Consortium Management Group Inc Awarded $98,567,402 For Global Positioning System/Inertial Navigation System Prototype Development

Consortium Management Group Inc., Washington, D.C., has been awarded a $98,567,402 other transaction agreement for resilient embedded Global Positioning System/Inertial Navigation System prototype development. This agreement provides for rapid prototyping activity that includes development of detailed design prototypes, production representative prototypes, non-recurring engineering, contractor travel and the development of a technical data package. Work will be performed in Washington, D.C.; and Huntsville, Alabama, and is expected to be completed March 30, 2023.

This award is the result of a competitive acquisition and three offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $30,000,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8576-20-9-0001).

Laundry Chemicals – PVAHCS

Product Service Code: 3510 – LAUNDRY AND DRY CLEANING EQUIPMENT

The Department of Veterans Affairs, Veterans Health Administration (VHA), Network Contracting Office 22 (NCO 22) is conducting a market survey and is seeking potential sources for the delivery and dispensing of laundry chemicals for the Phoenix Arizona VA Health Care System via a Base Plus Four Year Indefinite Delivery/ Indefinite Quantity (ID/IQ) contract.

[jetpack_subscription_form]

This site is protected by reCAPTCHA and Google Privacy Policy and Terms of Service apply.

PURPOSE: To provide all labor, material, tools, parts, equipment, operating and/or Technical/maintenance manuals, training, delivery, and accessories necessary to furnish and install washroom chemicals in the Carl T. Hayden, Veterans Administration Medical Center Laundry department. This project includes but is not limited to the following work elements; all labor, equipment, materials and incidentals to be furnished by the Contractor necessary to meet the terms and conditions of this contract.

Responses shall be submitted to [email protected] NLT August 31st, 2020 @ 1630 AZ time

Full details can be found in this LINK.

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

Forklift Preventive Maintenance

Product Service Code: J039 – MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT

SCOPE OF WORK: The Contractor shall provide all personnel, equipment, tools, materials, supervision and other services necessary to perform a quantity of four (4) quarterly inspection/preventative maintenance (PM) and or repair to perform preventative maintenance and/or repair all listed equipment in Attachment 5.

[jetpack_subscription_form]

This site is protected by reCAPTCHA and Google Privacy Policy and Terms of Service apply.

LOCATION: Equipment is located at building 1530 Port San Antonio, 410 N. Frank Luke Drive, San Antonio, TX 78243, and building 2028, 230 Hall Blvd, JBSA Lackland, 78243

SPECIFIC TASKS: All work shall be in accordance with commercial and industrial standards. PMs will consist of the following increments 90 day, 180 day, 270 day and 360 day requirements
specified in Maintenance manual (Publication 1031794B, Pub. PDMM-0102, Pub. 1016335A) for each equipment.

Response Date: Aug 28, 2020 03:00 pm CDT

Full details and attachments HERE.

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

AECOM Technical Services Inc Awarded a $40,000,000 For Civil works For The U.S. Army Corps of Engineers

AECOM Technical Services Inc., Los Angeles, California, was awarded a $40,000,000 firm-fixed-price contract for civil works, hydraulic and hydrologic services for the U.S. Army Corps of Engineers, Albuquerque District. Bids were solicited via the internet with 15 received.

Work locations and funding will be determined with each order, with an estimated completion date of Aug. 20, 2025. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-20-D-0001).

AECOM is an American multinational engineering firm. AECOM has approximately 87,000 employees, and is number 157 on the 2019 Fortune 500 list. The company’s official name from 1990 to 2015 was AECOM Technology Corporation, and is now AECOM.

Choctaw Transportation Co. Inc awarded $30M Contract For Stone Repairs Along Mississippi River

Choctaw Transportation Co. Inc., Dyersburg, Tennessee, was awarded a $30,000,000 firm-fixed-price contract for stone repairs to revetments and dikes along the Mississippi River. Bids were solicited via the internet with five received.

Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2021. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-20-D-0015).

Choctaw Transportation Company is a leading 4 generation marine construction company and river transportation firm with over 60 years of our work being completed for various federal agencies, along with numerous private and public entities.

Choctaw Transportation Co. Inc awarded $30M Contract

Choctaw Transportation Co. Inc., Dyersburg, Tennessee, was awarded a $30,000,000 firm-fixed-price contract to provide stone repairs to revetments and dikes along the Mississippi River. Bids were solicited via the internet with five received.

Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2021. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-20-D-0015).

 

Choctaw Transportation Company is a leading 4 generation marine construction company and river transportation firm with over 60 years of our work being completed for various federal agencies, along with numerous private and public entities.

Portable Toilet Trailers for San Diego Naval Station

The 45th Contracting Squadron is seeking services for the below requirement:

  • PERFORMANCE WORK STATEMENT
  • 45TH OPERATIONS GROUP, DETACHMENT 3
  • PORTABLE RESTROOMS AT NAVAL BASE SAN DIEGO

DESCRIPTION OF SERVICES. The contractor shall provide lockable portable restrooms with sinks integrated inside, associated consumables, and support services at two separate locations on Naval Base San Diego. The restrooms should be trailer style restroom facilities. Without assistance from the Government, the contractor shall obtain and maintain access to Naval Base San Diego from the first day of full performance throughout the period of performance.

SERVICE REQUIREMENTS. Restroom trailers shall contain either unisex single stall units or have designated men’s and women’s restrooms with stalls on a trailer. Sinks shall be incorporated into the restrooms to reduce operational footprint. The number of units to be provided for each event is to be determined by the contractor based on the contractor’s experience and judgement and OSHA regulations to provide adequate coverage for the estimated number of persons (Ref. Section 3). The number of units shall be specified in the contractor’s proposal.

This contract will be administered by 45 CONS/PKBA, Patrick AFB FL 32925

Place of performance is San Diego Naval Station.

This is a sources sought only to acquire competitive data for market research.  No award will be made from any quotes received.

 

Updated Response Date: Aug 31, 2020 07:00 pm EDT

Full details HERE.

GATR Technologies Awarded $172M Contract by USSOCOM

GATR Technologies, Huntsville, Alabama, a subsidiary of Cubic Corp., was awarded a $172,000,000 maximum ceiling, single-award, indefinite-delivery/indefinite-quality, firm-fixed-price contract (H92401-20-D-0003) with five one-year ordering periods for the procurement of 1.2 meter and 2.4 meter Ground Antenna Transmit and Receive (GATR) inflatable satellite communications terminals and ancillary equipment in support of U.S. Special Operations Command (USSOCOM).

The contract will be funded with operations and maintenance funds, as well as procurement funds, from multiple fiscal years over the life of the contract. The majority of the work will be performed in Huntsville and is expected to be completed by August 2025. The contract is a Phase III Small Business Innovation Research award authorized under Title 10, U.S. Code 2304(b)(2) or Title 41, U.S. Code 253(b)(2). USSOCOM, Tampa, Florida, is the contracting activity.

Planning, Environment and Other NEPA-related Training

The Federal Highway Administration (FHWA) is conducting a market survey to identify potential sources for a series of anticipated contracts/task order awards. The purpose of this notice is to obtain information for planning purposes, regarding (1) the availability and capability of qualified sources to perform all or some of the work described below; and the size classification of the available and capable sources relative to the North American Industry Classification (NAICS) code for the proposed acquisition.

Interested parties who consider themselves qualified to perform the listed services for all or some of the knowledge and skill areas are invited to submit a response to this sources sought/market research notice.

Complete details can be found HERE.

Responses must be sent on or before: Sep 02, 2020 01:00 pm EDT

Sources Sought: Planning, Environment and Other NEPA-related Training

The Federal Highway Administration (FHWA) is conducting a market survey to identify potential sources for a series of anticipated contracts/task order awards. The purpose of this notice is to obtain information for planning purposes, regarding (1) the availability and capability of qualified sources to perform all or some of the work described below; and the size classification of the available and capable sources relative to the North American Industry Classification (NAICS) code for the proposed acquisition.

Interested parties who consider themselves qualified to perform the listed services for all or some of the knowledge and skill areas are invited to submit a response to this sources sought/market research notice. NEPA-related Training.

Complete details can be found HERE.

Responses must be sent on or before: Sep 02, 2020 01:00 pm EDT