AECOM Technical Services Inc. awarded $225M contract architect-engineer services

AECOM Technical Services Inc., Los Angeles, California (W912DQ-21-D-3000); Arcadis U.S. Inc., Highlands Ranch, Colorado (W912DQ-21-D-3001); Black & Veatch – Geosyntec JV, Overland Park, Kansas (W912DQ-21-D-3002); Burns & McDonnell – EA JV, Kansas City, Missouri (W912DQ-21-D-3003); CDM Federal Programs Corp., Kansas City, Missouri (W912DQ-21-D-3004); HDR-OBG A JV, Kansas City, Missouri (W912DQ-21-D-3005); Jacobs Government Services Co., Arlington, Virginia (W912DQ-21-D-3006); Tetra Tech Inc., Kansas City, Missouri (W912DQ-21-D-3007); Weston Solutions Inc., West Chester, Pennsylvania (W912DQ-21-D-3008); and WSP USA Solutions Inc., Washington, D.C. (W912DQ-21-D-3009), will compete for each order of the $225,000,000 order-dependent contract for architect-engineer services. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of April 15, 2028. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity.

AECOM Technical Services, Inc. provides consulting engineering, and construction services. The Company offers construction management services including preconstruction, construction, and operations services, as well as asset management services. AECOM Technical serves the wastewater, transportation, environmental, and facilities markets. (www.bloomberg.com)

SOURCES SOUGHT: General Services Administration (GSA) seeks to lease the following office space in Raleigh NC (7NC2166)

The U.S. Government currently occupies office and related space in a building under lease in Raleigh NC (7NC2166), that will be expiring. The Government is considering alternative space if economically advantageous. The agency will consider, the availability of alternative space that potentially can satisfy the 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 Government will consider space located in an existing building or new construction. A minimum of 7,200 of American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Office Area (ABOA) square feet (SF) consisting of approximately (6,400 ABOA SF of contiguous office space and 800 ABOA SF of nearby securable storage space) to a maximum of 7,560 ABOA SF of contiguous office space and 840 ABOA SF nearby securable storage space within the Area of Consideration set forth below.

  • Original Set Aside:
  • Product Service Code: X1AA – LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code: 531120 – Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance: Raleigh, NC USA
  • Updated Response Date: Jun 04, 2021 05:00 pm EDT
  • Full details via beta.sam.gov

    govcon logo Check out our RESOURCES page for a sample letter that we use in response to government market research.

Bell Boeing Joint Program Office awarded $143.1M contract N00383-19-D-U501 for the logistics and repair support of MV-22B, CMV-22 (Navy) and CV-22 (Air Force) Osprey components

Bell Boeing Joint Program Office, California, Maryland, is awarded $143,198,723 for a delivery order (N00383-21-F-0U51) under previously awarded performance-based logistics requirements contract N00383-19-D-U501 for the logistics and repair support of MV-22B, CMV-22 (Navy), and CV-22 (Air Force) Osprey components. All work will be performed in Fort Worth, Texas. Work is expected to be completed by December 2025. Fiscal 2021 working capital funds (Navy) in the full amount of $143,198,723 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), in accordance with Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Bell Boeing Joint Project Office was founded in 1981. The Company’s line of business includes the manufacturing and assembling of complete aircraft. (www.bloomberg.com)

 

SOURCES SOUGHT: US National Sectéra vIPer Universal Secure Phone

Based on the responses to these sources sought notice/market research, this requirement may be set aside for small businesses or procured through full and open competition, and multiple awards may be made for US National Sectéra vIPer. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

Submission Instructions: Interested parties who consider themselves qualified, as detailed in Appendix 1, are invited to submit a response to this Sources Sought Notice by May 19, 2021.

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code: 541519 – Other Computer Related Services
  • Place of Performance:  Albuquerque, NM 87185 USA
  • Original Response Date: May 27, 2021, 12:00 pm MDT
  • Full details via beta.sam.gov

    govcon logo Check out our RESOURCES page for a sample letter that we use in response to government market research.

Raytheon Technologies awarded $88.8M contract under solicitation SPE7MX-20-R-0130 for various consumable electronic components

Raytheon Technologies, Fairdale, Kentucky (SPE7MX-21-D-0057, $88,800,000); and Raytheon Technologies, Indianapolis, Indiana (SPE7MX-21-D-0058, $24,000,000), have each been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE7MX-20-R-0130 for various consumable electronic components. These were sole-source acquisitions using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. They are three-year base contracts with one three-year option period and one four-year option period. Locations of performance are Kentucky and Indiana, with April 1, 2024, ordering period end date. Using customers are Air Force, Army, Coast Guard, Navy, and foreign military services worldwide. The type of appropriation is fiscal 2021 through 2024 defense working capital funds and foreign military sales. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio. (Awarded April 1, 2021)

Raytheon Technologies Corporation operates as an aircraft manufacturing company. The Company focuses on technology offerings and engineering teams to deliver innovative solutions such as aerostructures, avionics, interiors, mechanical systems, mission systems, aircraft engines, power and control systems, radars, software, and other products. (www.bloomberg.com)

SOURCES SOUGHT: Industry Day for the MK 41 Vertical Launching System (VLS)

The Industry Day will consist of a consolidated main session (Day 1) on 15 June 2021 with all interested industry participants. At the conclusion of the main session, interested industry participants will be provided a tour of the NSWC PHD Surface Weapons Engineering Facility (SWEF) to provide the industry with an opportunity to view MK 41 VLS equipment and discuss technical questions with NSWC PHD MK 41 VLS Subject Matter Experts.

Day 2 (16 June) and Day 3 (17 June) of the Industry Day will be reserved for one-on-one splinter meetings with interested industry participants. The request to register for a one-on-one session with Government representatives should be included with the Industry RSVP requirements cited below. The Government will notify industry participants of the one-on-one session schedule by 01 June 2021.

  • Original Set Aside:
  • Product Service Code: 1440 – LAUNCHERS, GUIDED MISSILE
  • NAICS Code: 336415 – Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
  • Place of Performance: Port Hueneme, CA 93043 USA
  • Updated Response Date: May 27, 2021 11:59 pm EDT
  • Full details via beta.sam.gov

    govcon giants logo Check out our RESOURCES page for a sample letter that we use in response to government market research.

 

SOURCES SOUGHT: Consolidated Application Development & Maintenance and IT Specialty Services

This is the notification that Headquarters Army Sustainment Command intends to consolidate two information technology requirements that are currently being performed by Small Business Administration 8(a) Program participants into a single unified 8(a) requirement. This single requirement would combine the requirements of the following contracts W52P1J-16-C-4009 ASC Application Development & Maintenance and W52P1J-17-C-0043 Information Technology Specialized Services (non-C4IM). The current performance work statements for both requirements have been attached to provide interested parties with the necessary information to determine if they have the capability to perform this combined requirement. HQ ASC intends to award one (1)
combination Firm-Fixed-Priced (FFP) and Labor-Hour (L/H) type contract consisting of one (1) thirty (30) day transition period, one eleven (11) month base year with four (4) twelve (12) month option years, and one (1) six (6) month option to extend. The Information Technology Specialized Services portion of the contract will be Firm-Fixed- Price, while the Application Development & Maintenance portion of the contract will be Labor-Hour.

  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: DA01 – IT AND TELECOM – BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
  • NAICS Code: 541519 – Other Computer Related Services
  • Place of Performance: Rock Island, IL 61299 USA
  • Original Response Date: May 20, 2021 01:00 pm CDT
  • Full details via beta.sam.gov

    govcon giants logo Check out our RESOURCES page for a sample letter that we use in response to government market research.

SOURCES SOUGHT: Power Africa Healthcare Facility Electrification Activity (HFE)

USAID/Power Africa is exploring opportunities to invest and attract private capital investment in health facility electrification to support short- and long-term response efforts in collaboration with private sector partners. This Alliance can include companies, non-governmental organizations, foundations, governments, and other relevant parties committed to promoting health facility modernization (electricity, telecommunications, and water) across SSA.

The Alliance would be created to build on existing Power Africa and USAID health programming efforts to enhance private sector participation in health facility electrification in the SSA region through sustainable, clean generation measures. Our goal is to help improve health services and COVID-19 vaccine distribution by providing reliable, sustainable, and affordable electricity. To achieve long-term success, the Alliance may seek sustainable ways to finance and electrify health facilities on a large scale to be replicated and scaled upon throughout the years of implementation. Innovative solutions to governance, financing and delivery challenges are welcome to solve this development challenge. More information on USAID Alliance Building can be found at: https://www.usaid.gov/gda

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code: 541611 – Administrative Management and General Management Consulting Services
  • Place of Performance: USA
  • Updated Response Date: May 17, 2021 05:00 pm EDT
  • Full details via beta.sam.gov

    govcon logo Check out our RESOURCES page for a sample letter that we use in response to government market research.

General Dynamics Mission Systems awarded $400M contract for production of spare parts in support of the Warfighter Information Network-Tactical Increment system

General Dynamics Mission Systems, Taunton, Massachusetts, has been awarded a maximum of $400,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prospective-price-redetermination contract for production of spare parts in support of the Warfighter Information Network-Tactical Increment system. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulations 6.302-1. This is a five-year base contract with one five-year option period. The location of performance is Massachusetts, with April 29, 2025, performance completion date. Using military service is Army. The type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-20-D-0043).

General Dynamics Mission System Inc was founded in 2015. The company’s line of business includes repairing radios and televisions. (www.bloomberg.com)

SOURCES SOUGHT: Content Management Systems (CMS) Software

The U.S. Army Contracting Command – New Jersey, on behalf of U.S. Army Combat Capabilities Development Command – Armaments Center (CCDC AC), Life Cycle Supportability Division (LCSD) at Picatinny Arsenal, NJ, is conducting market research to determine the capability of businesses to provide a content management system (CMS), a software application and a set of related programs, to create and manage digital content. The required CMS shall be used for authoring, reviewing, collaborating, storing, electronically publishing, and overall enterprise content management (ECM) of LCSD documentation. This documentation is developed in XML compliant to MIL-STD-40051 and binary/proprietary (e.g. FrameMaker, Word, etc.) formats and is updated and edited regularly after initial publication. The commercial CMS shall integrate the Army XMetaL application (configure the data ingest for Army custom eXtensible Mark-up Language (XML) and Document Type Definitions (DTDs)).

  • Original Set Aside:
  • Product Service Code: 7A21 – IT AND TELECOM – BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE)
  • NAICS Code: 511210 – Software Publishers
  • Place of Performance: Picatinny Arsenal, NJ 07806 USA
  • Updated Response Date: May 14, 2021 12:00 pm EDT
  • Full details via beta.sam.gov

    govcon logo

    Check out our RESOURCES page for a sample letter that we use in response to government market research.