SOURCES SOUGHT: Electrical 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: Electrical Utility Services

Tracking Number:  IHS1464321

The Indian Health Service (IHS), Pueblo Pintado Clinic with the Crownpoint Healthcare Facility, located in/at Pueblo Pintado, NM 87313 is seeking capable sources for the Electrical Utility Services for the Pueblo Pintado Clinic under 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 221122 – Electric Power 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 19, 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: S112 – UTILITIES- ELECTRIC
  • NAICS Code: 221122 – Electric Power Distribution
  • Place of Performance: Crownpoint , NM 87313 USA

Full details via beta.sam.gov

Textron Aviation Inc. awarded $12M contract for AT-6 components

Textron Aviation Inc., Wichita, Kansas, has been awarded a $12,466,347 firm-fixed-price contract for AT-6 components. This contract provides for the procurement of components not included in the original Thailand AT-6 direct commercial sale contract. The location of performance is in Wichita, Kansas, and is expected to be completed by Feb. 28, 2024. This contract action involves Foreign Military Sales to Thailand, and is the result of a competitive source selection with two solicitations received. Fiscal 2023 and 2022 Building Partner Capacity funds in the amount of $5,465,932 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8637-23-C-0001).

TEXTRON AVIATION INC. is an entity operating in Wichita, Kansas registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity was registered on July 13, 2015 with Unique Entity ID (UEI) #LH8RF2CKLWK5, activated on October 13, 2022, expiring on October 12, 2023, and the business was started on May 13, 2014. The registered business location is at 1 Cessna Blvd, Wichita, KS 67215-1400. The current status is Active. The entity structure is 2L – Corporate Entity (Not Tax Exempt). The business types are 2X – For Profit Organization, MF – Manufacturer of Goods. The officers of the entity include Karen Jenkins (CONTRACTS MANAGER), Katrina Lee (CONTRACTS MANAGER), Russ Becker (SR TEAM LEADER SALES SUPPORT). (www.opengovus.com

SOURCES SOUGHT: Audio/Visual Equipment and installation in Palmetto, FL

PLEASE NOTE THAT THIS IS NOT A REQUEST FOR QUOTES OR PROPOSALS, NO SOLICITATION EXISTS AT THIS TIME.

This synopsis is for information and planning purposes and is not to be construed as a commitment by the U.S. Government, nor will the U.S. Government pay for information solicited

The U.S. Department of Agriculture, Animal Plant Health Inspection Service, Plant Protection and Quarantine, Fruit Fly Exclusion and Detection Program Facility located in Palmetto FL has an existing Conference Room that is unequipped with Audio Video Conferencing and          training capabilities and needs a vendor who can provide them with such capabilities in accordance with the attached statement of work.

Location:

            USDA APHIS PPQ

1724 20th Street E.

Palmetto, Florida 34221

PLEASE CHECK location address and be sure transportation cost is feasible.  There will be no reimbursement for transportation or communication costs for this location.

The associated North American Industrial Classification System (NAICS) code for this requirement is 517121 Telecommunications Resellers.  The Small Business Size Category is 1,500 Employees

Interested sources are encouraged to email all questions and capability statements regarding this requirement prior to Sources Sought closing date to [email protected].

Please be sure to include notice # SS1083952 on subject line when responding.

This is not a request for competitive quotes, but instead a market research method to determine interested sources.  A determination by the Government not to compete this requirement based on responses to this notice is solely within the discretion of the Government.  No requests for capability briefings will be honored because of this notice.

Please provide the following information when responding:

Name of Company

uei SAM ID Number

Point of Contact Info – Name, Phone# , Email Address

The Government will not award a contract based on the information received, nor reimburse participants for information or samples they provide.  Information or materials provided is strictly voluntary.

The USDA buying activity in Minneapolis, MN is committed to participation of small businesses (SB) small, disadvantaged businesses (SDB), 8(a) small businesses, woman-owned small businesses (WOSB), veteran owned small businesses (VOSB), service-disabled veteran-owned small businesses (SDVOSB), Historically Under-utilized Business Zone (HUBZone) small businesses and Non-Profits.

 

Anyone wishing to do business with the USDA must be registered in the government’s System for Award Management Registrar now known as SAM.  You may register online with http://sam.gov

A prospective awardee shall be registered in the SAM   database prior to award, during performance and through final payment of any contract resulting from a solicitation.  Vendors may obtain information on registration and annual confirmation requirements via the SAM database accessed through http://sam.gov   or by calling the Contractors Registration hotline @ 1-866-606-8220

The Government intends to provide all information regarding this notice via this web site.   The Federal Government is not responsible for notifications to interested parties regarding notices, solicitations, or amendments.  It is the Vendor’s responsibility to check this web site  www.SAM.gov  periodically for updates.    Telephone and email requests will not be accepted

  • Original Set Aside: 
  • Product Service Code: 7E20 – IT AND TELECOM Ð END USER: HELP DESK;TIER 1-2, WORKSPACE, PRINT, PRODUCTIVITY TOOL (HW/PERPETUAL SW)
  • NAICS Code: 517121 – Telecommunications Resellers
  • Place of Performance: Palmetto , FL 34221 USA

Full details via beta.sam.gov

Bechtel Plant Machinery Inc. awarded $576M contract for naval nuclear propulsion components

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $576,360,793 cost-plus-fixed-fee modification to previously awarded contract N00024-19-C-2115 for naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (75%); and Schenectady, New York (25%). Fiscal 2023 shipbuilding and conversion (Navy) funding in the amount of $456,176,165 (100%) will be obligated at time of award and funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

BECHTEL PLANT MACHINERY, INC. is an entity operating in Monroeville, Pennsylvania registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity was registered on June 25, 2007 with Unique Entity ID (UEI) #MTKMVNVK1MH6, activated on January 10, 2022, expiring on February 9, 2023, and the business was started on April 27, 1999. The registered business location is at 3500 Technology Dr, Monroeville, PA 15146-8300. The current status is Active. The entity structure is 8H – Corporate Entity (Tax Exempt). The business types are 2X – For Profit Organization. The officers of the entity include Kristen K Verruggio (FINANCIAL CONTROLLER), Kristen Stanonik (ACCOUNTING MANAGER). (www.opengovus.com

SOURCES SOUGHT: Unarmed Security Guard Services – Laughlin NV | Pahrump NV Clinics

The purpose of this sources sought is to obtain information in support of Market Research. Interested vendors are asked to review the attached specifications and provide the following information in their response: Company Name, Point of contact, Email address An Informal Quote Authorized Distributor Letter (if Applicable) Capabilities Statement Business Size UEI Number Vendor POC information Any existing IDIQ contracts in which these items can be ordered from (e.g. GSA, NASA SEWP, DLA eCAT, VA SAC, or VA NAC) This notice is not an official request for quotes. Information obtained from this notice may be used to the assist the Agency in determining the strategy for obtaining these items/services. Please note an official request for quote may or may not be released in connection of this notice. All responses shall be submitted to [email protected] prior to the closing date of this notice.

  • Original Set Aside: 
  • Product Service Code: R430 – SUPPORT- PROFESSIONAL: PHYSICAL SECURITY AND BADGING
  • NAICS Code: 561612 – Security Guards and Patrol Services
  • Place of Performance: VA Southern Nevada Healthcare System Laughlin Clinic , USA

Full details via beta.sam.gov

Aurora Flight Sciences awarded $42M contract for the Control of Revolutionary Aircraft with Novel Effectors (CRANE) phase 2-3 program

Aurora Flight Sciences, Manassas, Virginia, has been awarded a $42,177,014 cost-plus-fixed-fee contract, excluding unexercised options, for the Control of Revolutionary Aircraft with Novel Effectors (CRANE) phase 2-3 program. Work will be performed at Manassas, Virginia (20%); Cambridge, Massachusetts (14%); Charleston, South Carolina (6%); Bridgeport, Connecticut (6%); Huntsville, Mississippi (6%); St. Louis, Missouri (6%); Huntington Beach, California (6%); Mesa, Arizona (6%); Fort Worth, Texas (6%); National Harbor, Maryland (6%); and Salt Lake City, Utah (18%), with an expected completion date of September 2025. Fiscal 2022 research and development funds in the amount of $6,500,000 are being obligated at time of award. This contract was a competitive acquisition in accordance with the original broad agency announcement HR001119S0072. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-23-C-0012).

AURORA FLIGHT SCIENCES CORPORATION is an entity operating in Manassas, Virginia registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity was registered on February 7, 2002 with Unique Entity ID (UEI) #K1L1BZLNPWC4, activated on August 26, 2022, expiring on August 24, 2023, and the business was started on May 31, 1989. The registered business location is at 9950 Wakeman Dr, Manassas, VA 20110-2702. The current status is Active. The entity structure is 2L – Corporate Entity (Not Tax Exempt). The business types are 2X – For Profit Organization, MF – Manufacturer of Goods. The officers of the entity include Thomas Baird, Karen Desalvo, Eric Wendle, Kimberly Martin. (www.opengovus.com

SOURCES SOUGHT: BIOHAZARD WASTE BAGS

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 Biohazard Waste Bags

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 applicable North American Industry Classification System (NAICS) code assigned to this procurement is 326111–Plastic Bags and Pouch Manufacturing with a business size standard of 750 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 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) 03:00 PM MDT on December 14, 2022.

AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED:

  1. Confirm the Buy-Indian set-aside status you qualify for under following NAICS Code: 326111(Selected NAICS code must be listed on SAM report)
  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 UEI (Unique Entity ID) number and CAGE Code.
  5. Capability Statement
  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:

Michael Austin, Purchasing Agent

(505) 722-1224, [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: 6515 – MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 32611 – Plastics Packaging Materials and Unlaminated Film and Sheet Manufacturing
  • Place of Performance: Gallup , NM 87301 USA

Full details via beta.sam.gov

152: Contracting Officer gives away Billions to small business – Donnie Harris

Today’s guest is Mr. Donnie Harris, is a former guest of ours on the show. However, given the fact that there’s so much money put into the infrastructure plan, I thought it would behoove me to bring him back on to let all the listeners out there to listen to the episode once again.

Donnie Harris is a former senior contracting officer with an unlimited warrant, meaning he could sign off at any size contract. Over the course of his 20 years in government he managed complex and high-profile procurements totaling over $3 billion, that’s billion with a B, from the acquisition phase to the pre-award for three DC agencies.

His government customers where Mr. Harris provided procurement support included the Internal Revenue Service, Federal Aviation Administration, the Veterans Administration, Food and Drug Administration, Commerce, SBA, Department of Homeland Security, Coast Guard, DOE, National Institutes of Health, and the Department of Labor.

What I like the most about this interview with Mr. Harris was that he shared some truths about how the government works from the inside. These are things that are rarely heard outside of the government workplace.

He shared his insights, tools, the things that he’s learned, suggestions for small businesses on how to grow, all of that in this episode.

Listen to this episode with our Govcon giant, Mr. Donnie Harris.

Links from the episode:

Linkedin: https://www.linkedin.com/in/donnie-harris-ba26a68a/

Bell Textron Inc. awarded $1.36T contract for development of the Future Long Range Assault Aircraft weapon system

Bell Textron Inc., Fort Worth, Texas, was awarded a $1,361,723,332 hybrid (cost, cost-plus-incentive-fee, firm-fixed price and fixed-price incentive) contract for development of the Future Long Range Assault Aircraft weapon system. Bids were solicited via the internet with two received. Work will be performed in Fort Worth, Texas, with an estimated completion date of April 5, 2031. Fiscal 2022 and 2023 research, development, test and evaluation, Army funds in the amount of $232,208,330 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-23-C-0001). (Awarded Dec. 5, 2022)

BELL TEXTRON INC. is an entity operating in Fort Worth, Texas registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity was registered on March 18, 2002 with Unique Entity ID (UEI) #N5QUZAYGPKM3, activated on December 10, 2021, expiring on January 7, 2023, and the business was started on October 9, 1981. The registered business location is at 3255 Bell Flight Blvd, Fort Worth, TX 76118. The current status is Active. The entity structure is 2L – Corporate Entity (Not Tax Exempt). The business types are 2X – For Profit Organization, MF – Manufacturer of Goods. The officers of the entity include Helena Hoegger. (www.opengovus.com

SOURCES SOUGHT: General Maintenance, Supply, and Personal Protective Equipment Items

THIS IS A SOURCES SOUGHT/REQUEST FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT, NOR IS IT A REQUEST FOR PROPOSAL. THIS REQUEST DOES NOT OBLIGATE THE GOVERNMENT TO ANY CONTRACT AWARD.

The U.S. Army Corps of Engineers, Vicksburg District (USACE-MVK) intends to establish multiple blanket purchase agreements (BPAs) to facilitate the procurement of various industrial supplies. The intent of this sources sought is to obtain interested contractor capability statements to assist with market research.

The attached draft statement of work is for information purposes only and is subject to change. USACE-MVK is requesting capability statements from all qualified and interested Small Businesses to participate in a solicitation for the supply and delivery of various industrial hardware supplies.  The supplies will be required on an as needed basis to support the offices/branches within the Vicksburg District.  Refer to the attached example supply list for potential supplies that will be required (this is not an inclusive list); similar items not included on the list may be required. Contractors will be responsible for shipping coordination and all related costs.  Shipping addresses will be provided for each specific order.

The NAICS Code for the proposed acquisition is 332510, Hardware Manufacturing, and the small business size standard is 750 employees.

The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements, as indicated in this posting and the attached draft statement of work and example supply list to submit a capability statement consisting of the information listed below. Appropriate documentation, literature, brochures, and past performance information with references should be included. Past performance documentation shall include contact names, as well as a description of the supplies provided, contract type (i.e., fixed price or cost), and dollar value. The company’s CAGE Code shall be included with the submission.

The capabilities statement for the sources sought is not expected to be a proposal, but rather short statements regarding the company’s ability to demonstrate existing or developed expertise and experience in relation to the attached statement of work and example supply list.  Any brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of a capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Vicksburg District in tailoring requirements to be consistent with industry capabilities. This sources sought request is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information requested. After completing its analysis, the Government will determine whether to set-aside for a specific socioeconomic contracting program or full and open competition. Respondents will not be notified of the Sources Sought results.

All interested firms have until Wednesday, 21 December 2022, 12:00 p.m. (central time) to submit the following information:

1. Please provide your company name, address, point of contact with corresponding phone number, e-mail address, and CAGE code.

2. identify the small business socioeconomic categories of your business under NAICS 332510.

3. Evidence of capabilities to perform comparable/relevant work on three recent projects (not more than five years old). Include project name and key/salient features of the project; completion date, total contract value, and your company’s level of involvement in the project. Please provide at least one point of contact (with email address and phone number) for project validation.

4. If your company is not currently providing these types of supplies, has your company had experience in the last 5 years providing these types of supplies?

5. What does your company specialize in?

6. What experience does your company have with Government contracts?

Submissions that are not received within the allotted time and/or do not meet all requirements will not be considered. Electronic submissions via email are preferred. Facsimile submissions will not be accepted. Phone calls will NOT be accepted. Responses to this Sources Sought should be emailed to [email protected]. Email shall be titled Sources Sought for W912EE23S0002.  Responses must be received no later than 21 December 2022, 2:00 p.m. (central time).

  • Original Set Aside: 
  • Product Service Code: 5340 – HARDWARE, COMMERCIAL
  • NAICS Code: 332510 – Hardware Manufacturing
  • Place of Performance: Vicksburg , MS 39180 USA

Full details via beta.sam.gov