Leidos Inc. awarded $334M contract for research and development of the Mayhem program

Leidos Inc., Reston, Virginia, has been awarded a $334,000,000 ceiling, single award, indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee contract for research and development of the Mayhem program. This program is focused on delivering a larger class air-breathing hypersonic system capable of executing multiple missions with a standardized payload interface, providing a significant technological advancement and future capability. Work will be performed at Wright-Patterson Air Force Base, Ohio, and other potential testing sites to be determined, and is expected to be completed by Oct. 15, 2028. This contract was the result of a competitive acquisition, and six offers were received. Fiscal 2022 research, development, test and evaluation funds in the amount of $8,693,606 will be obligated at the time of award. The Air Force Research Lab, Wright-Patterson AFB, is the contracting activity (FA8650-23-D-2400 and FA8650-23-F-2401).

LEIDOS, INC. (doing business as LEIDOS) is an entity operating in Reston, Virginia registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity was registered on January 13, 2004 with Unique Entity ID (UEI) #R322CZ6DXNL1, activated on January 25, 2022, expiring on February 22, 2023, and the business was started on February 3, 1969. The registered business location is at 12100 Sunset Hills Rd Ste 200, Reston, VA 20190-3221. The current status is Active. The entity structure is 2L – Corporate Entity (Not Tax Exempt). The business types are 2X – For Profit Organization. The officers of the entity include Michael Dinkins. (www.opengovus.com

SOURCES SOUGHT: HVAC Replacement

Norfolk Naval Shipyard (NNSY) is issuing this Sources Sought Notice (“Notice”) for the sole purpose of conducting Market Research in accordance with Federal Acquisition Regulation (FAR) Part 10 to provide a service to replace current HVAC (air conditioning/heating system) in operator’s cab on two dock cranes

Contractor shall provide a new split-type cooling and heating system to provide temperature and humidity-controlled air to the operator’s cab on two dock cranes. The new system’s will be positioning the new splitter external component in the location of the existing system for heating and air which was currently equipped with a heating capability of 17,075 BTU/hour with complete ducting in the cab; installation of a new air conditioning system (present capacity: 23,500 BTU/hour). The system controls will be  powered by the 120VAC / 208VAC; the system testing and acceptance to prove nominal operator comfort during summer (cab facing the sun) and winter operation (cab shielded from the sun), .on the cranes located at Norfolk Naval Shipyard (NNSY), Portsmouth, VA and Naval Station Norfolk, VA.

Another purpose of this Notice is to determine the availability and capability of qualified small businesses to perform these services. All interested parties are welcome to provide a response. The applicable North American Industry Classification System (NAICS) code assigned is (811310) size standard 8 mil.  The Government anticipates issuing a solicitation for a Purchase Order with Firm-Fixed Price provisions and a period of performance of January 03rd 2023  – March 28th  2023

The Government is interested in responses from all qualified and experienced sources capable of providing the service. Large and small companies that have experience with this service are encouraged to respond to this Notice by December 21st  at 5:00 PM EST.  The submission of information is for planning purposes only and is not to be construed as a commitment by the Government to procure any items or services. This is not a solicitation for proposals and the Government will not award a contract because of this Notice.  The Government will not return any information submitted nor will the Government compensate any company who responds to this Notice. Proprietary information submitted will be protected when so designated. The following key information is requested:

1.  Organization name, address, email address, web site address, telephone number, CAGE code, Unique Entity ID number, point of contact (name, phone# and e-mail); your company’s business size type/status under the aforementioned NAICS code of 811310.  If your company is a small business, please identify any applicable socio-economic classifications such as Woman-Owned, Service-Disabled Veteran-Owned, HUBZone, 8(a), etc.

2.    Have you performed the same or similar work in the past? If so, please list the contract name, contract number, dollar amount, period of performance, and point of contact—name, title, email, and telephone number.

3.    Have you managed a task of this nature?

4.   Capability Statement. This statement shall not reiterate or duplicate the language set forth in this attachment, but rather, your capabilities statement shall demonstrate your company’s ability to perform these critical tasks. Additionally, if significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

Interested sources should send requested information in a single Adobe Acrobat (.pdf) email attachment to [email protected] with a page limitation of 10 letter sized, single sided pages including all attachments, charts etc. (single spaced, 1-inch margins, 12 point font minimum excluding charts and graphics). NO HARD COPY OR FACSIMILE SUBMISSIONS SHALL BE ACCEPTED.

Requests for a solicitation package will not be honored nor will requests for a technical point-of-contact information be provided.

BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE, THIS REQUIREMENT WILL BE CONSIDERED FOR APPROPRIATE SET-ASIDE PROGRAM PARTICIPATION (IF APPLICABLE) IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATIONS.

Contracting Office Address:

Norfolk Naval Shipyard (NNSY)

Contracts Division, Code 400

Building 65, 2nd Floor

Portsmouth, Virginia 23709-5000
United States

Place of Performance:

Norfolk Naval Shipyard (NNSY)
Portsmouth, Virginia 23709-5000
United States

Points of Contact:

Sebastian Edwards, [email protected] (757) 396-0964

  • Original Set Aside: 
  • Product Service Code: J041 – MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code: 811310 – Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance: Portsmouth , VA 23709 USA

Full details via beta.sam.gov

Guidon MES JV II LLC, awarded $47M contract for various architect-engineering design service

Guidon MES JV II LLC,* Indianapolis, Indiana, was awarded a $47,000,000 firm-fixed-price contract for various architect-engineering design services predominately in support of the Veterans’ Affairs Medical Center in Puerto Rico. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 14, 2032. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-23-D-2000).

GUIDON MES JV II LLC is an entity operating in Indianapolis, Indiana registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity was registered on April 21, 2021 with Unique Entity ID (UEI) #D6EFT8BH8L88, activated on November 17, 2022, expiring on November 15, 2023, and the business was started on April 12, 2021. The registered business location is at 1221 N Pennsylvania St, Indianapolis, IN 46202-2410. The current status is Active. The entity structure is 2K – Partnership or Limited Liability Partnership. The business types are 27 – Self Certified Small Disadvantaged Business, 2X – For Profit Organization, A5 – Veteran Owned Business, LJ – Limited Liability Company, QF – Service Disabled Veteran Owned Business. The officers of the entity include Luke J Leising (PRESIDENT), Tim King (MARKETING). (www.opengovus.com

SOURCES SOUGHT: Regional Tire Repair Services

This Sources Sought – N4008523R2573 is issued to replace correct the Notice ID on the the previously issued Sources Sought – N4008523R2596. The correct Notice ID is N4008523R2573. All other information remains the same.

THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice.  There will not be a solicitation, specifications, or drawings available at this time.  This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources.

Naval Facilities Engineering Systems Command, (NAVFAC) Mid-Atlantic is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability are encouraged to respond.  Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government.

A Facility Support, Indefinite Delivery/Indefinite Quantity (IDIQ) Contract with non-recurring services is anticipated. The total contract term including the exercise of any options, shall not exceed 60 months. Services may be ordered utilizing FEDMALL, or a Task Order, on a need basis.  The Contractor shall provide all labor, management, supervision, tools, materials and equipment and other items necessary to repair and replace tires and associated equipment on Base Support Vehicles and Equipment (BSVE), located in the Hampton Roads (Tidewater) area of Southeast Virginia.

Sealed Bidding procedures: In accordance with FAR Part 14, Sealed Bidding procedures will be used to evaluate and select the proposal that is most advantageous to the Government.

General Work Requirements:

The intent of 1700000 BSVE requirements, primarily consist of repairing or replacing tires on government vehicles. This contract is to provide all-inclusive tire repair or replacement service with a few other tire related services not limited to: Industrial vehicles, Cranes, Forklifts, Pick-up Trucks, Fire Trucks and Dual tractor-trailer tires. This contract shall provide for both on government property and roadside assistance for Government Vehicles. Vehicles may be located at any of the Tidewater Virginia military bases on Government property, or on the road in the Tidewater area within a 50 mile radius of any of the local Government bases.  The Government will notify the contractor of the location of the vehicle for Tire Repair or Replacement Service, and a Tire Repair or Replacement Service Order may then be issued under this contract for mobile tire repair or replacement. The Contractor shall arrive within the required time with complete equipment and material inventory to provide the ordered service. All tire repair and replacements services shall be conducted in accordance with the current standards specified by the Tire Industry Association and Federal Motor Vehicle Safety Standards

All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation.  All qualified firms are encouraged to respond. The appropriate NAICS Code is 811198, size standard $8 million.

It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following:
(1) Examples of projects worked within the last five years of similar size, scope and complexity as shown below and in the table.

Size:  A Base Support Vehicles and Equipment (BSVE) Tire services contract with a yearly value of at least $300,000.00 for non-recurring services. This may include one project, or multiple indefinite delivery indefinite quantity task orders.

Scope:   Offeror must have provided all labor, management, supervision, tools, materials, equipment and other items necessary to repair and replace tires and associated equipment on various types of vehicles, some located on government property, and roadside assistance.

Complexity:  Offeror must have been responsible for responding simultaneously to requirements for several customers or installations and supporting annexes.

Service Calls

The Contractor shall provide unscheduled service calls in the field during regular Government working hours. Services may also frequently be required after regular Government working hours and during weekends or holidays. All service call work shall be performed in accordance with all standard manufacturers’ requirements and practices. The Contractor shall respond within 4 hours (during regular working hours) and work shall be completed within 4 hours of notification to proceed; outside normal working hours the Contractor shall be on-site within 4hours, and be available 365 days/yr. and 24 hrs. /day. For emergencies response time is 2 hours of notification (during regular working hours).

Installation of commercial grade tire puncture seal material in tire intended for over the road use.

Install commercial grade tire puncture sealant material into tire according to OEM directions.  Install sealer in the amounts recommended by the OEM to suit the use requirement indicated in each task order.

Installation of solid foam fill in off road tires.

Install commercial grade tire solid foam fill material into tire according to OEM directions.  Foam fill will normally be done at the Contractors location to allow for environmental conditions to ensure foam reaches full cure.  Install fill in the amounts recommended by the OEM to suit the use requirement indicated in each task order.  Delivery and pick up of tires will be provided by the Government.

Passenger Car / Light Truck -Tire Services Repair

The Contractor shall provide all-inclusive tire repair services. Repair services shall include, removal and replacement of the tire on the vehicle, inspection of tire to determine the defect and if the tire is repairable, dismounting and remounting of tire on rim, repair of tire from the inside which shall include a patch and stem that will patch the inside of the tire and fill the puncture to protect the tire belts from water damage.  Replacement of the valve stem if required, tire inflation, and rebalancing of tire if deemed necessary by the tire service technician. All tire services shall be performed in accordance with all standard OEM requirements and practices. The Contractor shall respond within 4 hours and work shall be completed within 24 hours of notification to proceed.

Passenger Car / Light Truck Special Services, Front End Alignment     Balance

The Contractor shall provide front end alignment services in contractor’s shop during regular Government working hours.  All services shall be performed in accordance with all standard OEM requirements and practices. The Contractor shall respond within 4 hours and work shall be completed within 48 hours of notification to proceed.

Medium Truck – Tire Replacement, Fire Dept., 11R22.5, Michelin, XDN2

The Contractor shall provide all-inclusive tire replacement service.  Tire quality and tread-life warranty shall be equal to or greater than the other tires currently on the equipment, and shall meet or exceed the requirements in each line item ordered. They shall also match the size and tread style for the remaining tires on the vehicle. Tire replacement includes removal and disposal of defective tire, mount and balance new tire and installation of new valve stem.  Price shall include all shop supplies, miscellaneous truck stock supplies, tire weights, replacement of missing or damaged lug nuts, valve stem caps, and pre-expended bin materials and supplies.

Medium Truck – Tire Services, Repair

The Contractor shall provide all-inclusive tire repair services. Repair services shall include, removal and replacement of the tire on the vehicle, inspection of tire to determine the defect and if the tire is repairable, dismounting and remounting of tire on rim, repair of tire from the inside which shall include a patch and stem that will patch the inside of the tire and fill the puncture to protect the tire belts from water damage.  Replacement of the valve stem if required, tire inflation, and rebalancing of tire if deemed necessary by the tire service technician.   All tire services shall be performed in accordance with all standard OEM requirements and practices. The Contractor shall respond within 4 hours and work shall be completed within 24 hours of notification to proceed.

Medium Truck – Tire Replacement, 8R-19.5, Hwy

The Contractor shall provide all-inclusive tire replacement service.  Tire quality and tread-life warranty shall be equal to or greater than the other tires currently on the equipment, and shall meet or exceed the requirements in each line item ordered. They shall also match the size and tread style for the remaining tires on the vehicle. Tire replacement includes removal and disposal of defective tire, mount and balance new tire and installation of new valve stem.  Price shall include all shop supplies, miscellaneous truck stock supplies, tire weights, replacement of missing or damaged lug nuts, valve stem caps, and pre-expended bin materials and supplies.

Off the Road Equip. – Tire Replacement Fire Dept. 24R21 Michelin XZL

The Contractor shall provide all-inclusive tire replacement service.  Tire quality and tread-life warranty shall be equal to or greater than the other tires currently on the equipment, and shall meet or exceed the requirements in each line item ordered. They shall also match the size and tread style for the remaining tires on the vehicle. Tire replacement includes removal and disposal of defective tire, mount and balance new tire and installation of new valve stem.  Price shall include all shop supplies, miscellaneous truck stock supplies, tire weights, replacement of missing or damaged lug nuts, valve stem caps, and pre-expended bin materials and supplies.

Off the Road Equip. – Tire Replacement Fire Dept. 17.5R25 Michelin XTLA

The Contractor shall provide unscheduled tire replacement services in the field during regular Government working hours. Services may also frequently be required after regular Government working hours and during weekends or holidays. Tires shall be equal to or better than original manufacturers’ equipment. Tire replacement does not include removal and disposal of defective tire, mount and balance new tire or installation of new valve stem.  The Contractor shall respond within 4 hours and work shall be completed within 24 hours of notification to proceed.  (Hampton Roads Area only.)

Off the Road Equip. – Tire Replacement 525/80R25, Michelin, X CRANE AT

The Contractor shall provide unscheduled tire replacement services in the field during regular Government working hours. Services may also frequently be required after regular Government working hours and during weekends or holidays. Tires shall be equal to or better than original manufacturers’ equipment. Tire replacement does not include removal and disposal of defective tire, mount and balance new tire or installation of new valve stem.  The Contractor shall respond within 4 hours and work shall be completed within 24 hours of notification to proceed.  (Hampton Roads Area only.)

Knowledge of the state regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact.

(2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, UEI number, and CAGE Code.

(3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business.

(4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner.

The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company’s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities.

Electronic submission will be accepted.  Responses to this Sources Sought Notice shall be submitted electronically to [email protected] and must be received no later than 10:00 AM Eastern Standard Time on 21 December 2022. Questions regarding this sources sought notice may be emailed to Susan C. Roberts at [email protected], or via telephone at (757) 341-0091.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J025 – MAINT/REPAIR/REBUILD OF EQUIPMENT- VEHICULAR EQUIPMENT COMPONENTS
  • NAICS Code: 811198 – All Other Automotive Repair and Maintenance
  • Place of Performance: USA

Full details via beta.sam.gov

Amentum Services awarded $25M for contractor logistics support

Amentum Services, Germantown, Maryland, was awarded a $25,200,000 modification (P00189) to contract W58RGZ-17-C-0011 for contractor logistics support. Work will be performed in Germantown, Maryland, with an estimated completion date of May 31, 2023. Fiscal 2022 operation and maintenance, Army funds in the amount of $25,200,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Amentum Services, Inc. (Entity #F1814914) is a Stock Corporation in , registered with the Clerk’s Information System (CIS) of Virginia State Corporation Commission (SCC). The entity was incorporated on February 4, 2010 in De effective from February 4, 2010. The current entity status is ACTIVE. The business industry is . The registered business location is at 20501 Seneca Meadows Pkwy Ste 300, Germantown, Maryland 20876-7019. The registered agent of the business is C T Corporation System. The agent office address is 4701 Cox Rd Ste 285, Glen Allen, Virginia 23060-6808. The officers of the entity include Mark Esposito (Vice President), Larry Goldman (Treasurer), John (Jake) Kennedy (Chief Financial), Charles Mathis (Chief Financial), John C. Vollmer (President Chie), Stuart Young (Secretary), Stuart Ira Young (Secretary). (www.opengovus.com

SOURCES SOUGHT: Natural Gas Utility Services

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 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: Natural Gas Utility Services

Tracking Number:  IHS1464747

The Indian Health Service (IHS), Crownpoint Healthcare Facility, located in/at Thoreau, NM 87323 is seeking capable sources for the Natural Gas Utility Services for the Crownpoint Healthcare Facility.

The anticipated Period of Performance date is: January 01, 2023 to December 31, 2023.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 221210 – Natural Gas Distribution, 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) December 20, 2022 – 10:00 am Mountain Daylight Time

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: 333415 – Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment 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:

Brenda Joe

Contract Specialist

[email protected]

(505) 786-6217

Place of Delivery:

Crownpoint Healthcare Facility

NM State Hwy 371 & Navajo Route 9 Junction

Crownpoint, NM 87313

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: S119 – UTILITIES- OTHER
  • NAICS Code: 221210 – Natural Gas Distribution
  • Place of Performance: Crownpoint , NM 87313 USA

Full details via beta.sam.gov

153: Woman becomes 8a certified at 6o years old – Contract Solutions Inc President – Corliss Udoema

The reason why I think this is a fascinating story for some of those persons who have not listened to her story is that she received her 8a Certification at the age of 60.

Corliss “Mama U” Udoema served for over 20 years in the US Marine Corps, as an Assistant Officer in Charge for the Facility Supports Contracts, and as a Supervisory Procurement Analyst in the Naval Facilities Engineering Command, respectively.

Then, in 2006, she founded Contract Solutions, Inc. (CSI), a professional staffing and management support services company providing acquisition support, training solutions, human resources, and technology solutions.

She is also the President and founder of Agape Love in Action, a 501(c)(3) charitable organization dedicated to helping people in need.

With all of these, her motto in delivering excellence is a reflection on why she is an acclaimed businesswoman and CSI is part of the Inc. 5000 list for the last consecutive 3 years, and the 2019 USDA Small Business Contractor of the Year, among others.

More importantly, Mama U wants to be known for her work in philanthropy, recently she’s been ranked in the top 5 companies by the Washington Business Journal in terms of their philanthropy. Mama U has a different perspective on how she looks at government contracts, so I want you to have the same perspective as well moving forward with your government contracting journey.

Let’s welcome our Govcon Giant, Corliss “Mama U” Udoema.

Links from the episode:

Linkedin: https://www.linkedin.com/in/corliss-udoema-4b972910/

Corporate Linkedin: https://www.linkedin.com/company/contract-solutions-inc–csi-/ 

Website: https://contractsolutions-inc.com/ 

Twitter: https://twitter.com/ContractSol_inc 

Facebook: https://www.facebook.com/contractcsi/?fref=ts 

Amazon Book: https://www.amazon.com/Words-Wisdom-Mama-Speaks-Business/dp/1948149206

SOURCES SOUGHT: Construction Management Support Services

This is a non-personal services single award task order contract to provide construction management and quality assurance services. Work to be performed does not fall under the Brooks Act. Services shall not be provided which are considered closely related to inherently governmental functions. The government shall not supervise, direct, or have any direct control over the Contractors personnel. The Contractor shall furnish general construction management and quality assurance services which shall include assessment and monitoring of compliance with plans, specifications, schedules, and ancillary documents; quality assurance review of submittals, reports, plans, studies, technical documents and any other Construction Contractor document to assure compliance with plans, specifications, and ancillary documents; reporting of findings to the Field COR; file and data management; and other similar non-design tasks, as necessary. The location of projects under this Performance Works Statement (PWS) includes all of Alaska. Locations supporting all of Alaska includes remote sites, installations, bases, etc. location will be provided for each specific Task Order. Sources Sought Notice was initially published under W911KB22R0031.

NOTE: Visit ‘https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=W911KB23R0014’ to obtain more details.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: H356 – INSPECTION- CONSTRUCTION AND BUILDING MATERIALS
  • NAICS Code: 541330 – Engineering Services
  • Place of Performance: AK, USA

Full details via beta.sam.gov

NewView Oklahoma Inc. awarded $8M contract for Type I nonmetallic hose assemblies

NewView Oklahoma Inc.,*** Oklahoma City, Oklahoma, has been awarded an estimated $8,587,783 fixed-price, indefinite-delivery/indefinite-quantity contract for Type I nonmetallic hose assemblies. This is a one-year base contract with four one-year option periods. The performance completion date is Dec. 11, 2023. Using customers is the Department of Agriculture Forest Service, under the Wildlands Fire Protection Program. Type of appropriation is fiscal 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EG-23-D-0003).

NEWVIEW OKLAHOMA, INC. (Business# 4312369793) is a corporation registered with Oklahoma Secretary of the State (SOS). The registration date is August 15, 2012. (www.opengovus.com

M1 Support Services LP awarded $535M contract for aviation maintenance

M1 Support Services LP, Denton, Texas, was awarded a $535,391,051 modification (P00126) to contract W9124G-17-C-0104 for aviation maintenance. Work will be performed at Fort Rucker, Alabama, with an estimated completion date of Jan. 15, 2024. Fiscal 2023 operation and maintenance, Army funds in the amount of $9,820,728 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

M1 SUPPORT SERVICES, L.P. is an entity operating in Denton, Texas registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity was registered on October 25, 2003 with Unique Entity ID (UEI) #PNAFHATW8BD7, activated on March 16, 2022, expiring on April 13, 2023, and the business was started on January 15, 2003. The registered business location is at 300 N Elm St Ste 101, Denton, TX 76201-9020. The current status is Active. The entity structure is 2K – Partnership or Limited Liability Partnership. The business types are 2X – For Profit Organization, A2 – Woman Owned Business, A5 – Veteran Owned Business, QF – Service Disabled Veteran Owned Business. The officers of the entity include Kathy Hildreth, William Shelt. (www.opengovus.com