Winston-Salem Industries for the Blind Inc. awarded $7M contract for flame retardant environmental ensemble /enhanced weather outer layer parkas

Winston-Salem Industries for the Blind Inc.,** Salem, North Carolina, has been awarded a maximum $7,587,915 modification (P00006) exercising the second one-year option period of a one-year base contract (SPE1C1-21-D-B103) with two one-year option periods for flame retardant environmental ensemble/enhanced weather outer layer parkas. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Jan. 12, 2024. 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.

WINSTON-SALEM INDUSTRIES FOR THE BLIND, INC. (doing business as IFB SOLUTIONS) is an entity in Asheville, North Carolina registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity was registered on April 7, 2003 with Unique Entity ID (UEI) #THVADD8FLHK3, activated on January 13, 2022, expiring on February 10, 2023, and the business was started on June 1, 1936. The registered business location is at 240 Sardis Rd, Asheville, NC 28806-8504. The current status is Active. The entity structure is 8H – Corporate Entity (Tax Exempt). The business types are A7 – AbilityOne Non Profit Agency, A8 – Non-Profit Organization, MF – Manufacturer of Goods. The officers of the entity include Silas Martin, Kim Freeman, Dan Carson. (www.opengovus.com

SOURCES SOUGHT: Lessors of Nonresidential Office Space for Lease

The US Government currently occupies office and related space in a building under lease in Kansas City, MO that will be expiring.  The Government is considering alternate space if economically advantageous.  In making this determination, the Government will consider, among other things, the availability of alternate space that potentially can satisfy the Government’s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, and non-productive agency downtime.  The amount of square footage needed is approximately 1,000 square feet.  Information should be sent to Kathy Cherrito, at [email protected], 816-389-3821.

  • Original Set Aside: 
  • Product Service Code: 
  • NAICS Code: 53112 – Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance: Kansas City , MO 64157 USA

Full details via beta.sa.gov

ECC Constructors LLC awarded $500M contract for debris management services

ECC Constructors LLC, Burlingame, California, was awarded a $500,000,000 firm-fixed-price contract for debris management services. 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 Jan. 9, 2028. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W912EK-22-D-0005).

ECC INTERNATIONAL CONSTRUCTORS, LLC is an entity in Burlingame, California registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity was registered on November 7, 2008 with Unique Entity ID (UEI) #CGWKRMMB12M7, activated on February 22, 2022, expiring on March 18, 2023, and the business was started on May 30, 2006. The registered business location is at 1240 Bayshore Hwy Ste 105, Burlingame, CA 94010-1805. The current status is Active. The entity structure is ZZ – Other. The business types are 2X – For Profit Organization, LJ – Limited Liability Company. The officers of the entity include Tony Nolen, Gia Maxhuni. (www.opengovus.com

SOURCES SOUGHT: S222–MEDICAL WASTE PICK-UP and DISPOSAL

THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.
1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Capability, including Service-Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses (SDVOSB/VOSB) interested and capable of performing the work.
2. The NAICS for this requirement is 562211-Hazardous Waste Treatment and Disposal
3. Interested and capable Contractors should respond to this notice not later than 4:00 p.m. PST on January 13, 2023, by providing the following via email only to [email protected]. a) company name b) address c) point of contact d) phone, fax, and email of primary point of contact e) Contractor Unique Entity ID number f) Type of small business, if applicable, (e.g., Services Disabled Veteran Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a), HUB-Zone, Women Owned Small Business (WOSB), Small Disadvantaged Business (SDB), or Small Business (SB)). g) A capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the work described in paragraph 5 below. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the Contractor s experience providing the same or similar supplies/services to that described in paragraph 5 below.
4. SDVOSB/VOSB respondents. a) If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of www.vetbiz.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor’s limitations on subcontracting are as follows: 1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $250,000, an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: 2) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded.
5. Required Services. Provide hazardous and non-hazardous medical waste disposal services. The Contractor shall provide all management, labor, supervision, transportation, packaging, pick-up and disposal of regulated medical waste, biohazardous waste, and pathological waste. The Contractor shall also provide containers with labeling, waste manifest and required reports and disposal of Resource Conservation and Recovery Act (RCRA) hazardous and non-hazardous pharmaceutical waste, medical waste, chemotherapy, and pathology tissue waste in accordance with all applicable state and federal regulations. The Contractor shall label all containers in accordance with all applicable laws and regulations. The Contractor shall submit medical waste tracking documents, reports, and hazardous waste manifest to the Contracting Officer Representative (COR). The Contractor shall provide all installation of disposable RCRA Hazardous Pharmaceutical Waste Containers and installation of re-usable non-hazardous pharmaceutical waste, sharps, re-usable trace chemo waste containers, re-usable medical waste ( red bag waste ) containers, re-usable and/or single use medical sharps only containers, and re-usable and/or single use pathology, bio-hazardous, chemotherapeutic waste containers and dispose of their contents for the identified participating facilities.
Containers shall be swapped out by the Contractor at the point of accumulation. Containers shall be swapped out by the Contractor at the point of accumulation in a just-in-time service model minimizing time a full container sits at an accumulation point before replacement with empty container The contractor may propose substitution of one-time use (disposable) containers in lieu of re-usable containers if contractor is unable to supply re-usable containers for all waste streams other than RCRA waste.
VA directives and federal executive orders direct efforts in cost reduction, waste minimization, environmental impact, and green- house gas generation in VA operations encourage use of re-usable containers over one time use (disposable) containers.
VA Directive 0058, VA Green Procurement Program Policies and Procedures VA Directive 0063 Waste Prevention and Recycling Program VHA Directive 7708 Pollution Prevention (P2) Program Executive Order 13423 Strengthening Federal Environmental, Energy, and Transportation Management EO 13693, Planning for Federal Sustainability in the Next Decade Definition of a full container A full container is defined as any container that has reached a level that is 75 percent (75%) full The frequency of replacing a full container for an empty one will be determined by this measure. The Contractor shall conduct an onsite assessment with the Contracting Officer Representative (COR) and designees to determine size, placement and location of medical waste containers, Sharps and or Pharmacy Waste Bins.
SERVICES SHALL BE FOR THE FOLLOWING FACILITIES: The Contractor shall provide waste disposal services for the following facilities: VA GLAHS West Los Angeles Medical Center 11301 Wilshire Blvd. Los Angeles, CA 90073 San Luis Obispo CBOC 1288 Morro Street, Suite 200 San Luis Obispo, CA 93401 Santa Maria CBOC 1550 East Main Street Santa Maria, CA 93454 Sepulveda Outpatient/Clinic CLC/Hospice 1611 Plummer Street Sepulveda, CA 91343 Los Angeles Ambulatory Care Center 351 E. Temple Street Los Angeles, CA 90012 Bakersfield CBOC 1801 Westwind Drive Bakersfield, CA 91343 Santa Barbara CBOC 4440 Called Real Santa Barbara, CA 93110 Ventura CBOC 5250 Ralston St. Ventura, CA. 93003 San Gabriel Valley CBOC 7 West Foothill Blvd. Arcadia, CA. 91006 VA clinics associated with, but not located on the main campus of the facilities identified in the table above may also require regulated medical waste pick-up and disposal. Notwithstanding any other provisions in this contract to the contrary, the Contractor shall provide medical waste pick-up and disposal to those facilities under the same terms and conditions as specified in this contract when directed to do so by the Contracting Officer. The Contractor shall provide services to those clinics at the prices established for those same services at the parent facility.
A list of clinics currently requiring pick-up and disposal of regulated medical waste is provided above. Clinic locations and estimated quantities are subject to change due to patient demand. The Contractor shall ensure it maintains the resources necessary to respond to these changes.
6. The intended contract period will be for a base year and up to four (4) one-year option periods with the base period of performance anticipated to be from April 1, 2023 thru September 30, 2024.
7. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can provide the services, VA will set aside the underlying solicitation per 38 U.S.C. §8127.  8. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. –End of Sources Sought Announcement–
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: S222 – HOUSEKEEPING- WASTE TREATMENT/STORAGE
  • NAICS Code: 562211 – Hazardous Waste Treatment and Disposal
  • Place of Performance: Department of Veterans Affairs VA Greater Los Angeles Healthcare System , 90073 USA

Full details via beta.sa.gov

SOURCES SOUGHT: Supplemental Emergency Services

**THIS IS NOT A REQUEST FOR QUOTE**

**THIS IS A REQUEST FOR INFORMATION**

Responses to this Request for Information (RFI) may be used to formulate final requirements and/or to identify qualified/interested vendors capable of meeting those requirements. The description below outlines preliminary requirements envisioned for the FBI, Human Resources Department, Operations Medical and Readiness Unit (MORU) Supplemental Emergency Services. The information gathered may be used to formulate acquisition strategies for competitive solicitations.

  • Original Set Aside: 
  • Product Service Code: Q999 – MEDICAL- OTHER
  • NAICS Code: 621111 – Offices of Physicians (except Mental Health Specialists)
  • Place of Performance: USA

Full details via beta.sa.gov

Bechtel Plant Machinery Inc. awarded $140M contract for Naval Nuclear Propulsion Components

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $140,225,056 cost-plus-fixed-fee modification to previously awarded contract N00024-19-C-2112 for Naval Nuclear Propulsion Components. Work will be performed in Monroeville, Pennsylvania (91%); and Schenectady, New York (9%). Fiscal 2023 other procurement (Navy) funds in the amount of $13,513,337 (100%) will be obligated at time of award and 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 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

Sauer Construction LLC, awarded $37M contract to provide construction of two additions

Sauer Construction LLC, Jacksonville, Florida, was awarded a $37,618,000 firm-fixed-price task order (N6945023F0148) under a multiple award construction contract (N69450-21-D-0061) to provide construction of two additions to the Trident Training Facility, a Strategic Systems Program missile control center team trainer, and Naval Sea Systems Command weapons handling system team trainer at Naval Submarine Base Kings Bay, Georgia. The contract also contains two unexercised options which, if exercised, would increase the cumulative contract value to $37,809,809. Work will be performed in Kings Bay, Georgia, and is expected to be completed by March 2025. Fiscal 2023 military construction funds in the amount of $37,618,000 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity (Awarded Dec. 30, 2022).

SAUER CONSTRUCTION, LLC is an entity in Jacksonville, Florida 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) #SBVUVJ2G3NL4, activated on May 24, 2022, expiring on May 20, 2023, and the business was started on January 1, 1876. The registered business location is at 6621 Southpoint Dr N Ste 200, Jacksonville, FL 32216-0952. The current status is Active. The entity structure is 2L – Corporate Entity (Not Tax Exempt). The business types are 2X – For Profit Organization, LJ – Limited Liability Company. The officers of the entity include Vince Gruss, Gary R. Weeks, Kevin J Kelly. (www.opengovus.com

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.

Revised 5 January 2023 to attache Amendment 1 on PIEE.

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.sa.gov

Teichert-Odin JV awarded $15M contract to obtain and transport seepage berm material

Teichert-Odin JV, Sacramento, California, was awarded a $15,017,850 modification (P00009) to contract W91238-20-C-0002 to obtain and transport seepage berm material. Work will be performed in Sacramento, California, with an estimated completion date of May 29, 2023. Fiscal 2022 civil works funds in the amount of $15,017,850 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity.

TEICHERT-ODIN, A JOINT VENTURE is an entity operating in Sacramento, California registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity was registered on August 26, 2019 with Unique Entity ID (UEI) #U5B2ENML7TD1, activated on January 13, 2022, expiring on February 10, 2023, and the business was started on August 22, 2019. The registered business location is at 3500 American River Dr, Sacramento, CA 95864-5802. The current status is Active. The entity structure is 2K – Partnership or Limited Liability Partnership. The business types are 2X – For Profit Organization. The officers of the entity include Sean Collins. (www.opengovus.com

SOURCES SOUGHT: FY22 Repair Building 118, Wheeler Army Airfield, Oahu, Hawaii

THIS SOURCES SOUGHT NOTICE is for informational purposes only.  THE SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR INVITATION FOR BID.

The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from PRIME CONTRACTORS interested in performing work on a potential design-bid-build construction solicitation for the FY22 Repair Building 118, Wheeler Army Airfield, Oahu, Hawaii.  NO SOLICITATION IS CURRENTLY AVAILABLE.

Project Description:

The purpose of this project is to repair or replace deteriorated and failing building components. Work includes the demolition and repair of existing interior walls and/or interior finishes, replacement of failing HVAC, lighting, electrical, communication, fire alarm, and plumbing. Repair work for B118 shall meet or exceed UEPH Army Standards (10 Jul 2012) and conform to Standard Design layout per 2/1 Market Style Plan (20 Apr 2012) to the maximum extent possible.

Magnitude is $25M – $50M

Interested PRIME CONTRACTORS should submit the following:

  1. Narrative demonstrating design-bid-build experience in similar type of work with a contract award amount of $20M at a remote location with a limited footprint next to existing/occupied facilities in a populated area.
  2. If the design-bid-build experience from paragraph a above was not in a remote location with a limited footprint next to an existing building in a populated, provide construction experience working at a location comparable in setting to Wheeler Army Airfield, Oahu, Hawaii.
  3. Bonding capability for a single contract action of at least $25M and aggregate of at least $50M by the interested prime contractor.
  4. UEI and CAGE CODE, Expiration date in SAM.GOV.
  5. Indicate whether your firm is a large business or small business. If your firm is a small business specify all applicable socio-economic categories per FAR PART 19.

Interested Small Business Subcontractors should submit the following:

  1. Identify interested areas of work and provide a narrative demonstrating the experience that are similar in size, scope, complexity, and/or magnitude of the work performed.
  2. The size of the crew(s) available to perform work.
  3. Identify applicable socioeconomic category of HUBZone, Women Owned Small Business, Service Disabled Veteran Owned Small Business, or Small Disadvantaged Business
  4. UEI and CAGE CODE, Expiration date in SAM.GOV.

Narratives shall be no longer than two (2) pages.

Email responses are required.  Responses are to be sent via email to [email protected] and [email protected] no later than January 18, 2023, 2:00 p.m. Hawaii Standard Time.

Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE.  It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the System for Award Management (SAM), please see https://www.sam.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered.

  • Original Set Aside: 
  • Product Service Code: Z2JZ – REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance: Wheeler Army Airfield , HI USA

Full details via beta.sa.gov