Meggitt Defense Systems Inc. awarded $16M contract for carrier drive assemblies

Meggitt Defense Systems Inc., Irvine, California, has been awarded a maximum $16,758,848 firm-fixed-price contract for carrier drive assemblies. This was a sole-source acquisition using justification 10 U.S. Code 2301 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-time buy with no option periods. The performance completion date is Nov. 2, 2026. Using military service is Army. Type of appropriation is Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-22-C-0009).

Meggitt Defense Systems, Inc. is a taxpayer registed with Texas Comptroller of Public Accounts. The taxpayer number is #15103862445. The business address is 1955 Surveyor Ave C/O Meggitt Usa Inc, Simi Valley, CA 93063. (www.opengovus.com

Sources Sought: 6640–Environmental Microbiology WASP Lab Expansion

This Sources Sought Notice is for planning 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 and/or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort.

The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice.

The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this Sources Sought Notice in accordance with (IAW) FAR Part 15.201(e). The purpose of this Sources Sought Notice announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the products and/or 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.

Responses to this notice shall include the following: (a) Company Name; (b) Address; (c) Point of Contact; (d) Phone, Fax, and Email; (e) UEI Number; (f) Cage Code; (g) Tax ID Number; (h) Type of Small Business, e.g., Services Disabled Veteran Owned Small Business, Veteran Owned Small business, 8(a), HUBZone, Women Owned Small Business, Small Disadvantaged Business, or Small Business HUBZone business, etc.; (i) State if your business has an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed below and provide the contract number; and (j) Must provide a capability statement that addresses the organization s qualifications and ability to perform as a contractor for the work described below.

Requirement: The VA Heartland Network 15 Contracting Office located at 3450 South 4th Street, Leavenworth, KS, 66048-5055 is seeking a potential qualified contractor to provide instrumentation, installation, and training for an automated digital microbiology laboratory system to the Environmental Laboratory located at the VA St. Louis Healthcare System, in St. Louis, Missouri. Please see Statement of Work for more specifics and details. The North American Industry Classification System Code (NAICS Code) is 339112 (Surgical and Medical Instrument Manufacturing), size standard 1,000 Employees. Based on this information, please indicate whether your company would be a Large or Small Business and have a socio-economic designation as a Small Business, VOSB or SDVOSB.

Important Information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. 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 an acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service-Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open may be used.

Responses to this notice shall be submitted via email to Mickeya Linzie at [email protected]. Telephone responses will not be accepted. Responses must be received no later than Friday, July 22, 2022, at 8:00AM CST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.

STATEMENT OF WORK DEPARTMENT OF VETERANS AFFAIRS VA ST. LOUIS HEALTHCARE SYSTEM ST. LOUIS, MO INTRODUCTION: The Environmental Microbiology Laboratory provides services and laboratory testing for other services in the medical center (dental, dialysis, engineering, and pharmacy) to assess the water quality and or sterile processing technique to ensure patient safety. Detection and isolation of organisms are an important part of the work done in this laboratory and are essential in ensuring a safe patient care environment. The contractor shall provide instrumentation, installation, and training for an automated digital environmental microbiology laboratory system.

SCOPE OF WORK: Total lab automation for microbiology would include a specimen processing system, smart incubator(s), and computerized digital workstations. This equipment would save on technologist time, improve standardization of testing, and improve turnaround time for microbiology cultures. The introduction of automated and electronic culture monitoring transforms the microbiology lab by providing a number of benefits, including standardization and significant reduction in the amount of technologist time needed for negative cultures. The biggest payoff is the potential to screen specimens more easily 24/7 and release those results. This instrumentation would allow the VASTLHCS Environmental Microbiology Laboratory to extend testing services to other VA s that do not have an accredited environmental lab. The VASTLHCS lab is looking to create a lease to own option for this equipment, consisting of one base year and four option years. Minimum Technical Specifications The operating system must be compatible with VA IT standards. The system must have the ability to be connected to VISTA via Data Innovations. Vendor must meet VA security requirements to be able to remotely connect and service the instrumentation. The system must allow for full sample traceability using uniquely barcoded disposable culture plates. The system must be able to accept multiple media types/containers. The plating system must be able to inoculate and spread a calibrated volume of 100 and 200 microliters onto solid agar plates. Instrument installation must include all upgrades, databases, etc included in initial purchase. Instrument must be capable of adding future advancements and additions to the laboratory system. Vendor led training must be provided. Training shall include system operations as well as basic trouble shooting and repair. If training is to be conducted off site, the cost shall be all-including, (e.g., air fare, auto rental, room and board, training materials, etc.) for each participant. Traceability of each agar plate(s) or other testing is easy. The system shall not require cleaning materials or decontamination other than what is included in periodic maintenance but can be easily cleaned/decontaminated if necessary. The contractor shall provide applicable manuals and schedules upon delivery and installation of equipment. The contractor shall provide a technical expert capable of unpacking the instrument and all required materials to perform installation. The contractor shall provide upgrades to both the equipment hardware and software in order to maintain the integrity of the system and the state-of-the-art technology at no additional charge to the customer after the initial install of the system. These must be provided as they become commercially available and at the same time as they are being provided to commercial customers. This requirement only applies to system upgrades that enhance the model of equipment being offered, i.e. new version of software, including database upgrades, correction of hardware defect, upgrade offered to commercial customers at no additional charge, upgrade to replace model of equipment no longer vendor supported, etc. Instrument can be serviced/calibrated remotely. Instrument should be custom per the laboratory s needs, and automate tasks as they are currently performed by microbiology staff Instrument should include a track system to move from specimen processor to incubators where they are automatically loaded and photographed at programed intervals for easy review by technologists via a computer screen. Incubators should automatically monitor temperature, CO2 (as applicable) and humidity via NIST calibrated devices and records those values. Camera s contained in the laboratory system must be able to take high quality digital pictures at different angles and/or lighting conditions and store them for comparison. Reading times can be customized for each laboratory. Additional work up for positive cultures can be ordered at each workstation, and additional culture work up should become as automated as possible (automatic preparation of ID or AST panels or MALDI-TOF slides or gram stains). Electronic culture logs can easily be reviewed and remove the need for the laboratory to possess paper logbooks. System footprint should fit within the current laboratory layout and not require the laboratory to be remodeled. The operator must provide these items within 90 days of purchase Have the capability for CO2, non-CO2 incubators. Optional/Value Added Features Have touch screen monitors for easy use and navigation. Laboratory system contains automated microscopes to aid in the reading and visual storage of gram stain results. Incubators have the capability to incubate tubed and bagged media. Required Interfaces Instrument/software must be able to communicate with the following instruments/interfaces: Data Innovations, Vista, and eventually MYLA.

  • Original Set Aside:
  • Product Service Code: 6640 – LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code: 339112 – Surgical and Medical Instrument Manufacturing
  • Place of Performance: VA St. Louis Healthcare System John J. Cochran Division , MO 63106
    USA

Full details via beta.sam.gov

General Dynamics Information Technology Inc. awarded $908M contract for information technology and enterprise network services

General Dynamics Information Technology Inc., Falls Church, Virginia, has been awarded a $908,000,000 ceiling, single award, indefinite-delivery/indefinite-quantity contract for the U.S. Air Forces in Europe and Air Forces Africa information technology and enterprise network services. Work will be performed at various locations in Germany, Italy, Turkey, the United Kingdom and other locations throughout Europe, and is expected to be completed by July 13, 2027, with an optional three-year ordering period ending July 13, 2030, and the ability for performance at the order level through July 13, 2032. This award is the result of a competitive acquisition with six offers received. Fiscal 2022 operations and maintenance funds in the amount of $35,000 will be obligated at the time of award. Air Force Installation Contracting Command, 764th Enterprise Sourcing Squadron, Ramstein Air Base, Germany, is the contracting activity (FA564122D0003).

Gdit is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #SMNWM6HN79X5. The business address is 3150 Fairview Park Dr Ste 100, Falls Church, VA 22042-4504, USA. The point of contact name is Karina Espinosa Arzeta.(www.opengovus.com

Sources Sought: HVAC Preventative Maintenance Services

In order to respond to the Sources Sought notice, the agency is requesting all vendors to submit a response via the below Google Form link:

https://forms.gle/asjJSuFNF5QVbXNx5

The National Weather Service (NWS) has a need for Preventive Maintenance for all equipment associated with the Heating Ventilation and Air Conditioning (HVAC), Fire Alarm, Smoke, Heat and Carbon Dioxide Detectors, and Humidification Controls. The Contractor shall provide all labor, tools, material, equipment, supervision, insurance and incidentals to provide Preventive Maintenance and Service for the Geothermal Well system, HVAC mechanical systems, and HVAC Control System/Components. This includes all equipment and controls required to ensure the equipment operates efficiently and cost effectively at all times and under all conditions.

These services are required for the National Weather Forecast Office (WFO) in Caribou, Maine and the National Weather Service Radar Data Acquisition Site (RDA) Site located in Hodgdon, Maine.

This is a Sources Sought (SS) notice only and is not a solicitation. It is not a request for proposals nor does it obligate the Government in any way. The Government will not reimburse the respondents for any costs associated with the information submitted in response to this request. Additionally, this SS notice does not guarantee that the government will issue a request for proposals.

The Statement of Work (SOW) is attached to the SAM.gov posting to provide additional context to the capability areas described within the Google Form.

Responses are due 07/25/2022 at 9:00am Pacific Time.

  • Original Set Aside:
  • Product Service Code: 
  • NAICS Code: 238220 – Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:Caribou , ME USA

Full details via beta.sam.gov

Raytheon Co. awarded $18M contract to exercise the Phase 2 option of the Joint All-Domain Warfighting Software (JAWS) program

Raytheon Co., Tewksbury, Massachusetts, was awarded an $18,577,470 modification (P00007) to previously awarded, cost-plus-fixed-fee contract HR0011-21-C-0010 to exercise the Phase 2 option of the Joint All-Domain Warfighting Software (JAWS) program. The modification brings the total cumulative face value of the contract to $29,026,376 from $10,448,906. Work will be performed in Tewksbury, Massachusetts (62%); Cambridge, Massachusetts (9%); McKinney, Texas (7%); Centennial, Colorado (1%); Nashua, New Hampshire (3%); and Woburn, Massachusetts (18%), with an expected completion date of October 2023. Fiscal 2022 research, development, test and evaluation funds in the amount of $5,000,000 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

Raytheon Company is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #KSDDYUNTG8D8. The business address is 8650 Balboa Ave, San Diego, CA 92123-1502, USA. The point of contact name is Donna Mc Cullough. (www.opengovus.com

Sources Sought: Vibration Environmental Chamber Box, Duct Work, and Support Structure

The contractor shall perform the following general functions:  The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Vibration Environmental Chamber Box, Duct Work, and Support Structure as defined in this Performance Work Statement except for those items specified as government furnished property and services.  The contractor shall perform to the standards in this contract. The contractor will be required to develop, fabricate, reconfigure and install a number of subsystems in order to meet the requirements and specifications of this contract.  The contractor will also be required to perform an acceptance test as part of this contract.

  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: 6636 – ENVIRONMENTAL CHAMBERS AND RELATED EQUIPMENT
  • NAICS Code: 332313 – Plate Work Manufacturing
  • Place of Performance: Tooele , UT 84074 USA

Full details via beta.sam.gov

139: Small Business Lending For All Minority Firms (CDFI) – Marti Hoffer

This week we are excited to bring to you a different type of episode with Marti Hoffer, the Founder and CEO of Lumenomics whom I met at the WBENC conference. I met Marti at WBENC as she was one of the guests on stage speaking discussing financing her small business. Part of her conversation was centered around CDFIs and how they were the first organization to provide her small business with capital.

If you are wondering what a CDFI is, let me explain further. Community Development Financial Institutions (CDFIs) are specialized community based financial institutions with a primary mission to promote economic development by providing financial products and services to people and communities underserved by traditional financial institutions, particularly in low income communities. That is what is said on the website.

The bottom line is these places have money for people who cannot otherwise get access to capital. They also include community development banks and credit unions, and non-regulated institutions such as non-profit loan funds or venture capital funds.

So in this episode Marti shares briefly what she did and how she did it.

So who is Marti Hoffer and what does Lumenomics do? Lumenomics is a natural daylighting company designing, installing, and servicing integrated performance illumination systems for commercial buildings. After over 25 years of experience in the window treatment and lighting control industry, Marti Hoffer, founder and CEO of lumenomics, noticed a problem: customers purchase window treatments to increase the use of electric light, not decrease it.

With her vision to increase the use of natural light by decreasing reliance on the electric light in spaces through integrated shade and lighting systems. So that’s the premise of their business and that’s what they do.

Tune in to this short but sweet episode with our next giant, Marti Hoffer.

Hutchinson Industries Inc. awarded $10M contract for tire and wheel assemblies

Hutchinson Industries Inc., Trenton, New Jersey, has been awarded a maximum $10,942,290 firm-fixed-price, requirements contract for tire and wheel assemblies. This was a competitive acquisition with two responses received. This is a three-year contract with no option periods. The ordering period end date is July 12, 2025. Using military service is Army. Type of appropriation is fiscal 2022 through 2025 Army working capital funds. Defense Logistics Agency, Land and Maritime, Warren, Michigan, is the contracting activity (SPRDL1-22-D-0027).

Hutchinson Industries, Inc. is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #008148442. The business address is 1355 Clinton, Buffalo, NY 14206-2915, USA. (www.opengovus.com

Sources Sought: Z–Stewart Lee Udall Building BLM Headquarters Design-Build

To reply to this Sources Sought, please copy/paste the following link into your web browser and fill out the associated Microsoft Form: https://forms.office.com/g/i7nz7z0uwX
  • Original Set Aside: 
  • Product Service Code: Z2AA – REPAIR OR ALTERATION OF OFFICE BUILDINGS
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance: 1849 C St. NW , DC 20240USA

Full details via beta.sam.gov

Alberici Constructors Inc. awarded $47M contract for replacement of the miter gates, electrical systems and valve recesses

Alberici Constructors Inc., doing business as Midwest Foundation, St. Louis, Missouri, was awarded a $47,711,030 firm-fixed-price contract for replacement of the miter gates, electrical systems and valve recesses at Dresden Island Lock. Bids were solicited via the internet with three received. Work will be performed in Morris, Illinois, with an estimated completion date of Jan. 29, 2024. Fiscal 2022 civil construction funds in the amount of $47,711,030 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island, Illinois, is the contracting activity (W912EK-22-C-0022).

Alberici Constructors Inc is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #KVETX8NJL6H4. The business address is 8800 Page Ave, Saint Louis, MO 63114-6106, USA. The point of contact name is Brian King. (www.opengovus.com