L3Harris Technologies awarded $60M contract for Bomb Rack Unit 57B replacement parts

L3Harris Technologies, Amityville, New York, has been awarded a $60,742,580 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Bomb Rack Unit 57B replacement parts in support of the F-16 weapon system. Work will be performed in Amityville, New York, and is expected to be completed by Oct. 4, 2027. This award is the result of a sole source acquisition and is 100 percent Foreign Military Sales. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8520-22-D-0004).

L3harris Technologies, Inc. is a business entity registered with the State of New York, Department of State (NYSDOS). The corporation number is #33895. The business address is 80 State Street, Albany, NY 12207. The corporation type is foreign business corporation. The registered agent is Corporation Service Company. (www.opengovus.com

SOURCES SOUGHT: Toxicology Research and Development for NCATS

This is a Research and Development (R & D) Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential R & D requirement.

This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition.  It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.  Responses will not be considered as proposals or quotes.  No award will be made as a result of this notice.  The Government will NOT be responsible for any costs incurred by the respondents to this notice.  This notice is strictly for research and information purposes only.

Background: 
The Division of Preclinical Innovation (DPI) at the National Center for Advancing Translational Sciences (NCATS) conducts translational research on human therapeutics development by moving small molecule and biologic drug candidates forward in the drug development pipeline. Upon reaching predetermined milestones,  DPI hands off clinical candidates to external partners to bring these novel therapies to patients. In addition to developing new candidate drugs, DPI seeks to advance the entire field of drug discovery and development by encouraging scientific and technological innovations aimed at improving success rates in the crucial preclinical stage of drug development.

DPI’s model is to operate as a comprehensive small molecule and biologic drug development organization, moving therapeutic candidates through each phase of the preclinical development process until an Investigational New Drug (IND) application is filed with the US Food and Drug Administration (FDA). For certain drug development campaigns, DPI will support studies up to human Phase IIb. DPI conducts drug development through collaborations, with therapeutic candidates originating from academia, industry, non-profit foundations, or internally from NCATS and other NIH institutes. DPI’s operational strategy is to combine the capabilities of  in-house staff and collaborative partners, who may be the drug originators, with complementary support from contract research organizations (CROs).
Purpose and Objectives:
Safety assessment of the therapeutics and diagnostics is an important component of the drug and device discovery and development efforts in DPI. These assessments play a pivotal role in determining and evaluating therapeutic targets; selecting and optimizing therapeutic lead candidates; and establishing first in human starting doses, dose limiting toxicities, safety/pharmacodynamic biomarkers and therapeutic indexes.

To support safety assessments, DPI intends to award multiple contracts for the conduct of in vitro and in vivo exploratory and IND-directed toxicology studies. Contractors will be required to perform in vitro and in vivo safety studies for small and large molecules to support the submission of regulatory filings to the US Food and Drug Administration (FDA) or other regulatory bodies, such as Investigational New Drug (IND) applications, New Drug Applications (NDA) and Biologics License Applications (BLA). In addition, in vitro tests and in vivo exploratory studies will be carried out to aid therapeutic target evaluation, lead optimization, and compound selection processes on a case-by-case basis. Therapeutic modalities may include new and repurposed chemical entities and biological products (e.g., monoclonal antibodies, enzymes, gene vectors, etc.).

Project requirements:

  1. Exploratory and Genetic Toxicology        
    1. In vitro toxicity testing (GLP and non-GLP) including but not limited to: mitochondrial toxicity, phospholipidosis and steatosis assay, hemolysis assay, lysosomal trapping assay (to assess the test article effect of lysosomotropism), membrane integrity assay, oxidative stress assay, apoptosis assay, hERG assay, Ames assay, mouse lymphoma assay, chromosome aberration assay;
    2. In vivo assays, including micronucleus assay and single cell gel electrophoresis (Comet Assay) in relevant species; and
    3. In vivo animal dosing studies, formulation and biological fluid analysis, clinical observations, clinical pathology, and histopathology evaluations in relevant species.
  2. In Vivo Toxicity and Pharmacology Testing
    1. In vivo toxicology studies (GLP and non-GLP) and or pharmacology studies in relevant species with datasets adhering to the Clinical Data Interchange Standards Consortium (CDISC) Standard for the Exchange of Nonclinical Data (SEND) guidelines;
    2. In vivo general toxicology and safety pharmacology studies via multiple routes of administration in support of IND/NDA/BLA-enabling toxicology packages including but not limited to:
      1. Non-GLP range finding studies;
      2. Formulation and biological fluid method development, validation, and analysis and defining pharmacokinetic/pharmacodynamic (PK/PD) relationships;
      3. Evaluating a range of endpoints and biomarkers in response to therapeutic candidates;
      4. GLP studies;
      5. GLP single-dose safety pharmacology studies;
      6. Reproductive toxicology studies; and
      7. Carcinogenesis studies.
    3. In vivo exploratory assays: Non-GLP exploratory toxicology studies in relevant species to aid therapeutic target evaluation, lead optimization, and compound selection. In vivo studies under this technical area will include, but not be limited to, animal dosing, formulation and biological fluid analysis, clinical observations, clinical pathology, and histopathology evaluations.

Contractors shall also perform activities related to the overall administration of the contract including administrative reporting and deliverable requirements. Contractors shall have current certifications for conducting toxicology studies in accordance with appropriate regulatory guidelines and policies. Data and documentation from the above studies shall be prepared in a form acceptable to the Food and Drug administration (FDA) for inclusion in an IND application or New Drug Application and Biologic License Application. Contractors may be required to conduct any of the tests listed above to support the development of a therapeutic agent under development by DPI.

Anticipated period of performance:
The Government anticipates making multiple Indefinite Delivery, Indefinite Quantity (IDIQ) type contract awards with five-year ordering periods each under the future solicitation. Projects will then be performed by contractors under individual task orders awarded under these IDIQ contracts. The Government anticipates awards will be made in the second quarter of FY 2024.

Other important considerations:
The ID/IQ contracts may include a Declaration of Exceptional Circumstances (DEC) to the Federal Acquisition Regulations clauses. The DEC would transfer rights to inventions developed under the contract to the Federal Government and enable contributors of the therapeutic candidates to retain control of intellectual property created under these contracts.

In case domestic sources are available and capable of fulfilling the Government’s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25.

Capability statement /information sought:
Companies that believe they possess the capabilities to provide the required services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.  Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.

Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number.

Your response must address the specifics of this requirement and the following:

  • Organizational and staff capability and expertise to perform the work and which resources are available in-house;
  • If significant subcontracting or teaming is expected and how it will be administered and managed;
  • Current certifications for conducting toxicology studies in accordance with appropriate regulatory guidelines and policies;
  • Prior completed projects of similar nature including any government contracts and references;
  • Corporate experience and management capability; and
  • If applicable, any information regarding innovative ideas or concepts.

One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2” x 11” paper size, with 1” top, bottom, left and right margins, and with single or double spacing.

The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.  A cover page and an executive summary may be included but is not required.

The response is limited to ten (10) page limit.  The 10-page limit does not include the cover page, executive summary, or references, if requested.

All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer.  Facsimile responses are NOT accepted.

The response must be submitted to Mark McNally, Contracting Officer, at e-mail address [email protected].

The response must be received by 11:59 AM, Eastern Daylight Time, November 11, 2022.

Disclaimer and Important Notes: 
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work.

Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in www.sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality:
No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).

  • Original Set Aside:
  • Product Service Code: AN11 – Health R&D Services; Health care services; Basic Research
  • NAICS Code: 541715 – Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance: USA

Full details via beta.sam.gov

SOURCES SOUGHT: Acquisition Support Services

This is a SOURCES SOUGHT notice. This request is the initiation of market research under Federal Acquisition Regulation (FAR) Part 10. This is NOT a solicitation for proposals, proposal abstracts, or quotations. This announcement does not constitute an Invitation for Bids (IFB), Request for Quote (RFQ), or a Request for Proposal (RFP), and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. Responses to this notice cannot be accepted as offers.

The Government anticipates the applicable North American Industry Classification System (NAICS) code assigned to these services to be 541611 – Administrative Management and General Management Consulting Services.  Contractors must be properly registered in the Government System for Award Management at  https://www.sam.gov/portal/public/SAM/.

The Internal Revenue Service (IRS), Office of Procurement is issuing this notice to identify qualified and responsible businesses within SBA’s 8(a) Program that can assist the IRS with its requirement for acquisition management support services. Independently, and not as an agent of the Government, the contractor, as managed by its Program Manager, will be expected to provide the personnel and services necessary to perform acquisition support services in support of the IRS.

It is anticipated that the contractor will work on a wide variety of pre-award, award, and post-award contract actions. All work performed will be accomplished in accordance with the Federal Acquisition Regulation (FAR) and other agency supplemental regulations and policies as appropriate. Work shall be performed in the following locations:

  • New Carrollton, MD
  • New York, NY
  • Atlanta, GA
  • Dallas, TX and
  • Oakland, CA

The following areas describe the broad range of functions and tasks that the Government envisions the contractor supporting:

  1. Pre-award Support: Provide support to the IRS staff in drafting of pre-award documentation (i.e. requirements development, acquisition plans, solicitations, justifications, work statements, assistance with the preparation and issuance of multiple contract vehicles, etc.) for Contracting Officer review and approval.
  2. Contract Administration: Provide research, guidance, and input, including preparation of modifications and applicable documentation for Contracting Officer review and approval, and assist in contract closeout efforts.
  3. Contract File Reviews: Provide support in performing strategic reviews of solicitations and contract award files. Provide support in assuring compliance with the Federal Acquisition Regulations (FAR), Department of the Treasury Acquisition Regulation (DTAR) and other agency supplemental regulations and policies.

It is anticipated that support for this requirement will be met by skilled, experienced, professional personnel possessing the equivalent of a FAC-C/DAWIA Level II and III certification.

The response to this notice is limited to ten (10) single sided pages (including all attachments, charts, etc.). The response should include the following information clearly marked:

  • Vendor’s name, address, points of contact information, website, DUNS, and cage code.
  • Vendor’s current business designation and size status.
  • Vendor’s tailored capability statements addressing the general areas of this requirement, with appropriate documentation supporting claims of organizational and staff capability and ability to meet the location requirements. If subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
  • Vendor’s narrative on experience in ensuring staffing needs are met and maintained at multiple locations.
  • Vendor’s narrative on experience providing high-level, FAC-C Level II and III (or equivalent) acquisition support services to Federal agencies.
  • Vendor’s narrative on experience in keeping its staff up-to-date on changes within the Federal Acquisition Regulations.
  • Vendor’s Past Performance – Provide a list of previous contracts where similar services were provided. Provide customer/Government Agency contact information where these services were provided including: contact name and organization, telephone number, and email address.

All responses to this Sources Sought must be submitted electronically (via e-mail) to Sharlene Hagans, Contract Specialist, at [email protected].  Telephone and/or email inquiries will not be accepted or acknowledged and no feedback or evaluations will be provided to companies regarding their submissions. Interested vendors should monitor a government point of entry site for further information. Your firm’s response to this sources sought is appreciated.

SUBMISSION TIME AND DATE:

Responses to the information provided above are due no later than October 19, 2022 at 9:00 AM Eastern Standard Time.  Responses received after this date and time may not be considered.

DISCLAIMER AND IMPORTANT NOTES:

This sources sought is for information and planning purposes only and shall NOT be construed as a solicitation or as an obligation on the part of the Government. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any concern responding to this notice should ensure that its’ response is complete and sufficiently detailed to allow the Government to determine the concern’s qualifications to perform the work. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non- proprietary technical information in any resultant solicitation(s)

Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation MAY be published. However, responses to this notice WILL NOT be considered adequate responses to a solicitation.

The Government WILL NOT accept requests for meetings or briefings, and may not answer any questions posed. No phone solicitations or email with regards to the status of a POTENTIAL Request for Proposal (RFP) will be accepted prior to its release. Information and materials submitted in response to this notice WILL NOT be returned.

The Government DOES NOT intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted.

As a result of this notice, the IRS MAY issue a Request for Proposal (RFP). There is no solicitation available at this time. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this RFI or the Government’s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement.

  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: R707 – SUPPORT- MANAGEMENT: CONTRACT/PROCUREMENT/ACQUISITION SUPPORT
  • NAICS Code: 541611 – Administrative Management and General Management Consulting Services
  • Place of Performance: Lanham , MD 20706 USA

Full details via beta.sam.gov

Lockheed Martin Aeronautics Company awarded $10M contract for F-16 production

Lockheed Martin Aeronautics Company, Fort Worth, Texas, and Greenville, South Carolina, has been awarded a $10,355,720 firm-fixed price modification (P00026) to previously awarded contract FA8615-18-C-6058 for F-16 production.  The contract modification provides for the procurement of installation of Joint Helmet Mounted Cueing System (JHMCS) II Line Replaceable Units on fourteen non-flight test aircraft, updates to existing Country Standard Technical Order Manuals and Country Standard Time Compliance Technical Orders. Additionally, this modification provides for the procurement of additional Peculiar Support Equipment and Alternate Mission Equipment. Work will be performed in Greenville, South Carolina, and Fort Worth, Texas, and is expected to be completed by Feb. 28, 2026. This modification involves Foreign Military Sales (FMS) to the Kingdom of Bahrain. FMS funds in the amount of $10,355,720 are being obligated at the time of award. The total cumulative face value of the contract is $1,103,660,353. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.

Lockheed Martin Corp is an entity registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity number is #GYRNU9MQM4M7. The business address is 17100 Murphy Ave, Irvine, CA 92614-5916, USA. The point of contact name is David M Koerner. (www.opengovus.com

Dynamic Systems Inc. awarded $8M contract for an upgrade of existing Dell Technologies servers

Dynamic Systems Inc., El Segundo, California, was awarded an $8,857,211 firm-fixed-price contract for an upgrade of existing Dell Technologies servers providing Virtual Machine Ware Hyper Converged Infrastructure. Bids were solicited via the internet with four received. Work will be performed in Camp Humphreys, South Korea, with an estimated completion date of Jan. 5, 2023. Fiscal 2022 other procurement, Army funds in the amount of $8,857,211 were obligated at the time of the award. U.S. Army 411th Contracting Support Brigade, Camp Humphreys, South Korea, is the contracting activity (W91QVN-23-F-0002).

Dynamic Systems Inc is a business registered for a Business Tax Registration Certificate with Los Angeles Office of Finance. The account number is #0000259272-0002-6. The business address is 120 W Bellevue Drive, Unit #10, Pasadena, CA 91105.(www.opengovus.com

SOURCES SOUGHT: USDA/Office of Customer Experience (OCX): CX Design Support Services

** The RFI closing date has been extended through October 24, 2022, at 12:00 Noon EST. A new RFI document has been added that also includes the updated October 24, 20022 at 12 Noon EST closing date**

-United States Department of Agriculture (USDA), The Office of Customer Experience (OCX): Design Support Services

-The purpose of this Statement of Work (SOW) is to create and make available CX Design Support Service Team(s) that will work across USDA as needed.  The primary   focus of this team will be to work with USDA stakeholders to put the customers at the center and make sure the customer’s needs are being implemented and infused when planning and implementing solutions (i.e. planning, operational, policy, technology).

-Attached is the Request for Information (RFI)

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • 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

SRI International awarded $12M contract for ISING Hardware and software prototype

SRI International, Menlo Park, California, has been awarded a $12,493,751 cost-plus-fixed-fee contract for ISING Hardware and software prototype. This contract provides for a prototype solver system demonstrating increased computational efficiency than current state of the art solvers. Work will be performed in Menlo Park, California, and is expected to be completed by Oct. 6, 2027.  This award is the result of a competitive acquisition and 16 offers were received. Fiscal 2022 research, development, test and evaluation funds in the amount of $1,834,860 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-23-C-1001).

Sri International is a business registered with Oregon Secretary of State, Corporation Division. The registry number is #6070890. The business address is 333 Ravenswood Ave, Menlo Park, CA 94025. (www.opengovus.com

SOURCES SOUGHT: Construction Management, Inspection, Surveying, and Testing (CMIST-2)

NASA Glenn Research Center (GRC) is hereby soliciting information from potential sources for Construction Management, Facility Management, Surveying, and Life Safety Code Compliance. See attached DRAFT Statement of Work (SOW).

The National Aeronautics and Space Administration (NASA) (GRC) is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), and members of the underserved communities as defined by Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Construction Management, Inspection, Surveying & Testing (CMIST -2) procurement.   The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service-Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received.

This requirement is a follow-on to the previous COMETS contract 80GRC018C0022, excluding the environmental portion which will not be included in the CMIST-2 re-compete.  The types of services include but aren’t limited to construction management, facility management, surveying, and life safety code compliance.

The North American Industry Classification System (NAICS) code for this procurement is 541330 – $16.5M to $22.5M size standard.

No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov.  Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis.

Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than 10 pages indicating the ability to perform all aspects of the effort.

These pages shall consist of the following:

 

1.   GENERAL INFORMATION:  Briefly describe your company and the types of services performed. Please also include: the names, e-mail addresses, and phone numbers for any points of contacts (POCs), the company’s address, CAGE Code/DUNS number, and the type of business demographic that applies (i.e., small business, large business, women- owned).

 

2.   PAST PERFORMANCE:  The Offeror shall also provide contract information on similar contracts over the past three (3) years.  This information shall include:  the name of customer/agency, types of services provided, type of contract, total contract value, and whether the contractor was a prime or subcontract. If subcontract, please provide details regarding prime contract and your company’s role in supporting the prime contractor. In addition, please provide any examples about your company’s capabilities to quickly and efficiently staff to rapidly changing requirements.

 

3.   CAPABILITIES:   Information   describing   your   company’s   capabilities   to   meet   the requirements contained in this Sources Sought Notice.

 

4.   COMMENTS and RECOMMENDATIONS for the most effective incentive/performance criteria (if different from the current approach).  Further, describe both risks and mitigations the Government should consider.

 

6.   DESCRIPTION of the type of information needed about the existing requirements that would be helpful for submitting a credible proposal.

 

Additionally, in support of the Executive Order (EO) 13985, Advancing Racial Equity and Support for Underserved Communities Through the Federal Government, NASA is seeking to advance equity or remove barriers for members of underserved communities related to this requirement. As defined in the EO, Underserved Communities refers to populations sharing a particular characteristic, as well as geographic communities, that have been systematically denied a full opportunity to participate in aspects of economic, social, and civic life, as exemplified by the list in the preceding definition of “equity.” Equity means the consistent and systematic fair, just, and impartial treatment of all individuals, including individuals who belong to underserved communities that have been denied such treatment, such as Black, Latino, and Indigenous and Native American persons, Asian Americans and Pacific Islanders and other persons of color; members of religious minorities; lesbian, gay, bisexual, transgender, and queer (LGBTQ+) persons; persons with disabilities; persons who live in rural areas; and persons otherwise adversely affected by persistent poverty or inequality.

NASA seeks input in the following areas:

1. To support the requirements identified in this request for information (RFI)/sources sought notification, what barriers or opportunities exist to engage subject matter experts from industry and academia and how can those barriers be overcome? How can underserved communities be leveraged?

2. To support the requirements identified in this RFI, what barriers or opportunities exist to partner with subcontractors that employ members of underserved communities, as defined above?

3. What other recommendations would you make to enhance diversity and inclusion?

4. What should be considered to encourage full participation and contribution of organizations and individuals (e.g., outreach efforts and innovative partnerships) in performance of this requirement?

ll responses shall be submitted electronically via email to [email protected] no later than October 21, 2022, at 12:00pm EST. Please reference 80GRC023CA001 in any response.

This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited.  Respondents will not be notified of the results of the evaluation.

  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: R408 – SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT
  • NAICS Code: 541330 – Engineering Services
  • Place of Performance: Cleveland , OH 44135 USA

Full details via beta.sam.gov

Imagine Milling Technologies, LLC awarded $15M for dental consumable items

Imagine Milling Technologies, LLC,* Fullerton, California (SPE2DE-23-D-0001, $15,500,000) has been added as an awardee to the multiple award contract for dental consumable items for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-20-R0007 and awarded June 10, 2021.

Imagine Milling Technologies LLC is an entity registered with the . The corporation number is #MBPHG7AG2MM8. The business address is 607 S Euclid St, Fullerton, CA 92832-2609, USA. The point of contact name is Neal Demazure.

(www.opengovus.com

SOURCES SOUGHT: F–HAZARDOUS WASTE COLLECTION AND DISPOSAL

HAZARDOUS WASTE COLLECTION AND DISPOSAL

SOURCES SOUGHT

The US Geological Survey (USGS) is conducting market research to determine the availability of qualified 8(a) contractors capable of providing hazardous waste disposal services as described in the Statement of Work. This sources sought announcement is not a request for quote or proposal and the Government is not committed to award of a purchase order or contract pursuant to this announcement. The information resulting from this market research is simply for planning purposes to assist the Government in determining its acquisition strategy. The Government will not pay for any costs incurred in the preparation of information for responding to this notice.

The North American Industry Classification System (NAICS) code: 562112, Hazardous Waste Collection, and associated size standard $41.5 million apply to this announcement, along with Product Service Code: F108, Environmental Systems Protection ¿ Environmental Remediation.

All responsible sources may submit a brochure and/or technical specifications detailing the ability of their services to meet the statement of work included with this announcement.

Responses to this announcement shall only be accepted through electronic mail addressed to [email protected] and must be uploaded and received in their entirety no later than 10/13/2022 at 1200 PST. Proposals submitted by hardcopy or any web portal shall not be accepted or considered.

  • Original Set Aside:
  • Product Service Code: F108 – ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION
  • NAICS Code: 562112 – Hazardous Waste Collection
  • Place of Performance: 

Full details via beta.sam.gov