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 [email protected].

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

Jon Tellier: Providing Business Development in the Government Marketplace

A retired US Army company commander turned business owner, Jon Tellier shares how he started and his insights about the importance of business development in the government marketplace.

BACKGROUND

Jon Tellier is the President of JetCo Solutions, a business development and marketing firm that provides specialized services for companies entering the government marketplace. The company has earned a strong reputation among the Michigan defense industry community through winning contracts valued at over $4 billion.

Tellier is also a respected community and business leader for more than two decades because of his service in the US Army as a retired company commander and being part of several committees and boards supporting youth, veterans, and other businesses. 

Currently, he represents several congressional districts (MI02, MI03 and MI06) as a Military Academy Liaison Officer.

JETCO SOLUTIONS

Building JetCo Solutions, his wife as the proposal writer and him doing the business development, they are basically unemployed. The company provides a different service back then and for months, they haven’t gotten any contracts yet. However, they continued on their business until they landed a government contract and their clients grew in the following months. 

During that time, nobody would give them a huge amount of money but with that, they learned to properly manage their cash flow and to only buy what is needed. 

“We realized, you know, we don’t really need that because we’ll cash flow this and if we can’t afford it, then we won’t buy it.” 

Consequently, the transition of their business from the automotive industry to being a business development firm was when someone pointed out that there’s a need for people who could help write proposals and other services regarding government contracting. 

“At that point I was like, there’s something. And that was the moment that I’m like, ‘Hey, we can, there’s a need for this and there’s people that need our expertise and we can monetize this.’”

So, in making sure that they provide the best business development services, JetCo Solutions help their clients diversify and get into different markets. 

“We’re very proud of helping both, you know, small, medium and large businesses help win in the government space… ‘cause there’s really no book out there for folks to, you know, ‘Hey, do this and you’ll win.’”

GETTING A GSA SCHEDULE

Jon Tellier’s company also helps businesses get on a GSA schedule but he also provides them advice if it’s the best thing to do because a GSA schedule can be a good contract vehicle but there’s a lot of misconception and misinformation about it. 

“We asked the question and we’ll even do some research to back it up to make sure that the GSA schedule is something that you should invest in because if the government isn’t buying the product or service that you sell using a GSA contract, then there’s no sense in spending the time and resources to get one.”

Also, consider that the GSA has a procedure to follow and if you get rejected, you need to fix your requirements and resubmit again. 

Then, after being accepted, you need to follow the process of uploading all of your products, doing your quarterly reporting, and navigating their platform in order to really take advantage of what it can offer as well as being compliant to their rules and regulations.

Hence, if you are not ready for such processes and you are just new in the market, it is best to save your money and do other courses of action in learning the government marketplace first. 

RESOURCES

If you want to watch the full video of the interview with Jon Tellier as he shares how he started and his insights about the importance of business development in the government marketplace, then be sure to click the links down below.

038 : Jon Tellier, JetCo Solutions – An Extension of the Sales and Marketing Team for Businesses

https://govcongiants1.wpengine.com/podcast/jon-tellier-jetco-solutions-an-extension-of-the-sales-and-marketing-team-for-businesses/

https://www.youtube.com/watch?v=3SE80So3pq4&list=PL6-jBNNcc98vTBvNhFYfUTeH0k-Vx2VBH&index=33

U.S. SPACE FORCE Awards $337,000,000 Contract to United Launch Services For for the National Security Space Launch Phase 2

United Launch Services LLC, Centennial, Colorado, has been awarded task orders for $337,000,000 for the National Security Space Launch (NSSL) Phase 2 contract.

The NSSL Phase 2 contract is a firm-fixed-price, indefinite-delivery requirements contract for launch service procurement supporting launches planned between fiscal 2022 through fiscal 2027. This launch service contract includes early integration studies, launch service support, fleet surveillance, launch vehicle production, mission integration, mission launch operations, mission assurance, spaceflight worthiness, and mission unique activities for each mission.

Work will be performed in Centennial, Colorado; Cape Canaveral Space Force Station, Florida; and Vandenberg Air Force Base, California, and is expected to be completed March 2028.

Future launch services and launch service support will be placed annually on subsequent task orders, and will be publicly announced upon issuance. This award is the result of a competitive acquisition, and four offers were received. Fiscal 2020 space procurement funds in the amount of $337,000,000 will be obligated in the first order year for launch service and launch service support task orders to United Launch Services. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-20-D-0001).

 

United Launch Services, LLC was founded in 2005. The company’s line of business includes manufacturing guided missiles and space vehicles.

Contract Opportunity for Electronic Opening Doors Maintenance

The purpose of this notice is to gain knowledge of potential qualified sources and their size classification (service-disabled veteran owned small business, veteran owned small business, Hub Zone, 8(a), small disadvantaged business, small business or large business), relative to NAICS 811219. For a Contractor to be considered one of the above socioeconomic classifications, they MUST conduct at least 51% of the work. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Responses to this notice should include company/individual name, a service capability statement, examples of similar facilities which you have provided services to, DUNS number, address, point of contact and the size of your business pursuant to the following questions:

  1. Is your business large or small?
  2. If small, does your firm qualify as a small, emerging business?
  3. If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act?
  4. Is your firm a certified Hub Zone firm?
  5. Is your firm a woman-owned or operated business?
  6. Is your firm a certified Service-Disabled Veteran Owned or Veteran Owned Small Business?

If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov).

Contractor must be registered in Central Contractor Registry (CCR) (see internet site: http://www.ccr.gov).

Responses to this notice must be submitted in writing (email or fax) and received not later than August 21, 2020 at 4:00 PM EST

 

Complete details can be checked HERE.

 

066: Raj Sharma – Creating “open government markets” for $10 trillion in global public procurement spending

Raj Sharma is a social entrepreneur focused on creating “open government markets” for $10 trillion in global public procurement spending

Raj founded Public Spend Forum and is now working to democratize market data and make it freely available through an open market platform GovShop. By making market data more accessible, Raj’s goal is to reduce the information asymmetries that exist in government transactions, thereby creating more market transparency that leads to better buyer/supplier matches.

Raj also founded Censeo Consulting Group, a firm recognized nationally for its focus on using management as a tool for delivering public and social outcomes.

Raj learned that nations all over the world shared the same problems with public procurement. Which led to him founding PSF. Raj’s work has also been published or highlighted in the Wall Street Journal, Harvard Business Review, and Governing magazine.

Grand River Aseptic Manufacturing Inc awarded a $160,000,000 Domestic For Manufacturing Capacity For Covid-19 Critical Vaccines and Therapeutics

Grand River Aseptic Manufacturing Inc.,* Grand Rapids, Michigan, was awarded a $160,000,000 firm-fixed-price contract for domestic aseptic fill and finish manufacturing capacity for critical vaccines and therapeutics in response to the COVID-19 pandemic. Work will be performed in Grand Rapids, Michigan, with an estimated completion date of Aug. 2, 2021. Fiscal 2020 Health and Human Services funds in the amount of $160,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-C-0086).

Grand River Aseptic Manufacturing was founded in 2010 to acquire the assets of a joint venture between the Van Andel Institute and Grand Valley State University, to support the life sciences industry’s growing need for high-quality, outsourced sterile parenteral manufacturing.

Sources Sought for 7,000 lb Load Capacity Lift Truck

The Contractor shall provide quantity one (1) lift truck that meets the following minimum requirements:

  1. 7,000 pound (lb) actual load capacity
  2. 57 horse power diesel engine
  3. Electronically controlled powershift 1-speed transmission
  4. Qty Four (4)-wheel pneumatic tire for indoor/outdoor rugged operation
  5. 228 inches (“) Maximum Fork Height (MFH), with triple stage mast Class 3/ overall lowered height of 79 inches.
  6. Mast Tilt – 6° Forward / 6° Back. Minimum 42” wide class 3 hook type integral sideshifting fork positioner carriage with 48” high load backrest extension
  7. Class III 72″ forks
  8. Integral sideshifter
  9. Overhead rain guard
  10. Full suspension swivel seat
  11. Backup strobe light and backup alarm
  12. Load weight indicator
  13. Light Emitting Diode (LED) front/rear operational lights
  14. Work lights – qty two (2) front and one (1) rear
  15. Delivery to 6375 Johnson Rd., APG, MD 21005
  16. One (1) year / 2,000 hour truck factory warranty and three (3) year / 6,000 hour powertrain warranty

All interested parties should notify this office by e-mail within the posted date.  Responses shall include:

  • To what extent each of the specifications can be met.
  • Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the 750 employee size standard that accompanies NAICS code 333924. If a small business, you must also list any small disadvantaged status you hold [HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), ].
  • Past experience/ performance through the description of completed projects.

Place of Contract Performance: Aberdeen Proving Ground, MD 21005-5001

Estimated Delivery Timeframe or Period of Performance: 8 weeks after receipt of order (ARO)

Responses to this sources sought are due no later than 11:59 am eastern standard time 20 August 2020. Submissions should be emailed to Caitlin Marino, [[email protected]]

Qbase LLC Awarded BPA Contract $103,569,634 For IT Support & Services For All Of The Defense Acquisition University Locations

Qbase LLC, Beavercreek, Ohio, has been awarded a blanket purchase agreement (BPA) contract with an overall ceiling of $103,569,634.

This BPA contract will provide a broad range of information technology support services for all of the Defense Acquisition University locations. Specifically, the BPA will support the following areas: video services operations, enterprise service desk/regional information technology, transition services, enterprise architecture, enterprise/network infrastructure, enterprise cybersecurity, telecommunications, web application design/development/maintenance and software, data warehousing, acquisition workforce qualification initiatives, systems engineering, talent management system, learning management system, human resources system and hardware installation.

As a small business, Qbase delivers leading solutions in data enhancement, management and analytics to improve the quality of their clients’ data, including scoring and predictive modeling.

No funds are being obligated at the time of the award. The expected completion date is July 22, 2025. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-20-A-0008).