RFP For A Multiple Award IDIQ Contract for NAWCAD WOLF – Engineering Products and Technical Services

This is a Request for Proposal (RFP). The Government’s intent is to award a Multiple Award (MA) Indefinite Delivery Indefinite Quantity (IDIQ) contract to each and all qualifying Offerors whose proposal is technically evaluated as “acceptable”, with an estimated award of 07 June 2021. The contract will have a five (5) year ordering period. The resulting contract will have Cost Reimbursable and Cost Plus Fixed Fee and Firm Fixed Price CLINS; therefore, successful awardee will be required to have an adequate accounting system upon contract award.

The Government will not accept or respond to telephone calls or requests for meetings with potential Offerors about this requirement. All questions regarding this procurement must be submitted via email to Brandon Reaser at brandon.reaser@navy.mil. It is requested that all questions be received within 10 calendar days of the date this solicitation is issued. Questions received after 10 calendar days may not be answered prior to the proposal due date.

  • Product Service Code: D399 – IT AND TELECOM- OTHER IT AND TELECOMMUNICATIONS
  • NAICS Code: 541330 – Engineering Services
  • Place of Performance: Webster Field Saint Inigoes , MD 20684 USA
  • Updated Response Date: Nov 17, 2020 02:00 pm EST

Full details via beta.sam.gov


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

Sources Sought: Architect/Engineer Design Services For A Project At Brown VA Medical Center in Chicago, IL

The Jesse Brown VA Medical Center consists of a 200-bed acute care facility and four Community Based Outpatient Clinics (CBOCs). The Jesse Brown VA Medical Center provides care to approximately 62,000 enrolled veterans who reside in the City of Chicago and Cook County, Illinois, and in four counties in northwestern Indiana. The medical center admits more than 8,000 inpatients and serves more than 500,000 outpatients visits annually.

For Project Number 537-18-156, USP800 Pharmacy Compliance Commissioning Services, the Architect-Engineer (A-E) shall provide Professional Commissioning Services for the remodeling of the existing in-patient pharmacy located on the 3rd Floor of Bldg. 1B at the Jesse Brown VA Medical Center. The contracted firm shall provide certified commissioning professionals and services for the design phase and the construction, start-up, acceptance, training and warranty phase for remodeling existing in-patient pharmacy located at the 3rd floor of existing Building 1B. The commissioning professional services shall meet all requirements of the latest edition of the US Department of Veteran Affairs, Office of Construction and Facilities Management Whole Building Commissioning Process Manual.

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DA – ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code: 541330 – Engineering Services
  • Place of Performance: Jesse Brown VA Medical Center 820 S. Damen Avenue , IL 60612 USA
  • Original Response Date: Sep 24, 2020 05:00 pm CDT

$60M Architect-Engineering Contract Awarded to Stantec Consulting Services

Stantec Consulting Services Inc., Burlington, Massachusetts, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $60,000,000 for multi-discipline waterfront architect-engineering services in the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic area of operations (AO). Task Order 0001 is being awarded at $1,389,246 for 35% design of Dry Dock #1 caisson replacement at Portsmouth Naval Shipyard, Kittery, Maine.

Projects may include single or multiple disciplines, including but not limited to, structural, civil, mechanical, electrical, architectural, planning, environmental, fire protection, cost estimating and/or geotechnical. The types of waterfront projects may include piers, wharves, quay walls, dry docks, bulkheads, crane rail systems, fender systems, berthing and mooring, dredging, coastal and shoreline protection and waterfront related utilities (e.g., steam, low pressure compressed air, fresh water, salt water, sanitary sewer, oily waste water collection, high voltage to low voltage electrical, fire protection and alarm systems, control systems, lighting and communications (telephone, television, fiber optics, cyber security, supervisory control and data acquisition and local area network)).

Work for this task order is expected to be completed by May 2023. All work on this contract will be performed at various Future task orders will be primarily funded by O&M. This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received. NAVFAC Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Stantec Consulting Services Inc. provides architectural, engineering, and environmental services. The Company offers interior design, power engineering, geotechnical, transportation infrastructure, and geomatics engineering services.(bloomberg.com)

 

Improved Bradley Acquisition Subsystem Engineering Services

The U.S. Army Contracting Command, Redstone Arsenal, Alabama is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for engineering services in support of the fielded Improved Bradley Acquisition Subsystem (IBAS) components and support equipment. The anticipated effort is to support production, deployment, sustainment and design maintenance of all IBAS and associated equipment; provide logistics maintenance capability, configuration management, product assurance support, special engineering studies, system engineering, failure analysis, test and evaluation, equipment publications, redesigns due to obsolescence, test evaluation material for repairs, Reset, Preset, Field Service Representative support and depot level contractor repair in support of the IBAS.

Classification

  • Original Set Aside:
  • Product Service Code: R425 – SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
  • NAICS Code: 541330 – Engineering Services
  • Place of Performance: Redstone Arsenal , AL 35898 USA

The proposed North American Industry Classification Systems (NAICS) Code is 541330 which has a corresponding Size Standard of $41.5M. The anticipated contract period of performance is November 2020 through October 2021.

Submission Instructions: Interested parties who consider themselves qualified to perform the above listed services are invited to submit a response to this Sources Sought Notice by 1500 CST on 11 September 2020. All responses to this Sources Sought Notice must be emailed to holly.a.hlavac.civ@mail.mil and dorphelia.b.foster.civ@mail.mil.

Full details via beta.sam.gov


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

Phoenix VAHCS Medgraphics Equipment Service Contract

The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses interested and capable of providing the services described below.  Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition

The Phoenix VA Health Care System (PVAHCS), located in Phoenix, AZ is seeking an authorized and certified contractor capable of providing preventative maintenance and repairs, customer support and technical services, labor, materials and shipping costs on the below listed equipment. The equipment is OEM Medical Graphics Corporation equipment used in Pulmonary, Nutrition, and Physical Therapy service lines.

Classification

  • Original Set Aside:
  • Product Service Code: J065 – MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES
  • NAICS Code: 811219 – Other Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance: Phoenix VAHCS, Arizona

All information submissions shall be received no later than 4:30 pm Mountain Time on Thursday, September 3, 2020. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation may be published.

Full details via beta.sam.gov


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

Contract Opportunity For Defense Enclave Services (DES)

Defense Information Systems Agency (DISA), Defense Information Technology Contracting Organization (DITCO) National Capital Region (NCR) intends to issue a solicitation for Defense Enclave Services (DES). The DES requirement is anticipated to be a Single Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. FAR 15 procedures and full and open competition will be utilized. DITCO estimates the request for proposal will be released in the late September 2020 timeframe. Anticipated award is expected in the fourth quarter of calendar year 2021. The resultant IDIQ contract is expected to have a multibillion dollar ceiling, with a ten year ordering period consisting of a four-year base period and three (3) two-year option periods.  The IDIQ is anticipated to include firm-fixed-price, Labor Hour, and cost reimbursable contract line item numbers.

The Government is contemplating the manner in which it will conduct pre-solicitation activities with interested parties for this acquisition in light of the coronavirus pandemic.  One such avenue being considered is the use of DoD-specific solutions, e.g., Defense Collaboration Services or Global Video Services.  DoD unique solutions require the use of a common access card with DoD credentials.  Please inform the Government if you do not have a CAC with DoD credentials that would allow access to the aforementioned systems for pre-solicitation activities.

Classification

  • Product Service Code: D318 – IT AND TELECOM- INTEGRATED HARDWARE/SOFTWARE/SERVICES SOLUTIONS, PREDOMINANTLY SERVICES
  • NAICS Code: 541512 – Computer Systems Design Services
  • Place of Performance: Fort George G Meade , MD 20755 USA

FULL details via beta.sam.gov


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

Construction Services for Jetty and Wing Wall Repairs

The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for repairs to jetties and wing walls located at the Kennebunk River Federal Navigation Project (FNP) in Kennebunk and Kennebunkport, ME.  This announcement is to determine the interest, availability and capability of HUBZone, Service-Disabled Veteran-Owned, Woman-Owned and Small Business concerns as described below.  The NAICS code for this procurement is 237990 with a size standard of $39.5M.  The project is planned to be issued around March 2021.  The construction will occur between summer 2021 and spring 2022 and is expected to take approximately seven months to complete.  The estimated construction cost is between $1,000,000.00 and $5,000,000.

The Kennebunk River FNP includes a 600-foot long stone jetty on the eastern side of the inlet with a 240-foot long stone wing wall connecting the jetty with the eastern shore in Kennebunkport adjacent to Colony Beach, and a 290-foot long stone jetty on the western side of the channel with a 270-foot long stone wing wall connecting the jetty with the western shore in Kennebunk adjacent to Gooch’s Beach.

Given the nature and characteristics of the east and west jetty structures, it is anticipated that all repair and improvement construction activities will have to be performed from marine based plant. For the east and west wing walls, it is anticipated that construction will be performed by land.  Environmental coordination and permitting is being completed by the U.S. Army of Engineers, New England District.

Responses are limited to twenty pages and due electronically, by September 8, 2020 04:00 pm EDT, to Guesley.Leger@usace.army.mil.

The results of this survey will be considered to be in effect for a period of one year from the date of this notice.

For the full details. Click on THIS.

Electric Boat Corp. Awarded a $125,819,311 Contract for Engineering Services to the USS Hartford

Electric Boat Corp., Groton, Connecticut, is awarded a $125,819,311 cost-plus-fixed-fee contract for the labor and material efforts required to plan the USS Hartford (SSN 768) engineered overhaul (EOH) availability. The contracting approach will include advance planning, engineering, design efforts, prefabrication and shipyard execution work, including growth work and new work, necessary to prepare for and accomplish the maintenance and modernization work as defined in the USS Hartford EOH availability work package.

Work will be performed in Groton, Connecticut, and is expected to be complete by February 2022.

This procurement was awarded under authority permitting other than full and open competition under 10 U.S. Code 2304(c)(3) to maintain a facility, producer, manufacturer or other supplier available for furnishing property or services in case of national emergency or to achieve industrial mobilization. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-4312).

General Dynamics Electric Boat, established in 1899, has established standards of excellence in the design, construction and lifecycle support of submarines for the U.S. Navy.

NASA: Contract Opportunity for Logistics Management Services

Ames Research Center (ARC) intends to increase the potential contract value by raising the maximum ordering quantity of the Indefinite Delivery/Indefinite Quantity (IDIQ) component of Contract 80ARC017C0001, Logistics Management Services (LMS) with Lockwood Hills Federal LLC on a sole-source basis pursuant to 10 U.S.C. 2304 (c)(1), and FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements.

The LMS contract is a single-award hybrid contract, consisting predominately of a Firm-Fixed-Price (FFP) portion for routine, recurring services (referred to as the “Core”), and a smaller IDIQ portion against which FFP task orders are issued for services within contract scope, but which exceed the regularly scheduled services in the Core.

Contract services include:

  1. Supply management
  2. Equipment management support
  3. Property disposal support
  4. Janitorial services
  5. Refuse and recyclable materials collection, removal, and disposal
  6. Shipping, receiving, mail service center, warehousing and re-distribution
  7. Fleet management services
  8. Reproduction services
  9. Graphics services

The purpose is to increase the maximum contract value by $1,000,000 ($1M) from $5,000,000 to $6,000,000 for the IDIQ portion of the contract. The contract value of the Firm Fixed Price portion remains unchanged. The contract performance period will not be extended and remains the same from June 21st, 2017 through August 15, 2022.  Based upon task orders issued heretofore and the likely surge in requests for janitorial services in response to COVID-related instances, it is imperative that the contract maximum value be increased so as to afford the Government the flexibility to issue additional task orders.

Responses to this notice must be submitted and received not later than Friday, August 31st, 2020 at 12:00 pm PST

Oral communications are not acceptable in response to this notice.

Information about major upcoming ARC procurement actions is available at Federal Business Opportunities website: www.beta.SAM.gov

Sierra Nevada Corp Awarded $318M Contract For Simple Key Loader Production, Engineering and Sustainment Support Services

Sierra Nevada Corp., Sparks, Nevada, was awarded a $318,952,224 hybrid (cost-plus-fixed-fee, firm-fixed-price) contract for simple key loader production, engineering and sustainment support services. 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. 9, 2030. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-20-D-0030).

Sierra Nevada Corporation (SNC), the global aerospace and national security leader owned by Eren and Fatih Ozmen, has been named a US Best Managed Aerospace & Defense Company for 2020. The US Best Managed Companies program is sponsored by Deloitte Private and The Wall Street Journal.