144: Crushing the pricing game in government contracting – Jon Barker

This week’s podcast is my conversation with Jon Barker Founder at PTW (plan-position-price | target | win) Solutions Inc., he helps companies figure out the correct pricing to win government bids.

He has spent the last 15 years as Contract and Consultant Administrator, Contracts Manager, Director of Contracts and Deputy Director of Contracts for a slew of companies from 2k employees up to 90K employees. Additionally Jon provided strategic support for an emerging small business that eventually went public.

Pricing is more of an art than science particularly when it comes to government contracting. You think it may be simple but the truth is pricing cost-plus or T&M contracts can be a bear.

“Here’s the beauty of it. When you’re talking with larger companies, those rates are set. When you’re talking to smaller companies, they have a lot more flexibility. They’re not on the radars of these agencies… The smaller you are, the more of an art it is to be able to be clever with the numbers and figure out where you can ship those costs.” – Jon Barker

In this episode we discuss Jon’s Go-to’s data sources for pricing. He shares the tools and systems he used to do contract management for large firms where he provides contract administration.

Let’s welcome our next Giant, Mr. Jon Barker.

Oshkosh Defense LLC awarded a $22M contract to exercise available options to support the fielding of Joint Light Tactical Vehicles

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $22,639,245 modification (P00315) to contract W56HZV-20-C-0050 to exercise available options to support the fielding of Joint Light Tactical Vehicles, packaged and installed kits, and trailers. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Sept. 30, 2024. Fiscal 2020 other procurement, Army funds and fiscal 2020 and 2022 Marine Corps procurement funds in the amount of $22,639,245 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Oshkosh Defense, LLC is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #ZMXAHH8M8VL8. The business address is 2307 Oregon St, Oshkosh, WI 54902-7062, USA. The point of contact name is Michael Foster. (www.opengovus.com

SOURCES SOUGHT: Housekeeping/Janitorial Supplies BPA

SOURCES SOUGHT NOTICE

******************************************************************************

THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR QUOTES/PROPOSALS OR AN INVITATION FOR BIDS.

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for quotations or proposals.  Submission of any information in response to this market survey is purely voluntary and will be used only for market research purposes to determine availability of sources, commerciality, and competitive strategy.  The government assumes no financial responsibility for any costs associated with any response to this notice as incurred by prospective contractors.

******************************************************************************

Project Title:  Housekeeping/Janitorial Supplies BPA

Tracking Number:  22-GIMC-1458691

The Indian Health Service (IHS), Tohatchi Health Center, located at 07 Chooshgai Drive, Tohatchi, NM 87325 is seeking capable sources for a BPA for Housekeeping/Janitorial supplies and materials on  “As Needed Basis”.

The anticipated period of performance is 10/1/2022 – 9/30/2023 with an option year from 10/1/2023 – 9/30/2024.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 325611- Soap and Other Detergent Manufacturing with a small business size standard of 1,000 employees.  
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.

NOTE: If this requirement is set-aside, FAR 52.219-14 (DEVIATION 2019-01) Limitations on Subcontracting will apply; similarly-situated entity description applies. This clause requires that the concern perform at least 50 percent (50%) of the cost of the contract, not including the cost of materials, with its own employees.

SUBMISSION INSTRUCTIONS:

All interested sources must submit a capabilities package to the primary point of contact listed below, no later than (NLT) 8/30/2022 at 10:00AM (MDT).

AT A MINIMUM, THE FOLLOWING INFORMATION MUST BE SUBMITTED TO THE POC LISTED IN THIS NOTICE:

  1. Confirm the Buy-Indian set-aside status you qualify for under following NAICS Code: 325611- Soap and Other Detergent Manufacturing
    1. If the proposed NAICS is not the customary or applicable NAICS relative to the needs description, include your firm’s proposed NAICS and rationale for the different NAICS.
  2. Fill out the attached IHS Buy Indian Act Indian Economic Enterprise Representation Form.
  3. If Non-Indian, indicate firm’s size – small or other-than-small; and other socio-economic program participation such as small-disadvantaged, 8(a)-certified, HUBZone, SDVOSB, and/or WOSB/EDWOSB
  4. A positive statement of your intention to submit a quote to an upcoming solicitation as a prime contractor.
  5. Provide firm’s UEI Number.
  6. Evidence of recent (within the last five years) experience with work similar in type and scope to include:
    1. Contract Numbers
    2. Project Titles
    3. Dollar Amounts
    4. Percent and complete description of work self-performed.
    5. Customer points of contact with current telephone number and email address.

All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested qualified Buy-Indian parties. If adequate interest is not received from Buy-Indian concerns, the solicitation may be issued as another type of set aside or unrestricted without further notice.

Point of Contact:

Geralene Clark, Purchasing Agent

[email protected]

Place of Performance:

Tohatchi Health Center

07 Chooshgai Drive

Tohatchi, NM 87325

THIS IS NOT A SOLICITATION.

  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 7920 – BROOMS, BRUSHES, MOPS, AND SPONGES
  • NAICS Code: 325611 – Soap and Other Detergent Manufacturing
  • Place of Performance: Tohatchi , NM 87325 USA

Full details via beta.sam.gov

RMA Architects Inc. awarded a $50M contract for architect-engineer services

RMA Architects Inc.,* Honolulu, Hawaii, is awarded a $50,000,000 indefinite-delivery/indefinite-quantity, architect-engineer contract for architect-engineer services for architectural projects at various locations under the cognizance of Naval Facilities Engineering Systems Command (NAVFAC) Pacific. The work to be performed provides for, but are not limited to, the execution and delivery of military construction project documentation, functional analysis concept development workshops/design charrettes; final design construction documents; technical surveys and reports including site engineering investigation, topographic survey, geotechnical investigation, hazardous material survey, munitions of explosive concern survey, cost and schedule risk analysis; construction cost estimates; comprehensive interior design,  including structural interior design and furniture, fixtures, and equipment; collateral equipment buy packages; and post construction award services (PCAS). PCAS consists of technical consultation during construction, including, but not limited to, review of construction submittals, response to requests for information, site visits, and other miscellaneous services. Work will be performed at various locations within the NAVFAC Pacific area of operations to include, but not limited to Guam/Marianas (70%), Hawaii (20%), and Australia (10%). The term of the contract is not to exceed 60 months with an expected completion date of August 2027. Fiscal 2020 military construction design funds in the amount of $10,000 (minimum contract guarantee) are obligated on this award, and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (planning and design) funds. This contract was competitively procured via the System for Award Management website with three proposals received. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-22-D-0001).

Rma Architects, P.s.c. is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #GJZBL9DXLZH5. The business address is 501 Perseo St Altamira Center Building Ste 208, San Juan, PR 00920-, USA. The point of contact name is Jeannette R Rullan Marin. (www.opengovus.com

SOURCES SOUGHT: TRANSLATION SOFTWARE UPGRADE TRADOS STUDIO 2022

Product Specifications: This software is a complete centralized translation environment for editing, reviewing and managing translation projects and terminology — either offline in a desktop tool or online in the cloud. 1. Must be able to create a Term Base database. 2. Must be able to create a Memory Base database. 3. Use artificial intelligence and adaptable neural machine translation platform 4. Have project Management include for translation projects. 5. Must be able to use server type license…SDL TRADOS Studio 2022 Professional Licenses upgrade.

  • Original Set Aside:Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7A21 – IT AND TELECOM – BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE)
  • NAICS Code: 511210 – Software Publishers
  • Place of Performance: Fort Benning , GA 31905 USA

Full details via beta.sam.gov

Versar Inc. awarded a $7M contract for fire and electric safety assessments

Versar Inc., Springfield, Virginia, was awarded a $7,630,924 firm-fixed-price contract for fire and electric safety assessments. Bids were solicited via the internet with seven received. Work will be performed in Kuwait with an estimated completion date of March 31, 2025. Fiscal 2020 operation and maintenance, Army funds in the amount of $7,630,924 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity (W912DY-22-C-0028).

Versar International, Inc is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #HKJKX231DGL4. The business address is 6850 Versar Center, Suite 201, Springfield, VA 22151-4176, USA. The point of contact name is Geoffrey Tucker.(www.opengovus.com

SOURCES SOUGHT: DENTAL SUPPLIES

SOURCES SOUGHT NOTICE

******************************************************************************

THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR QUOTE

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.

******************************************************************************

Project: Procurement of Various Dental Supplies

The Navajo Area Indian Health Service (NAIHS), Gallup Regional Supply Service Center (GRSSC) is seeking capable, 1) Native American Owned or Indian Economic Enterprise Small Businesses, or 2) any other Socio-Economic Small Businesses interested in providing the attached list of medical supplies to satisfy this requirement.

The anticipated period of performance will be for 2 weeks from the date of contract award.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 339114 –  Dental Equipment and Supplies Manufacturing with a business size standard of 750.  
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 required documents.

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.

NOTE: If this requirement is set-aside, FAR 52.219-14 (DEVIATION 2019-01) Limitations on Subcontracting will apply; similarly-situated entity description applies. This clause requires that the concern perform at least 50 percent (50%) of the cost of the contract, not including the cost of materials, with its own employees.

Submission Instructions:

All interested sources must submit a capabilities package to the primary point of contact listed below, no later than (NLT) 12:00pm MST on August 26, 2022.

AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED:

  1. Confirm the Buy-Indian set-aside status you qualify for under following NAICS Code: 339114
  2. Fill out the attached IHS Buy Indian Act Indian Economic Enterprise Representation Form.
  3. A positive statement of your intention to submit a quote to an upcoming solicitation.
  4. Provide Unique Entity ID (UEI) number and CAGE Code.
  5. Evidence of recent (within the last five years) experience with work similar in type and scope to include:
    1. Contract Numbers
    2. Project Titles
    3. Dollar Amounts
    4. Percent and complete description of work self-performed.
    5. Customer points of contact with current telephone number and email address.

All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested qualified Buy-Indian parties. If adequate interest is not received from Buy-Indian concerns, the solicitation may be issued as another type of set aside or unrestricted without further notice.

Point of Contact:

Lesley Roberts, Purchasing Agent

(505) 722-1149, [email protected]

Place of Performance:

Gallup Regional Supply Service Center

2400 Fuhs Avenue, Bldg. No. 10

Gallup, NM 87301

Country: USA

THIS IS NOT A SOLICITATION.

  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 6520 – DENTAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 339114 – Dental Equipment and Supplies Manufacturing
  • Place of Performance: Gallup , NM 87301 USA

Full details via beta.sam.gov

Rigid Constructors LLC awarded $10M contract for construction work at Cell 3 of the Eagle Island Confined Disposal Facility

Rigid Constructors LLC,* Opelousas, Louisiana, was awarded a $10,730,600 firm-fixed-price contract for construction work at Cell 3 of the Eagle Island Confined Disposal Facility. Bids were solicited via the internet with four received. Work will be performed in Wilmington, North Carolina, with an estimated completion date of Sept. 14, 2024. Fiscal 2021 and 2022 civil construction funds; and fiscal 2022 Rivers and Harbors Contributed and Advance funds in the amount of $10,730,600 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-22-C-0013).

Rigid Constructors LLC is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #WM8SM5BQLL69. The business address is 3091 Highway 104, Opelousas, LA 70570-1774, USA. The point of contact name is Michael Sampognaro. (www.opengovus.com

SOURCES SOUGHT: White Sands Missile Range Mission Support Services (MSS)

SOURCES SOUGHT

W9115122RMSS123

White Sands Missile Range (WSMR) Mission Support Services (MSS)

The Mission Installation Contracting Command – Ft. Hood, White Sands Missile Range Branch, on behalf of the White Sands Test Center is issuing this source sought as a means of conducting market research, identifying potential vendors, and gaining knowledge of current industry standards.

A draft Performance Work Statement (PWS) without the Technical Exhibits has been provided for industry review and is subject to change prior to its official release.

BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION TO VENDORS THAT MEET THE REQUIRED REQUIREMENTS.  All Small Business Set-Aside categories will be considered.  Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

DISCLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.

This is not a Request for Proposal (RFP) nor does it constitute a solicitation and shall not be construed as a commitment by the Government.  Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds will be made available to pay for the preparation of responses to this announcement.  Any information submitted to this notice is strictly voluntary and will not be returned.  Not responding to this notice does not preclude participation in future solicitations.  If a solicitation is released, it will be synopsized at www.sam.gov.

REQUIREMENT

See Draft Performance Work Statement

ELIGIBILITY

The applicable NAICS codes for this predominance of this requirement are 541330 Engineering Services with a small business size standard of $22.5 Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.

ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)

Interested parties are requested to submit a capabilities statement of no more than 20 pages in length using Arial font of not less than 10 pitch. The deadline for response to this request is no later than 2:00 pm, Eastern Standard Time (EST), 30 Sept 2022.  All responses under this Sources Sought Notice must be e-mailed in either Microsoft Word (.docx) or Portable Document Format (.pdf) to Contracting Officer Diane Grimes at [email protected] and Contract Specialist Joyce Frost at [email protected].

All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government

Please include on the first page:

Company’s Name

CAGE Code/SAM Unique ID

Business Size

Primary Point of Contact (POC) with email and phone number

Information sought:

  1. Discuss company’s capability to perform in accordance with the PWS. Discuss areas that would require expertise from outside the company and how would it be accomplished (i.e. teaming arrangements, subcontracting, etc)?
  2. Identify the subcontracting opportunities that exist for the contemplated services. If applicable, what specific portions and percentages of the tasks identified in the PWS would you elect to subcontract? What percentage of the total contract effort does your organization normally subcontract?
  3. Describe what tasks your company would need to accomplish during a phase-in period to commence full performance based on the draft PWS?   How long would you need to accomplish this?
  4. Discuss current and past performance on similar requirements.  Identify the specific tasks and the customer supported.
  5. Discuss potential Organizational Conflicts of Interest (OCI). Provide a brief outline describing how your organization could avoid actual or perceived OCI (See FAR 9.5).
  6. Discuss experience with contracts that included a collective bargaining agreement?   What implications has this had on your proposal (price and or technical) workforce composition or operational strategy?
  7. Please provide any general questions or clarifications regarding the work outlined within the draft PWS provided.
  8. Discuss what forces that might drive up prices in the near future (e.g., strikes, labor shortages, energy shortages, raw material shortages, etc.). Discuss what forces might lead to lower prices in the future.
  9. Discuss cost savings or efficiency mechanisms that could be deployed on a contract of this nature or type of scope?
  10. Discuss new trends or technologies that would be implemented to support the work identified in the draft PWS? Discuss specific performance metrics that could be utilized to measure performance of the work identified in the draft PWS?
  11. Are there requirements in the draft PWS that are barriers to competition?  What are they and are there any recommended changes? If services are not available in the commercial marketplace, what revisions can the Government make to the performance work statement to allow for the commercial marketplace to submit offers?
  12. Discuss how you company can support or manage a surge requirement.
  13. Discuss preferred contract type.
  14.  Discuss if warranties are offered and how they are tracked.
  15. Discuss financial system and is it portable, proprietary, or commercial off the shelf. Discuss the rights/assess available to the Government.
  16. Does your company currently have a top-secret facility clearance?  If not, discuss how your company would support top-secret requirements.
  17. Discuss maintenance system/systems?
  18. Discuss cyber compliance. (e.g., cyber, information technologies, system administrator, training, etc)
  19. Discuss property management and cost controls associated with stock inventories?
  20. What exhibits would you recommend accompany the PWS at solicitation?  What information is needed by the contractor to prepare a viable response to the solicitation?
  21. Discuss experience with contracts utilizing both Davis Bacon Act and McNamara-O’Hara Service Contract Act?  What potential shortfalls could a company face with this type of hybrid contract?
  • Original Set Aside:
  • Product Service Code: R425 – SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
  • NAICS Code: 541330 – Engineering Services
  • Place of Performance: White Sands Missile Range , NM 88002 USA

Full details via beta.sam.gov

Grunley Construction Co. Inc., awarded $100M contract for design-bid-build construction support of the Raven Rock Mountain Complex

Grunley Construction Co. Inc., Rockville, Maryland, was awarded a $100,000,000 firm-fixed-price contract for design-bid-build construction support of the Raven Rock Mountain Complex. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 16, 2027. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-22-D-0007).

Grunley Construction Co., Inc. is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #R6CPWWDD4AM1. The business address is 15020 Shady Grove Rd Ste 500, Rockville, MD 20850-3390, USA. The point of contact name is Kenneth M. Grunley. (www.opengovus.com