Delaware Resource Group of Oklahoma LLC awarded $19M contract for the Aircrew Training Device/Aircrew Training Aid Services Program

Delaware Resource Group of Oklahoma LLC, Oklahoma City, Oklahoma, has been awarded a $19,077,956 firm-fixed-price contract for the Aircrew Training Device/Aircrew Training Aid Services Program. This contract provides professional guidance, troubleshooting, modifications, production, and solutions on all education and training matters. Work will be performed at Luke Air Force Base, Arizona, and is expected to be completed Feb. 28, 2027. This award is the result of a competitive acquisition and seven offers were received. Fiscal 2023 operations and maintenance funds in the amount of $21,028 are being obligated at the time of award. The Acquisition Management & Integration Center, Hampton, Virginia, is the contracting activity (FA4890-23-C-0010).

Delaware Resource Group of Oklahoma, LLC (Entity #20201055447) is a Foreign Limited Liability Company in Oklahoma City, Oklahoma registered with Colorado Department of State (CDOS). The entity was formed on January 22, 2020 in the jurisdiction of Oklahoma. The registered office location is at 3220 Quail Springs Parkway, Oklahoma City, OK 73134. The current entity status is good standing. The registered agent of the entity is Corporation Service Company. The agent office address is 1900 W. Littleton Boulevard, Littleton, CO 80120. (www.opengovus.com

SOURCES SOUGHT: FCRHC, Request for Services: Laundry & Dry-Cleaning Services

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

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: Laundry and Dry-Cleaning Services

Tracking Number: IHS1466286

The Indian Health Service (IHS), Shiprock Service Unit (SSU), Four Corners Regional Health Center located at US Hwy 160 & Route 35, Teec Nos Pos, AZ 86514 is seeking capable, Native American Owned Small Business or Indian Economic Enterprise Small Business interested in providing the resources to satisfy the requirement of Laundry and Dry-Cleaning Services for the FCRHC located in Teec Nos Pos, Arizona.

The anticipated period of performance will be for 12 continuous months from the date of contract award.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 812320 – Dry-cleaning and Laundry Services with a small business size standard of small business size standard of $6 million.

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) 3:00 pm MST on January 10, 2023.

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: 812320 – Dry-cleaning and Laundry Services
    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:

Matthew Atcitty, Purchasing Agent, (505) 368-7345, [email protected];

Place of Performance:

Four Corners Regional Health Center

HCR 6100, US Hwy 160 & Route 35 – Red Mesa

Teec Nos Pos, Arizona 86514

THIS IS NOT A SOLICITATION.

  • Original Set Aside: 
  • Product Service Code: S209 – HOUSEKEEPING- LAUNDRY/DRYCLEANING
  • NAICS Code: 812320 – Drycleaning and Laundry Services (except Coin-Operated)
  • Place of Performance: Teec Nos Pos , AZ 86514 USA

Full details via beta.sa.gov

The Boeing Co. awarded $38M contract for B-1 and B-52 bomber engineering services

The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $38,716,952 modification (P00023) to contract FA8107-19-D-0001 for B-1 and B-52 bomber engineering services. This modification is for recurring and non-recurring engineering services to B-1 and B-52 aircraft. Work will be performed at Tinker Air Force Base, Oklahoma; Edwards AFB, California; Barksdale AFB, Louisiana; and Oklahoma City, Oklahoma, and is expected to be completed Dec. 31, 2023. This modification provides for the exercise of an option for an additional year of performance. The total cumulative value of the contract is $1,200,000,000. Fiscal 2023 operations and maintenance funds in the amount of $30,096,886 are being obligated at the time of award. Air Force Life Cycle Management, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8107-19-D-0001).

THE BOEING COMPANY is an entity operating in Oklahoma City, Oklahoma registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity was registered on January 24, 2002 with Unique Entity ID (UEI) #WE38N9QJWHZ5, activated on October 24, 2022, expiring on October 19, 2023, and the business was started on January 1, 1916. The registered business location is at 6001 S Air Depot Blvd, Oklahoma City, OK 73135-5922. 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 Desalvo, Eric Wendle, Vincent Wallace. (www.opengovus.com

SOURCES SOUGHT: IT Research and Consulting

Responses are due January 17, 2023, at 10:00 AM Eastern Time.  Respondents shall submit responses by email to [email protected].  Please reference “SS20239905‘’ in all communications.

This Notice is for information and planning purposes and is not be construed as a commitment by the Government nor will the Government pay for information solicited.  Respondents will not be notified of the results of evaluation.  Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.

The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto.

  • Original Set Aside: 
  • Product Service Code: R499 – SUPPORT- PROFESSIONAL: OTHER
  • NAICS Code: 541519 – Other Computer Related Services
  • Place of Performance: USA

Full details via beta.sa.gov

Global Connections To Employment Inc. awarded $15M contract for dining facility attendants services

Global Connections To Employment Inc., Pensacola, Florida, was awarded a $15,478,108 firm-fixed-price contract for dining facility attendants services. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 29, 2027. U.S. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W5168W-22-D-0002).

GLOBAL CONNECTIONS TO EMPLOYMENT, INC. is an entity operating in Pensacola, Florida registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity was registered on May 13, 2015 with Unique Entity ID (UEI) #C43DLCSKXGM8, activated on March 15, 2022, expiring on April 3, 2023, and the business was started on November 26, 2014. The registered business location is at 1221 W Lakeview Ave, Pensacola, FL 32501-1857. 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. The officers of the entity include Angela Brewton (DIRECTOR OF FINANCE), Vicki Albritton (FINANCIAL ANALYST), Dwight Davis Jr (PRESIDENT), Steven Sidlosvky (FINANCIAL MANAGER). (www.opengovus.com

SOURCES SOUGHT: Denver Firing Range Services

INTRODUCTION
The Transportation Security Administration (TSA) is conducting market research to determine interest, capability, and socio-economic category of potential sources for Firing Range Services to support the a Field Office within the Office of Law Enforcement at TSA.

This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified sources; (2) whether they are small businesses; HUBZone; service-disabled veteran-owned, woman-owned, 8(a), etc.; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.  Note: If you are submitting a capabilities statement and your firm does not own/operate the proposed range facilities, your capabilities statement must address how your firm will meet performance requirements/Limitations on Subcontracting.  See Federal Acquisition Clauses 52.219-3, 52.219-14, 52.219-27, or 52.219-29 for information concerning performance requirements/limitations.

BACKGROUND
The use of commercial or Governmental firing ranges are required to allow agency personnel to train and qualify on various weapons used in the performance of their duties.

SCOPE
The requirements for an acceptable range are included in the DRAFT REQUIREMENTS section below. The intent of the acquisition is for the rental/usage of existing ranges meeting all specifications outlined in the DRAFT REQUIREMENTS.

RESPONSE INFORMATION
In order for the TSA to improve its understanding of market capabilities and identify qualified vendors that are capable of providing the required services, a Contractor’s Capabilities Statement is requested. This statement must identify your company’s capabilities to meet the requirements identified in the attached DRAFT Statement of Work (SOW), Full Company Name, DUNS Number, Tax Id Number, Company Point of Contact, mailing address and phone number, Current Business Size (i.e., small business, 8(a), woman owned, veteran owned, etc.), and what experience you have providing similar and/or same services.

The capabilities statement shall not exceed four (4) pages in length and shall be in either PDF or MS Word Format.

Telephone responses will not be accepted. Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through Contract Opportunities (www.SAM.gov). Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.

This Sources Sought Notice is issued solely for informational and planning purposes only and is not a solicitation. A Government requirement for this service is being developed, and a contract may or may not result. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government

Draft Statement of Work

The Department of Homeland Security (DHS) has a requirement for a firearms range

to conduct advanced firearms training. The primary range facility must be indoors,

(see below following standards) and shall be located within a 40-mile radius of the

Denver Metro Area, Chambers Rd. and I-70.

 

The range must comply with applicable, local, state and federal regulations, including

but not limited to, lead exposure. The Vendor will be requested to submit its most recent

certification of lead exposure testing and/or its most current OSHA compliance

certificate/letter and air sample for lead with submission of proposal.

 

If an award is granted and OSHA standards are not in accordance with regulation, the

government has the unilateral right to terminate the contract at any time via a written

signed modification.

 

The following OSHA programs are applicable:

Lead:

29 Code of Federal Regulations (CFR) 1910.1000, Air contaminants

http://www.gpo.gov/fdsys/pkg/CFR-2014-title29-vol6/pdf/CFR-2014-title29-vol6-

sec1910-1000.pdf

29 CFR 1910.1025

http://www.access.gpo.gov/nara/cfr/waisidx_10/29cfr1910a_10.html

Environmental Protection Agency (EPA): Best Management Practices for Lead at

Outdoor Shooting Ranges.

http://www2.epa.gov/lead/best-management-practices-lead-outdoor-shooting-rangesepa-

902-b-01-001-revised-june-2005

 

Signs and tags:

Section 1910.145

https://www.osha.gov/Reduction_Act/TAGS-SUP.html

The proposed range must meet the following standards to qualify for consideration:

-DHS will provide all AMMUNITION, TARGETS and FIREARMS INSTRUCTORS.

-The range time must be available exclusively to the Department of Homeland Security (DHS) during the hours indicated.

-The range must be able to accommodate 25 shooters, a minimum of six days per month. Each shooter will fire approximately 250 rounds per day.

-The range shall possess adequate exterior lighting in both public and work areas.

-The range shall be equipped with separate male and female indoor restroom facilities with running water located near the range facilities for DHS use.

-It shall have parking available on site for a minimum of 25 shooters at one time.

-A classroom to accommodate a minimum of 25 students should be available onsite along with a

break room.

-The target system for the range should be a turning target system. A bullet trap shall exist on the range.

-The facility should offer different levels of lighting, low light and no light.

-The range owner will be responsible for lead recovery at the range.

-Two Government furnished 7’x 6’x 8′ storage units are required at the range site.

– There will be no fees for on-site pad space for the storage units. Special targets, aircraft seats, ammunition, and other range equipment may be stored in these on-site units.

-DHS personnel will use the range an average of 6 days per month (6 days X 12 months = 72 days per

year/4 quarters) with an estimated 20 shooters per day.

-The estimated number of rounds fired per year is 240,000 (based on 20 shooters per day X 250 rounds per shooter X 48 days).

-The range must be closed to the public during the corresponding hours. Under this contract, DHS requires exclusive use of the range in 4 hour blocks from 8:00 AM to 12:00 PM. This does not include weekends and federal holidays.

-Signal for cellular phone service must be adequate or if signal cannot be obtained a landline

must be installed for emergency calling.

-Disposal of all contaminants associated with live fire, including bullet trap / ventilation filter etc.

will comply with local, state and federal regulations and is the responsibility of the contracted range.

– Electrical outlets and wiring will meet applicable federal, state, and local codes.

-Emergency egress plans and fire protection will be in compliance with local, state, and federal

regulations and will not require travel downrange from the primary firing line.

  • Original Set Aside: 
  • Product Service Code: X1FB – LEASE/RENTAL OF RECREATIONAL BUILDINGS
  • NAICS Code: 713990 – All Other Amusement and Recreation Industries
  • Place of Performance: 

Full details via beta.sa.gov