APTIM Federal Services LLC awarded $12M contract for recurring maintenance and minor repair of petroleum systems

APTIM Federal Services LLC, Baton Rouge, Louisiana, was awarded a $12,921,740 modification (P00002) to contract W912DY-21-F-0015 for recurring maintenance and minor repair of petroleum systems. Work will be performed in Tamuning, Guam, with an estimated completion date of Dec. 31, 2023. Fiscal 2023 revolving funds in the amount of $12,921,740 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Aptim Federal Services, LLC is an entity registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity number is #JT9NZ8J1KQF5. The business address is 4171 Essen Ln, Baton Rouge, LA 70809-2157. The point of contact name is Jim Brixius. (www.opengovus.com

SOURCES SOUGHT: Course Development & Instruction for HVAC Testing & Balancing Quality Verification and HVAC Systems Commissioning

THIS IS A REQUEST FOR SOURCES SOUGHT ONLY.  This Sources Sought request is issued solely for information and planning purposes – of identifying potential sources. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.  This RFI does not commit the Government to contract for any supply or service whatsoever.  Further, the Army Corps of Engineers is not at this time seeking proposals and will not accept unsolicited proposals.  Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this request; all costs incurred for responding to this request will be solely at the interested party’s expense.  Not responding to this request does not preclude participation in any future RFP, if any is issued.

The U.S. Army Corps of Engineering is searching for interested parties capable of providing the servies outlined in the attached draft performance work statement (PWS).

The Government provides training courses which are managed through the U.S. Army Corps of Engineers Learning Center (ULC) located in Huntsville, Alabama.  These courses are taught at educational institutions by experienced and/or certified instructors. Courses are taught utilizing technical and/or specialized manuals in conjunction with book and laboratory-based exercises designed to fulfill the U.S. Army Corps of Engineers mission and needs-based requirements.

This sources sought is for interested parties to develop the curriculum and provide the instruction for the following two courses:

1. Heating, Ventilation and Air Conditioning Test and Balancing Quality Verification (HVAC TAB)

2. HVAC Systems Commissioning

The Government is requesting affirmative responses for interest and capability to fulfill this requirement.  Interested parties are asked to email the Contract Specialist at [email protected] and Contracting Officer at [email protected] with interest, capability, and any relevant experience.

  • Original Set Aside: 
  • Product Service Code: U008 – EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT
  • NAICS Code: 611430 – Professional and Management Development Training
  • Place of Performance: USA

Full details via beta.sam.gov

Bryan Construction awarded $39M contract to construct an addition to Building 8205

Bryan Construction, Colorado Springs, Colorado, was awarded a $39,953,050 firm-fixed-price contract to construct an addition to Building 8205. Bids were solicited via the internet with four received. Work will be performed at Ellsworth Air Force Base, South Dakota, with an estimated completion date of April 12, 2024. Fiscal 2020 military construction, Air Force funds in the amount of $39,953,050 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-23-C-0002).

Bryan Construction – Federal Contracting Inc is an entity registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity number is #UXSBJ33DSAH5. The business address is 5475 Tech Center Dr, Ste 300, Colorado Springs, CO 80919-2338. The point of contact name is Brian Beck. (www.opengovus.com

SOURCES SOUGHT: REFUSE and Recycling Collection and Disposal for USCG Eighth District

This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5) to determine the capability of potential sources and the availability of commercial sources pursuant to FAR Part 10.

This notice is issued by the U.S. Coast Guard Director of Operational Logistics (DOL-94), Alameda, CA, to identify qualified sources capable of providing REFUSE AND RECYCLING COLLECTION AND DISPOSAL SERVICES to be performed for the Eighth U. S. Coast Guard District that consists of 26 states.

The potential requirement is for a base year period plus four (4) one-year option periods, if exercised by the Government. The base performance period is anticipated to begin 1 June 2023.

The contractor shall furnish all labor, supplies, material, equipment, transportation and supervision necessary to perform these services at the USCG unit/station/location.

Various type of REFUSE container sizes (open top and cover) ranges from 4-cubic yard (cy), 6-cubic yard (cy), 8-cubic yard (cy), 20-cubic yard (cy), and 30-cubic yard (cy); and various types of RECYCLING container sizes (open top and cover) include 4-cubic yard (cy), 6-cubic yard (cy), and 8-cubic yard (cy).

The business category of the sources sought include small business, veteran-owned small business (VOSB), service-disabled veteran-owned small businesses (SDVOSB), HUBZone small business, small disadvantaged business, women-owned small business (WOSB) and large business concerns.

The North American Industry Classification System (NAICS) code is 562111 – Solid Waste Collection with a small business annual revenue size standard of $41.5M.

All required licenses and or certification required for the different States must be identified with the response to the Sources Sought Notice along with any other required information.

Contractors that have the capabilities necessary to provide the stated services are invited to contribute to this market survey/sources sought by providing commercial market and company information.

Interested contractors should include the following information:

1. Name of company, address, and Unique Entity ID (UEI) number.

2. Point-of-contact name, phone number and email address

3. Business Size (small business, veteran-owned small business, service-disable small business, HUBZone, 8(a), small disadvantaged business, woman-owned or large business).

4. CAPABILITY STATEMENT and PAST PERFORMANCE INFORMATION that demonstrates the ability to perform these types of services. Past performance information shall include recent and relevant contracts for the same or similar services and other references (including contract numbers, points of contact with telephone numbers/email addresses and other relevant information). Past performance information should be at least three (3) contracts, ongoing or completed within the last three (3) years for like or similar services held with the U.S. Coast Guard, other Government agencies or private industry.

Interested parties must be registered in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM access can be obtained by accessing https://sam.gov.

This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal. It is not considered to be a commitment by the Government nor will the Government pay for information solicited.

Competition and set-aside decisions may be based on the results of this market research. Failure to submit information in sufficient detail may result in not considering the company as a viable source.

The Government reserves the right to consider a small business, 8(a), other set-aside, or any business arrangement as deemed appropriate for this procurement. No basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided.

It is the Coast Guard’s intent to issue a separate solicitation in the near future, to be synopsized on System for Award Management Electronic Posting System at https://sam.gov. It is the potential offer’s responsibility to monitor this avenue for release of any future synopsis or solicitation announcements.

At this time, no solicitation exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION.

Any interested firm capable of providing these services is requested to respond to the Contract Specialist Yvett Garcia, via e-mail to [email protected] by 8am PST on Friday, December 23, 2022.

  • Original Set Aside: 
  • Product Service Code: S205 – HOUSEKEEPING- TRASH/GARBAGE COLLECTION
  • NAICS Code: 562111 – Solid Waste Collection
  • Place of Performance: USA

Full details via beta.sam.gov

National Industries for the Blind awarded $15M contract for physical fitness uniform jackets

National Industries for the Blind,** Alexandria, Virginia, has been awarded a maximum $15,897,000 modification (P00003) exercising the second one-year option period of a one-year base contract (SPE1C1-21-D-B102) with two one-year option periods for physical fitness uniform jackets. This is an indefinite-delivery contract. Locations of performance are Maryland, North Carolina and Arkansas, with a Dec. 14, 2023, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

NATIONAL INDUSTRIES FOR THE BLIND (Entity# 00691167) is a corporation registered with California Secretary of State. The business incorporation date is October 12, 1973. The corporation status is Active. (www.opengovus.com

SOURCES SOUGHT: MEDICAL SUPPLIES

SOURCES SOUGHT NOTICE

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

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

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

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

Project: Procurement of Medical Supplies Various

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 339112 – Surgical and Medical Instrument 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) 04:00 PM MDT on December 8, 2022.

AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED:

  1. Confirm the Buy-Indian set-aside status you qualify for under following NAICS Code: 339112 (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: 339112 – Surgical and Medical Instrument Manufacturing
  • Place of Performance: Gallup , NM 87301 USA

Full details via beta.sam.gov