ESI Contracting, Corp. awarded a $15M contract for repair and replacement of riprap overlay

ESI Contracting, Corp.,* Kansas City, Missouri, was awarded a $15,510,141 firm-fixed-price contract for repair and replacement of riprap overlay at Tuttle Creek Dam, Manhattan, Kansas. Bids were solicited via the internet with two received. Work will be performed in Manhattan, Kansas, with an estimated completion date of June 30, 2025. Fiscal 2022 operation and maintenance, Corps of Engineers funds in the amount of $15,510,141 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-22-C-1022).

Esi Contracting, Corp. is located in Kansas City, MO, United States and is part of the Other Specialty Trade Contractors Industry. Esi Contracting, Corp. has 40 total employees across all of its locations and generates $10.02 million in sales (USD). (Sales figure is modelled). (www.dnb.com

SOURCES SOUGHT: Electrical Construction Services at Mike Monroney Aeronautical Center

THIS PROCUREMENT IS 100% SET-ASIDE FOR COMPETITION LIMITED TO ELIGIBLE:

(1) SOCIALLY AND ECONOMICALLY DISADVANTAGED BUSINESSES [8(A)], CERTIFIED BY THE SMALL BUSINESS ADMINISTRATION,

(2) SERVICE-DISABLED, VETERAN-OWNED SMALL BUSINESSES AND

(3) OTHER SMALL BUSINESS;

LOCATED WITHIN THE STATE OF OKLAHOMA

LOCATION OF WORK/PROJECTS: Mike Monroney Aeronautical Center, 6500 S. MacArthur Blvd, Oklahoma City, Oklahoma.

This market survey is being issued to assist the FAA in meeting ongoing requirements for miscellaneous electrical construction services for: alteration, extension, conversion, and/or modernization of existing facilities.  This also includes new construction if required.  These services will be required for commercial, industrial, and utility type of facilities located at the Mike Monroney Aeronautical Center.   Contractors must provide all labor, materials, and equipment required for all work as described in the applicable contract documents.  See attached draft Statement of Work (SOW) for details.  Please note that attachments referenced in the SOW are not available.

The FAA contemplates multiple contract awards in the following trade: electrical.  Contract performance periods will be one-year base periods with four 1-year option periods to be exercised at the sole discretion of the Government.  Task orders will be placed against the contracts to fund projects throughout the year.

Work requirements under these contracts can range from $500 – $1,000,000 each.  It is estimated that $9 million in electrical construction task orders will be issued over the course of the contract periods to include option years.

Requests for task order proposals for projects will be issued to all contract holders for the electrical construction trade, and will be accompanied by a project description, construction drawings, and usually detailed specifications.

Expedited competitive procedures, e.g., rapid turn-around times (TAT)/completion dates, generally under 15 days will be detailed in the request for task order proposals.  Projects can be directly awarded by the Ordering Official if needed.

Due to urgent requirements and expedited turn-around times, completion of projects, etc., offerors MUST have a primary location within the state of Oklahoma.

All contracts will be 100% set-aside for award to small businesses.  This market survey is being issued to encourage interest from Service-Disabled Veteran-Owned Small Businesses (SDVOSB); or SBA-certified Socially and Economically Disadvantaged (SEDB) contractors in the 8(a) program.

The purpose of this announcement is to conduct a market survey to solicit statements of interest and capabilities from interested vendors in accordance with FAA Acquisition Management System (AMS) Policy 3.2.1.2.1.  The Government requirements included in this market survey permit contractors that are: (1) certified, under the 8(a) program with the Oklahoma SBA District Office; (2) Service-Disabled Veteran-Owned Small Businesses (SDVOSB) located within the state of Oklahoma, or; (3) a small business located within the state of Oklahoma an opportunity to express and submit interest to work this requirement.

All responses, including attachments, are to be sent electronically to [email protected] by 3:30 P.M, Central Standard Time on July 1, 2022.  Any information provided in response to this notice is for informational purposes only and will not be released.  Any proprietary information submitted will be protected if appropriately marked.  No evaluation of vendors will occur and vendor participation in any informational session is not a promise of future business with the FAA.

All interested parties are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this notice.  Therefore, any costs associated with responses to this market survey will be solely at the interested party’s expense.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J041 – MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code: 238210 – Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance: Oklahoma City , OK 73169 USA

Full details via beta.sam.gov

Griffon Aerospace Inc. awarded $401M contract for the manufacturing of aerial targets

Griffon Aerospace Inc.,* Madison, Alabama, was awarded a $401,798,544 firm-fixed-price contract for the manufacturing of aerial targets, including support services, related support equipment, mission payload system devices and training. 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 June 14, 2026. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-22-D-0010).

Griffon Aerospace, Inc. is located in Madison, AL, United States and is part of the Aerospace Product and Parts Manufacturing Industry. Griffon Aerospace, Inc. has 64 total employees across all of its locations and generates $11.29 million in sales (USD). (Sales figure is modelled). There are 3 companies in the Griffon Aerospace, Inc. corporate family.(www.dnb.com

Sources Sought KHC Quarters – Building Equipment Tools

This is a Sources Sought Notice for information only: This is not a request for quotes/proposals or an invitation for bids. The Navajo Nation Area Indian Health Service, Kayenta Health Center (KHC) issued in accordance with Federal Acquisition Regulation (FAR) Subpart 5.101 for Building Equipment Tools. The purpose of this notice is to identify potential sources who are able to provide the identified products/service needed by Kayenta Health Center to meet agency’s identified requirements.

The Contractor shall provide Building Equipment Tools for Indian Health Services as requested by the Kayenta Health Center authorizing official.

Attachment: Equipment Specification

The Government does not intend to make an award on the basis of the Sources Sought Notice or otherwise pay for the information provided herein.

The Anticipated Award Date: 06/23/2022. Contract Delivery Date on or before September 30, 2022.

The government will evaluate market information to ascertain potential market capacity to provide supplies with those described in this notice.

In accordance with the Buy Indian Act, 25 U.S.C. 47, the Indian Health Service shall give preference at all times, as far as practicable, to Indian economic enterprises.  If your firm is capable of providing the supplies and/or services described in this notice, complete the attached representation form and submit it along with the rest of the requested documents identified in this notice.

THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH WILL BE USED TO DETERMINE THE ACQUISITION STRATEGY SUCH AS INDIAN-OWNED

ENTERPRISE SET ASIDES: TOTAL SMALL BUSINESS SET ASIDE, ANY OTHER SOCIO-ECONOMIC SET ASIDE, OR UNRESTRICTED.

The Government requests interested parties submit a written response to this notice which includes:

  1. Company Name.
  2. Company DUNS number.
  3. Company point of contact, mailing address, and telephone and fax number(s), and website address
  4. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives.
  5. Date submitted.
  6. Applicable company GSA Schedule number or other available procurement vehicle.
  7. Business Size Standard of Company (i.e., small business, 8(a), woman owned, veteran owned, Native American owned, etc.)
  8. System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov/.

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 06/22/2022, 5:00pm Eastern Standard Time. All responses under this Sources Sought Notice must be emailed to [email protected].

  • Original Set Aside: 
  • Product Service Code: 3438 – MISCELLANEOUS WELDING EQUIPMENT
  • NAICS Code: 333992 – Welding and Soldering Equipment Manufacturing
  • Place of Performance: Kayenta , AZ 86033 USA

Full details via beta.sam.gov

BAE OSI Systems awarded $11M to design, procure, and install cybersecurity related systems

BAE OSI Systems, Kingsport, Tennessee, was awarded a $11,134,074 modification (P00779) to contract DAAA09-98-E-0006 to design, procure, and install cybersecurity related systems. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Jan. 31, 2024. Fiscal 2021 ammunition procurement, Army funds in the amount of $11,134,074 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Bae Systems Ordnance Systems Inc. is located in Kingsport, TN, United States and is part of the Other Fabricated Metal Product Manufacturing Industry. Bae Systems Ordnance Systems Inc. has 2,093 total employees across all of its locations and generates $697.86 million in sales (USD). (Sales figure is modelled). There are 505 companies in the Bae Systems Ordnance Systems Inc. corporate family. (www.dnb.com

SOURCES SOUGHT: Hangar Door Inspections & Maintenance Services

Scope of Work for Hangar Doors. The contractor must provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform inspections, routine and emergency repairs / service calls on hangar doors and associated systems identified in Appendix 2 of this PWS at Joint Base Elmendorf Richardson (JBER), Alaska. Work must comply with manufacturer’s specifications, commercial standards for inspections, maintenance and repair of these units as well as all federal, state, and local requirements that apply. The estimated workload quantities for doors are listed in Appendix 3, Workload Estimate. The Government reserves the right to increase, decrease and/or suspend any part of the services under this contract.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z1JZ – MAINTENANCE OF MISCELLANEOUS BUILDINGS
  • NAICS Code: 238290 – Other Building Equipment Contractors
  • Place of Performance: JBER , AK 99506 USA

Full details via beta.sam.gov

SecuriGence LLC awarded $76M for information technology multi-network security services

SecuriGence LLC,* Leesburg, Virginia, has been awarded a $76,494,912 modification (P00009) to previously awarded task order HR001121F0006 for information technology multi-network security services. The modification brings the total cumulative face value of the task order to $145,918,043 from $69,423,131. Work will be performed in Arlington, Virginia, with an expected completion date of June 2023. Fiscal 22 research and development funds in the amount of $38,271,249 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

Securigence LLC is located in Leesburg, VA, United States and is part of the Computer Systems Design and Related Services Industry. Securigence LLC has 90 total employees across all of its locations and generates $5.56 million in sales (USD). (www.dnb.com

SOURCES SOUGHT: Replacement of CHPP ACDC Power Systems & UPS (Uninterruptable Power Supply)

THIS IS A SOURCES SOUGHT NOTICE FOR FTQW 19-1010 REPLACEMENT OF CHPP ACDC POWER SYSTEMS & UPS (UNINTERRUPTABLE POWER SUPPLY) AT EIELSON AIR FORCE BASE, ALASKA.

The United States Air Force at Eielson Air Force Base, Alaska is seeking to identify interested offerors qualified to provide a design and construction of the replacement for the ACDC Power Systems & UPS at the Central Heat and Power Plant(CHPP). The general scope of this project includes the Contractor providing a design for the replacement of the ACDC Power Systems & the UPS. Once the design is completed and accepted, the Contractor shall completely prepare the site for upgrade and replacement of the essential ACDC power systems and UPS to include demolition and removal of the existing structures. The Contractor will be expected to furnish all labor, materials, and equipment to perform the work to repair these systems at the CHPP.

In accordance with Federal Acquisition Regulation (FAR) 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated price is from $500,000 and $1,000,000. The anticipated North American Industry Classification System (NACIS) code is 238210, with a size standard of $16.5M. The Government is contemplating a Firm Fixed Price (FFP) contract.

If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. No reimbursement will be made for any costs associated with providing information in response to the Sources Sought or any follow up information requests. Respondents will not be notified for the results.

The information requested will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. The following information is requested from interested offerors:

  • Business Name
  • Point of contact name, email, and telephone number.
  • Cage Code and UID number
  • Capabilities to perform and/or hire qualified personnel/subcontractors for this type of acquisition
  • Applicable business size i.e. large business, small business, SBA Certified 8(a) Program Participant, SBA Certified HUB Zone, Service Disabled Veteran Owned Business, Woman Owned Small Business

Interested offerors should send the above information via email to SSgt Aaron Valdez, [email protected] and MSgt Cristopher Pennock, [email protected].

All correspondence sent via email shall contain a subject line that reads FTQW 19-1010, REPLACEMENT OF CHPP ACDC POWER SYSTEMS & UPS. Ensure only .pdf type of files are included with your email, if applicable.

All firms should be registered in the System for Award Management (SAM) located at http://www.sam.gov .

  • Original Set Aside: 
  • Product Service Code: Z1JZ – MAINTENANCE OF MISCELLANEOUS BUILDINGS
  • NAICS Code: 238210 – Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance: Eielson AFB , AK 99702 USA

Full details via beta.sam.gov

American Water Operations & Maintenance LLC awarded $25M contract for water and wastewater utility services

American Water Operations & Maintenance LLC, Camden, New Jersey, has been awarded a $25,220,160 modification (P00028) to contract (SP0600-19-C-8325) for water and wastewater utility services at Joint Base San Antonio, Texas. This is a fixed-price with economic-price-adjustment contract. Location of performance is Texas, with a May 31, 2070, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2070 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

American Water Operations Maintenance LLC is located in Camden, NJ, United States and is part of the Water, Sewage and Other Systems Industry. American Water Operations Maintenance LLC has 41 total employees across all of its locations and generates $49.95 million in sales (USD). (Sales figure is modelled). There are 294 companies in the American Water Operations Maintenance LLC corporate family. (www.dnb.com

SOURCES SOUGHT: 6525–Carto System Upgrade

This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this sources-sought notice must be in writing. The purpose of this sources-sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below. After review of the responses to this sources-sought, a solicitation announcement may be published. Responses to this sources-sought synopsis are NOT considered adequate responses for a solicitation announcement. The Veteran s Integrated Service Network 22 is seeking a contractor to provide upgraded hardware and software for the Biosense Webster CARTO mapping system. The CARTOSEG CT Segmentation Module provides anatomic detail to enable providers to efficiently plan their ablation strategy when treating complex arrhythmias. The CARTOSEG CT Segmentation Module automates the CT segmentation process, providing detailed anatomic 3D image integration in the CARTO® 3 System while highlighting discrete anatomic structures. This module semi-automatically segments all four chambers, aorta, coronary sinus, coronary arteries and esophagus. This requirement is for brand name only to ensure compatibility with the current system. All items to be delivered within 90 days after receipt of purchase order. If you are interested and are capable of providing the required product(s) please provide the following information. (1) Company Name, Address, Point of Contact (2) Size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (3) Is your company considered small under the NAICS code 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing? (4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Please provide general pricing for your products/solutions for market research purposes. (7) If your offer is for an equivalent product, please provide manufacturer, model number and information regarding how their product meets the salient characteristics. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Businesses. However, if there are insufficient Service-Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. Responses to this notice shall be submitted via email to [email protected] . Telephone responses will not be accepted. Responses must be received no later than 6/17/2022 10:00 AM PT. After review of the responses to this sources-sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites. Responses to this sources-sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources-sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov.
  • Original Set Aside: 
  • Product Service Code: 6525 – IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY
  • NAICS Code: 334510 – Electromedical and Electrotherapeutic Apparatus Manufacturing
  • Place of Performance: VA San Diego Healthcare System , 92161 USA

Full details via beta.sam.gov