and Virginia Industries for the Blind, Richmond, Virginia (SPE8EZ-21-D-0016), are sharing a maximum $150,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE5E1-20-R-0001for the Ability One Base Supply Center Tailored Logistics Support Program. This was a competitive acquisition restricted to Ability One non-profit agencies in accordance with Federal Acquisition Regulation subpart 8.7 with 17 responses received. This is a five-year contract with no option periods. Locations of performance are Alabama, Arizona, Kansas, Maryland, Missouri, North Carolina, New York, Ohio, Texas, Virginia, Washington, and Wisconsin, with April 19, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. The type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

To provide employment opportunities for legally blind and multidisabled blind adults through the manufacture of products and the performance of service contracts.  (https://www.aidb.org/AIB)

SOURCES SOUGHT: SABER IDIQ Sources Sought

The SABER is an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for construction projects that shall be awarded via individual Task Orders. All work shall be in conformance with the requirements of the contract including, but not limited to, furnishing all materials, labor, plant, tools, equipment, transportation, supervision,
management, and other services (including engineering/technical design support),
items, and incidentals necessary for the successful completion of each issued delivery order. This contract is for a broad range of maintenance, repair, and minor construction on Dyess Air Force Base. Specific project requirements will be identified in individual task orders. The anticipated work performed under the SABER IDIQ will need to be simultaneously accomplished with a significant volume of task orders. Orders issued under the SABER IDIQ will be Firm-Fixed Price.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2QA – REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance: Dyess AFB, TX 79607 USA
  • Original Response Date: Jun 15, 2021, 01:00 pm EDT
  • Full details via beta.sam.gov

    Check out our RESOURCES page for a sample letter that we use in response to government market research.

 

Science Applications International Corp. awarded $199.9M contract to provide laboratory operations and support to the Defense Intelligence Agency

Science Applications International Corp., Reston, Virginia, was awarded a $199,991,819, ceiling indefinite-delivery/indefinite-quantity contract (HHM402-21-D-0149) to provide laboratory operations and support to the Defense Intelligence Agency. Work will be performed in Huntsville, Alabama, with an expected completion date of March 29, 2031. No funds will be obligated at the time of the award. The Virginia Contracting Activity, Huntsville, Alabama, is the contracting activity.

Science Applications International Corp provides consulting services. The Company offers scientific, engineering, and technology applications and solutions to solve problems. Science Applications International serves security, energy, environmental, health, and infrastructure markets worldwide. (www.bloomberg.com)

West Coast JV awarded $95M contract for a broad range of maintenance, repair, and minor construction work on real property at Nellis Air Force Base, Nevada Test and Training Range

West Coast JV, Coos Bay, Oregon, has been awarded a not-to-exceed $95,000,000 indefinite-delivery/indefinite-quantity contract for the Simplified Acquisition of Base Engineering Requirements program. This contract provides for a broad range of maintenance, repair, and minor construction work on real property at Nellis Air Force Base, Nevada Test, and Training Range, and Creech AFB, all located in Nevada, and is expected to be completed on April 14, 2026. Fiscal 2021 operation and maintenance funds in the amount of $720,100 for an acceptable demonstration project proposal are being obligated to the awardee at the time of the award. The 99th Contracting Squadron, Nellis AFB, Nevada, is the contracting activity (FA4861-21-D-0005).

West Coast Contractors specializes in heavy construction projects including bridges, harbors, marine facilities, and governmental projects. WCC is family-owned and headed by President David Kronsteiner and Vice President Lonnie Kronsteiner. WCC is well known for complex pile driving operations, strong foundations, and projects that are able to withstand severe weather conditions. WCC is proud of its closely-knit team which uses a “can do” attitude to create innovative cost-effective solutions for the challenging of projects. West Coast Contractors is a leader in environmentally friendly procedures for sensitive locations including oceans, rivers, deserts, and mountains and has a reputation for close communication, cooperation, and consideration for our clients, public agencies, the environment, and the public. (www.westcoastcontractors.com)

Salus Medical Products LLC awarded $100M contract for radiology systems, accessories and training

Salus Medical Products LLC,* Indianapolis, Indiana, has been awarded a maximum $100,000,000 firm‐fixed‐price, indefinite‐delivery/indefinite‐quantity contract for radiology systems, accessories, and training. This was a competitive acquisition with 50 responses received. This is a five-year base contract with one five‐year option period. The location of performance is Indiana, with April 14, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. The type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1‐21‐D‐0006).

Salus Medical Products LLC was founded in 2015. The company’s line of business includes providing management consulting services. (www.bloomberg.com)

SOURCES SOUGHT: SOF Enterprise Professional Services (SEPS)

This Request for Information (RFI) is for Market Research purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. In accordance with FAR 15.201(e), responses to this notice do not offer and cannot be accepted by the Government to form a binding contract. No contract awards will be made from this notice and no solicitation is available at this time. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government’s use of such information.

The acquisition of services will be in support of the SOF Enterprise Professional Services (SEPS) acquisition, which will focus on acquiring Knowledge-Based Services, as defined by the Department of Defense taxonomy for the acquisition of services. This Acquisition will be a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-aside. A USSOCOM single award IDIQ contract for current similar services, SOCOM Wide Mission Support, Group C (SWMS-C), will be ending January 30, 2022, and it is the Government’s intent to extend the current contract through July 31, 2022.

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: R499 – SUPPORT- PROFESSIONAL: OTHER
  • NAICS Code: 541611 – Administrative Management and General Management Consulting Services
  • Place of Performance: Tampa, FL 33621 USA
  • Original Response Date: Jun 03, 2021, 11:00 am EDT
  • Full details via beta.sam.gov

    govcon logo Check out our RESOURCES page for a sample letter that we use in response to government market research.

Raytheon Technologies awarded $88.8M contract under solicitation SPE7MX-20-R-0130 for various consumable electronic components

Raytheon Technologies, Fairdale, Kentucky (SPE7MX-21-D-0057, $88,800,000); and Raytheon Technologies, Indianapolis, Indiana (SPE7MX-21-D-0058, $24,000,000), have each been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE7MX-20-R-0130 for various consumable electronic components. These were sole-source acquisitions using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. They are three-year base contracts with one three-year option period and one four-year option period. Locations of performance are Kentucky and Indiana, with April 1, 2024, ordering period end date. Using customers are Air Force, Army, Coast Guard, Navy, and foreign military services worldwide. The type of appropriation is fiscal 2021 through 2024 defense working capital funds and foreign military sales. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio. (Awarded April 1, 2021)

Raytheon Technologies Corporation operates as an aircraft manufacturing company. The Company focuses on technology offerings and engineering teams to deliver innovative solutions such as aerostructures, avionics, interiors, mechanical systems, mission systems, aircraft engines, power and control systems, radars, software, and other products. (www.bloomberg.com)

SOURCES SOUGHT: 4130 – Abraso-Vac Kit

DLA Troop Support is researching the possibility of issuing a solicitation for the item under an Indefinite Delivery, Indefinite Quantity (IDIQ) type contract. If an award is made, the resultant award would not exceed a period of five (5) years. The annual estimated quantity for the item is 100 each.

This Sources Sought Notice is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a Request for Proposal (RFP). This notice should NOT be construed as a commitment by DLA Troop Support for any purpose. Submission of any information in response to this market research survey is purely voluntary. The Government assumes no financial responsibility for any costs incurred. The Government will NOT pay for any information submitted by respondents in response to this Sources Sought Notice. If a solicitation would result, it would be synopsized on the “Contract Opportunities” website at BETA.SAM.gov and it would be the offeror’s responsibility to monitor the Contract Opportunities website for any such notices.

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code: 4130-01-460-8801
  • Place of Performance: USA
  • Original Response Date: Apr 27, 2021, 03:00 pm EDT

Full details via beta.sam.gov


govcon logo Check out our RESOURCES page for a sample letter that we use in response to government market research.