ISBEE Sources sought Vital Signs monitor

Vital signs monitors

(3 each) –  Connex 6800 Vital Signs monitor (Part# Welch Allyn 68MXTP-B)

(3 each) – Accessory Cable Management Mobile Stand (Part# Welch Allyn 4800-60)

  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 6515 – MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 339113 – Surgical Appliance and Supplies Manufacturing
  • Place of Performance: Polacca , AZ 86042 USA

Full details via beta.sam.gov

Richard Group LLC awarded $12M contract to renovate and add an addition to the interior of Building 5247

Richard Group LLC,* Glenview, Illinois, was awarded a $12,287,828 firm-fixed-price contract to renovate and add an addition to the interior of Building 5247 at Davis-Monthan Air Force Base, Arizona. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 8, 2023. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-22-F-0199). (Awarded July 8, 2022)

Richard Group LLC is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #QST7A5N63TL4. The business address is 1944 Lehigh Ave Ste A, Glenview, IL 60026-1661, USA. The point of contact name is Jed M. Richard. (www.opengovus.com

Sources Sought: Enterprise Logging Xtreme – Software

NOTE: 8 JULY 2022 Questions and Answers Posted.

The Integrated Defensive Cyberspace System (IDCS) Enterprise Logging (EL) effort is designed to meet the AF log aggregation and analysis needs by facilitating the collection, tiered storage, and distributed analysis of system and network logged data from across every AF base.  The IDCS-EL effort is broken into multiple components thus leveraging the best of both commercial hardware and agile software (SW) sustainment best practices.

The scope of this requirement is focused on configuring, operating, maintaining, and modifying the government codebase known as Lower Echelon Analytic Platform (LEAP) Tactical (LTAC) to be remotely operated at various locations.

  • Original Set Aside:
  • Product Service Code: DA01 – IT AND TELECOM – BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
  • NAICS Code: 541512 – Computer Systems Design Services
  • Place of Performance:

Full details via beta.sam.gov

AeroClave LLC awarded $26M contract to procure four complete Joint Biological Agent Decontamination Systems

AeroClave LLC,* Maitland, Florida, was awarded a $26,976,657 modification (P00026) to contract W911QY-19-F-0062 to procure four complete Joint Biological Agent Decontamination Systems. 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 March 31, 2029. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

AEROCLAVE, LLC is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #RNSCB3JB1FB7. The business address is 1991 Mohican Trl, Maitland, FL 32751-3763, USA. The point of contact name is Ronald D Brown. (www.opengovus.com

Sources Sought: EYESI Surgical Training System

EYESI SURGICAL COMPLETE SYSTEM TO INCLUDE THE FOLLOWING PART#’S: PS-2004_W – SURGICAL PLATFORM 2.11 SOFTWARE – SIMULATOR SOFTWARE SI-C_2011 CAT SURGERY INTERFACE PACK IS-C003 – INCLUDING CAT HAND -ACTIVATED FORCEPS TMP-C001- EYESI CAT BASIC SKILLS PACK 1(LICENCE) INCLUDING: ANTI TREMOR TRAINING, FORCEPS TRAINING, PHACO BASIC SKILLS TRAINING.  TMP-C002 -EYESI CAT BASIC SKILLS PACK 2 (LICENCE) INCLUDING: NAVIGATION TRAINING, BIMANUAL TRAINING, CHOPPING & CRACKING TRAINING.  TMP-C003- EYESI CAT BASIC SKILLS PACK 3 (LICENCE)INCLUDING: INTRACAPSULAR ANTI-TREMOR, INTRACAPSULAR NAVIGATION TRAINING, PHACO CHOPPING TRAINING, CAPSULOHEXIS(LICENCE), HYDROMANEUVERS (LICENCE), PHACO DIVIDE & CONQUER (LICENCE), IRRIGATION ASPIRATION (LICENCE), IOL INSERTION (LICENCE), IOL INSERTION (LICENCE)ANTERIOR VITRECTOMY (LICENCE), IRIS EXPANSION RING (LICENCE), CAPSULAR TENSION RING (LICENCE) SI-V_2011- VIT SURGERY INTERFACE PACK IS-VOO2 – VIT HAND-ACTIVATED FORCEPS SI-AO02 – VIT BIOMv5/SDI MIMIC TMP-V101 – VIT BASIC SKILLS PACK (LICENCE) INCLUDING: VIT FROCEPS TRAINING, VIT ANTI TREMOR TRAINING, VIT VITRECTOR TRAINING, TMP-V102 – VIT BASICSKILLS PACK (LICENCE) INCLUDING: NAVIGTION TRAINING, VIT BIMANUAL TRAINING, BIMANUAL SCISSORS TRIANING.  TM-V101 – VIT EPIRETINAL MEMBRANCES (LICENCE) TM-V102 – VIT ILM PEELING (LICENCE) TM-V103 – VIT POSTERIOR HYALOID (LICENCE) TM-V104 – VIT ENDOLASER (LICENCE) TM-V105 – VIT RETINAL DETACHMENT (LICENCE) CW_C1 – CAT TRAINING COURSEWARE (LICENCE) CW_v1 – VIT TRAINGING COURSEWARE (LICENCE)  SKILLS PACK 2 (LICENCE)

EYESI SURGICA COMPLETE GOLD SOFTWARE PLAN 36M INCLUDING ACCESS TO VRmNET DURIGN VALIDITY PERIOD

EYESI SURGICAL CAT HAND-ACTIVATED FROCEPS (SPARE INST SET) ESMP_IN_CAT_A_S – ES CAT ANGLED INSTUREMENT ESMP_IN_CAT_P_S – ES CAT PHACO ANGLED INSTURMENT

  • Original Set Aside:
  • Product Service Code: 6515 – MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 339112 – Surgical and Medical Instrument Manufacturing
  • Place of Performance: MI 48105 USA

Full details via beta.sam.gov

R Ward & Associates Inc. awarded $49M contract for the full range of environmental, range and training land support services

R Ward & Associates Inc.,* Ozark, Missouri, was awarded a $49,000,000 firm-fixed-price contract for the full range of environmental, range and training land support services. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of July 7, 2025. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-22-D-1000).

R WARD & ASSOCIATES, INC. is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #GMDMQLELDMC1. The business address is 811 E Sunset Rd, Ozark, MO 65721-5980, USA. The point of contact name is Ronnie E Ward.(www.opengovus.com

Sources Sought: 7910–Commercial Upright “18” Vacuums and Wet/Dry Vacuums w/Pumps

Sources Sought Synopsis Only The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (hubzone, 8(a), small, small disadvantage, veteran owned small business (VOSB), service disabled veteran owned small business (SDVOSB), or large business) relative to NAICS 335210 with size standards of 1,500 Employees. Note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the project, VA will set aside the underlying solicitation per 38 U.S.C. §8127.  Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on SAM, and/or GSA eBuy. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. General Requirements: The Department of Veterans Affairs (VA), VA Northern Arizona Healthcare System (VANAHS), has a requirement for Wet Dry Vacuums with pumps and 18 Upright Vacuums. Specific Requirements: This requirement for Wet /Dry Vacuum with pumps and 18 Upright Vacuums, which will be used to remove large amounts of water during monsoon season, address plumbing issues, and to pick waste after floor care at the VA Northern Arizona Healthcare System. Scope: The contractor shall provide both of the specific vacuums, in the quantities and specifications listed in the Salient Characteristics below. Period of Performance: The intended contract period will be 50 days after receipt of order. Salient Characteristics: Commercial Wet/ Dry Vacuum w/Pump must be capable of the following. QTY: 7 24 Gallon tank capacity 100 of water lift via a submersible pump in the tank Must have a front mount squeegee Versamatic Hepa 18 Upright Vacuum or Equivalent must be capable of the following QTY: 13 18 wide cleaning path HEPA filtration Detachable hose 40 electrical cord Participating Healthcare Facilities: VISN 22 West VA Northern Arizona Healthcare System 500 Highway 89 North Prescott, AZ 86313 In response to this announcement, please complete the information below: Company: Address: Contact Name: Phone No: Email: DUNS: Business size information Select all that applies: Small Business Emerging Small Business Small Disadvantaged Business Certified under Section 8(a) of the Small Business Act HubZone Woman Owned Certified Service-Disabled Veteran Owned Small in Vetbiz.gov Certified Veteran Owned Small Business in Vetbiz.gov Large Business Other:____________ FSS/ GSA Contract Holder Yes No FSS/ GSA Contract Number Effective Date / Expiration Date Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or a related NAICS codes. Not applicable List: This notice is neither a request for competitive proposal or solicitation of offerors. This notice is to assist the VA in determining sources only and a solicitation is not currently available. 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 this response. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Information received as a result of this notice will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice does not represent a commitment by the Government to pay for costs incurred in the preparation and submission of information or any other costs incurred as a response to this announcement. Inquiries will only be accepted in writing via email to [email protected] on or before July 13, 2022 by 3:30 PM PT.

  • Original Set Aside:
  • Product Service Code: 7910 – FLOOR POLISHERS AND VACUUM CLEANING EQUIPMENT
  • NAICS Code: 335210 – Small Electrical Appliance Manufacturing
  • Place of Performance: VA Northern Arizona Healthcare System 500 Highway 89 North Prescott , AZ 86313

Full details via beta.sam.gov

Technica LLC awarded $12M contract for support logistics support services, including maintenance, supply and transportation

Technica LLC, Charleston, South Carolina, was awarded a $12,708,282 modification (P00056) to contract W52P1J-20-F-0184 for support logistics support services, including maintenance, supply and transportation. Work will be performed at Fort Bliss, Texas, with an estimated completion date of July 3, 2023. Fiscal 2022 operation and maintenance, defense-wide funds in the amount of $12,708,282 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. (Awarded July 3, 2022)

TECHNICA LLC (SAM# XDW8QYRZ14K9) is an entity registered with U.S. General Services Administration (GSA), System for Award Management (SAM). The registration date is December 23, 2003.(www.opengovus.com

Sources Sought: Pest Control Services for Albuquerque Service Unit

Sources Sought:

Pest Control Services for Albuquerque Service Unit

This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, an obligation or commitment by the Albuquerque Area Indian Health Service. This notice is intended strictly for Market Research to determine if a “100% Set Aside for Small Business Indian Firms” or a “100% Set-Aside for Small Business Concerns” can fulfill the requirements set forth in this request for information.

The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (Small Business Indian Firms or Small Businesses). This is a Request for Information only. This is NOT a solicitation for proposals, proposal abstracts, or quotations.

The Albuquerque Area Indian Health Service is conducting a market survey to help determine the availability of the following service:

NAICS Code: 561710 – Exterminating and Pest Control Services

Description: Pest Control Services

If your business can offer this item/service or a brand name or equal to item, please provide a product brochure and or any other product information to [email protected]. Details can be found in the attached Statement of Work (SOW).

Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.beta.sam.gov at a later date, and all interested parties must respond to the solicitation announcement separately from the responses to this announcement in order to be considered.

Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is appropriate.

Please submit all information to Shandiin DeWolfe via e-mail: [email protected] by July 12th, 2022 at 5:00 pm (Mountain Daylight Savings Time).

Interested parties are required to be registered and certified in the System for Award Management (SAM).  Registration may be accomplished at https://beta.sam.gov.

Responses to this notice should include company name, address, point of contact, UEI number, size of business pursuant to North American Industrial Classification System (NAICS) and must respond to the following questions:

  1. Is your business a Small Business Indian Firm?  Is your firm a Veteran-Owned small business? Certified Service-Disabled Veteran Owned? Is your firm a woman-owned or operated business?  Is your business a small business?

Interested businesses are required to submit a Statement of Capabilities (SOC) or other document(s) demonstrating:

  1. Ability to manage the services, description of past performance on previous contracts, dollar value of each contract, number of employees for each, the types and range of skills of employees for each, and point of contact and telephone number of the contracting activity for each contract.
  2. A capability statement, including summary of relevant performance history (with points of contact and applicable telephone numbers, FAX numbers, addresses and email addresses, if available) within the past three years.
  • Original Set Aside:Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: S207 – HOUSEKEEPING- INSECT/RODENT CONTROL
  • NAICS Code: 561710 – Exterminating and Pest Control Services
  • Place of Performance: Albuquerque , NM 87106 USA

Full details via beta.sam.gov

Echelon Services LLC awarded $153M contract for the Defense Counterintelligence and Security Agency (DCSA)

Echelon Services LLC, Manassas, Virginia (HS0021-22-C-0004), was awarded a $153,398,872 firm-fixed-price and labor-hour contract for the Defense Counterintelligence and Security Agency (DCSA). The contract provides comprehensive cybersecurity support to the current enterprise and transformational cybersecurity support for the future DCSA organizational enterprise. Work will be performed in Quantico, Virginia. This contract is funded with fiscal 2022 DCSA defense working capital funds with $3,908,350 obligated at time of award, and operations and maintenance funds with $4,705,390 obligated at time of award. The anticipated period of performance includes one 12-month base period and four 12-month option periods. The solicitation resulting in this contract was competed and set-aside for seven 8(a) Small Businesses using Federal Acquisition Regulation 19.805 Competitive 8(a) procedures. As a result, seven offers were received. DCSA Acquisition and Contracting, Quantico, Virginia, is the contracting activity.

ECHELON SERVICES, LLC (SAM# V6WFXPAQNYC7) is an entity registered with U.S. General Services Administration (GSA), System for Award Management (SAM). The registration date is July 13, 2017.(www.opengovus.com