Georgia Tech Research Corporation, awarded $22M contract for a research project

Georgia Tech Research Corporation, Atlanta, Georgia, was awarded a $22,704,951 cost-reimbursement contract for a research project under the Signature Management using Operational Knowledge and Environments (SMOKE) program. This 48-month contract includes one option, which if exercised, would bring the cumulative value of the contract to $24,704,951. The SMOKE program will develop data-driven tools to automate the planning and execution of threat-emulated cyber infrastructure needed for network security assessments. Work will be performed in Atlanta, Georgia (95%), and Athens, Georgia (5%), and if all options are exercised, work will be completed by October 2026. Fiscal 2022 research, development, test, and evaluation funds in the amount of $1,115,548 are being obligated at time of award and will not expire at the end of the current fiscal year. This contract was a competitive acquisition under an open broad agency announcement and 26 offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001123C0035).

Georgia Tech Research Corporation (Entity# 659082) is a business entity registered with Georgia Secretary of State, Corporations Division. The business start date is April 13, 1937. The entity status is Active/Compliance. (www.opengovus.com

SOURCES SOUGHT: Network Cyber and Cloud Support (NCCS) Services

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY

This is an RFI for Network Cyber and Cloud Support Services (NCCS) for the Department of Homeland Security (DHS)  Headquarters (HQ), Office of the Chief Information Officer (OCIO) Network Operations and Security Center (NOSC).

This RFI is issued solely for information and market research planning purposes. This RFI shall not be construed as an obligation on the part of the Government. This is NOT a Request for Quotations or Proposals. No solicitation document exists, and the Government may or may not issue a formal solicitation as a result of the responses received to this RFI.

Please see the attached RFI for more information.

  • Original Set Aside:
  • Product Service Code: 
  • NAICS Code: 541519 – Other Computer Related Services
  • Place of Performance: Washington , DC 20528 USA

Full details via beta.sam.gov

Nan Inc. awarded $44M contract to construct a child development center building

Nan Inc., Honolulu, Hawaii, was awarded a $44,698,307 firm-fixed-price contract to construct a child development center building. Bids were solicited via the internet with four received. Work will be performed in Schofield Barracks, Hawaii, with an estimated completion date of March 27, 2026. Fiscal 2023 military construction, Army funds in the amount of $44,698,307 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-23-C-0001).

Ocean House Builders · Nan, Inc. is an entity registered with the . The corporation number is #J1P1SQSCUYK6. The business address is 636 Laumaka St, Honolulu, HI 96819-2312, USA. The point of contact name is Fooney Freestone.(www.opengovus.com

SOURCES SOUGHT: Hydrology, Hydraulics, and Hydrologic Engineering Services

1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2.

USACE is seeking additional resources.  If a firm responded to the February 2022 Sources Sought and does not have additional information, beyond what was submitted earlier this year, that they would like USACE to consider as part of its research, no additional response is required

2. Contract Information: The U.S. Army Corps of Engineers, Northwestern Division, Portland District (CENWP) has been tasked to identify interest in a Hydrology, Hydraulics, and Hydrologic Engineering Services, A-E Single Award Task Order Contract (SATOC). This Indefinite Delivery Indefinite Quantity (IDIQ) contract will be procured in accordance with the Brooks Act and implemented in FAR Subpart 36.6. The official synopsis for a proposed contract action will be posted on SAM.gov and will provide information on material to be submitted.

CENWP is conducting market research for an anticipated A-E service and intends to award one (1) IDIQ contract with a five-year ordering period. The proposed project will be a competitive firm-fixed price contract with a contract capacity estimated at $10,000,000.00. The estimated minimum task order amount is $5,000 and the estimated maximum task order amount will not exceed the contract amount.

Responses to this Sources Sought announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision. This Sources Sought is intended to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry.

3. SCOPE OF WORK.  This is primarily a hydraulic and hydrologic (H&H) Single Award Task Order Contract (SATOC). Services required in this contract fall generally into the following broad categories:

Hydraulic and Coastal Design.

  • Hydraulic design for juvenile and adult fish passage, spillways, outlet works, and navigation locks.
  • Physical Model Studies for juvenile and adult fish passage, spillways, outlet works, and navigation locks.
  • Numerical Modeling for juvenile and adult fish passage, spillways, outlet works, and navigation locks, including 2 and 3 dimensional analysis.
  • Prototype testing for juvenile and adult fish passage, spillways, outlet works, and navigation locks.
  • Coastal engineering including coastal processes analysis, sedimentation analysis, and coastal structure design.

Reservoir Regulation, Water and Sediment Quality.

  • Water and sediment quality sampling, modeling, analysis, and testing in conjunction with A-E efforts.

River and Hydrologic Engineering.

  • Hydrologic analyses including precipitation, runoff, water supply, reservoir analysis, and statistical relationships.
  • River engineering and floodplain analysis, sediment yield and transport analysis, and associated numerical modeling.
  • Hydrologic climate change evaluations.
  • Hydrographic (single-beam and multi-beam sonar) and topographic (land survey, photogrammetry, and/or LiDAR) surveys to support H&H modeling in conjunction with H&H AE contract.

Additional information can be found in the included DRAFT Statement of Work

Note: The Government may consider the relevant experience and past performance of key individuals and predecessor companies in evaluating the company’s ability to perform this requirement when making procurement decisions

North American Industrial Classification Code (NAICS): 541330, Engineering Services;

Size Standard: $16.5M;

Federal Service Code (FSC): C211 – A&E General Services

Point of Contact for small business questions or assistance in the Portland District is the Deputy for Small Business, Carol McIntyre at 503-808-4602 or [email protected].

4. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) Subject: W9127N22R0017, Hydrology, Hydraulics, and Hydrologic Engineering Services. Please send to Cory Pfenning, Contract Specialist, at [email protected] by 2:00pm Pacific Standard Time 18 October 2022.

A firm’s response to this Sources Sought shall be limited to 10 pages and shall include the following information

    1. Firm’s name, address, point of contact, phone number, e-mail address, CAGE and SAM UID, and the Construction Bonding Level per contract.
    1. Firm’s small business category and Business Size: Small Business, Small Disadvantaged, 8(a) firm, Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB).
    1. Provide relevant information on the Firm’s experience/Capabilities as it pertains to the proposed work outlined in the Scope of Work.
    1. Provide a minimum of one project similar in size, scope, and complexity with a brief description of the project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. The Government may verify information in CPARS or PPIRS.

5. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. 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 to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.

All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a government contract.

  • Original Set Aside:
  • Product Service Code: C211 – ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING
  • NAICS Code: 541330 – Engineering Services
  • Place of Performance: Portland , OR USA

Full details via beta.sam.gov

Chenega Systems, LLC awarded $10m contract for the purchase of management support services for the Synergy Innovation Project

Chenega Systems, LLC, Lorton, Virginia, has been awarded a $10,141,461 firm-fixed-price definitive-type contract for the purchase of management support services for the Synergy Innovation Project. This contract provides for continued technology support services necessary to provide the 402d Software Engineering Group with a continued turnkey software environment services solution. This contract provides for all equipment, materials, and supplies necessary to continue to operate and manage a software environment for 175 people (estimated ~43,000 sq. ft. space). Work will be performed at Warner Robins, Georgia, and is expected to be completed by Nov. 16, 2027. This award was a direct 8(a) acquisition and one offer was received. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA857123C0001).

Chenega Systems, LLC is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #KGZRMN8E8ZK6. The business address is 10505 Furnace Rd Ste 205, Lorton, VA 22079-2636, USA. The point of contact name is Ryan Maloney. (www.opengovus.com

SOURCES SOUGHT: Advanced Technology Anti Gravity Suit (ATAGS)

Human Systems Division at Robins AFB has a requirement for the modification of Advanced Technology Anti Gravity Suit, also known as ATAGS.  The formal and technical name for ATAGS are the CSU-22/P and CSU-23/P suits. This requirement is for the purchase of 53 suits, technical data, and Synergy material.

The Government has a need to modify ATAGS in support of the Chief of Staff of Air Force (CSAF) mandated FITMENT program. The FITMENT program is designed to improve the fit, comfort, and performance of flight equipment for small stature and female aviators. The ATAGS is a Critical Safety Item (CSI) and is the first program under the FITMENT effort which is a modification of the current CSU-22/P and CSU-23/P systems. This modification consists of five Engineering Change Proposals (ECP) that mitigates/resolves fitting and safety issues by providing a better fit for individual anthropometric ranges. The modifications are comprised of three G-suit lacing areas (side waist, thigh, and calf), custom tailoring alternative to the front waist panel, otherwise referred to as a “waist dart” or “custom waist modification”, reinforced knee, a cover for the ATAGS waist slide fastener assembly, and lastly the Modified ATAGS will be manufactured utilizing new Long Staple II Nomex material. The draft Statement of Work (SOW) is attached to describe this requirement. The aforementioned five ECP’s are AF developed, tested, approved and signed 1 Apr 2021 as permanent Safe to Fly (StF)

The Contractor shall manufacture the Modified ATAGS for an LRIP using the new Air Force (AF) approved Engineering Change Proposals (ECP) for fielding and include the reinforced knee design with the Long Staple II Nomex material. All Modified ATAGS will have a duplicate suit that has undergone the basic qualification testing which must follow MSF880/5-ATP-GEN-0 REV B where endurance testing is performed per ATP/ATAGS/TI.14-1:ENDURANCE TEST. The anticipated performance outcome of services rendered by the contractor will be the on-time delivery (to the Government) of each asset meeting the requirements and quality standards and in serviceable condition. The manufacturer shall develop/produce/maintain and deliver a Technical Data Package (TDP) that accurately depicts the final product.

Including the following NSN(s):

8475-01-695-4631

8475-01-695-4635

8475-01-695-4636

8475-01-695-4638

8475-01-695-4639

8475-01-695-4640

8475-01-695-4642

8475-01-695-4643

8475-01-695-4644

8475-01-695-4645

8475-01-695-4646

8475-01-695-2500

8475-01-695-2501

8475-01-695-2505

8475-01-695-2506

8475-01-695-2507

8475-01-695-2509

8475-01-695-2508

8475-01-695-2510

8475-01-695-2512

8475-01-695-2515

8475-01-695-2513

 

This effort is Sole Source contract to Vinyl Technologies. Vinyl Technologies owns the data required to modify the existing suit. Vinyl Technologies owns the Synergy Material required to repair the modified suits. Vinyl Technologies has agreed to sell the Government the data and material so future purchases can be competed. The solicitation will not be posted to SAM.gov.

  • Original Set Aside:
  • Product Service Code: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8475 – SPECIALIZED FLIGHT CLOTHING AND ACCESSORIES
  • NAICS Code: 332721 – Precision Turned Product Manufacturing
  • Place of Performance: USA

Full details via beta.sam.gov

Two Six Labs, LLC awarded $53M contract to provide capabilities required to achieve the technical and programmatic goals of Joint Cyber Command and Control (JCC2)

Two Six Labs, LLC, Arlington, Virginia, will be awarded a $53,139,199 cost-plus-fixed-fee contract to provide capabilities required to achieve the technical and programmatic goals of Joint Cyber Command and Control (JCC2). This includes, but is not limited to, new development and sustainment of software coupled with the necessary elements to support operational command and control. Work will be performed in Virginia, Texas, Georgia, and Maryland, and is expected to be completed by Sept. 30, 2024.  This contract is the result of a sole source acquisition. Fiscal 2022 research and development funds in the amount of $3,383,000 are being obligated at time of award. Air Force Life Cycle Management Center, Joint Base San Antonio, Texas, is the contracting activity (FA8307-22-C-0022).

Two Six Labs, LLC is a taxpayer registed with Texas Comptroller of Public Accounts. The taxpayer number is #32072578597. The business address is 901 N Stuart St Ste 1000, Arlington, VA 22203. (www.opengovus.com

SOURCES SOUGHT: Chemical Defense Training Facility (CDTF) Lab Maintenance Service

NOTICE OF INTENT TO SOLE SOURCE

The U.S. Government intends to award a base plus four options Firm Fixed Price contract on a SOLE SOURCE basis to Perkin Elmer. In order to support the Maneuver Support Center of Excellence (MSCoE), to establish a contract for performance of an annual preventive maintenance service, on‐site repair within 72 hour notification and phone support on Perkin Elmer Analytical equipment in the CDTF laboratory. The Government is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service‐Disabled Veteran‐Owned, Women‐Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set‐aside. See the attached document labeled Notice of Intent to Sole Source 1 NOV 21.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J068 – MAINT/REPAIR/REBUILD OF EQUIPMENT- CHEMICALS AND CHEMICAL PRODUCTS
  • NAICS Code: 811219 – Other Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance: Fort Leonard Wood , MO 65473 USA

Full details via beta.sam.gov