SOURCES SOUGHT: Alaska Job Order Construction Contract (JOCC)

This is a Sources Sought Notice/Request for Information for the General Services Administration (GSA), Public Building Service (PBS), Region 10, Northwest/Arctic Region. This is not a solicitation announcement and there is no request for proposals or related documents. GSA is currently conducting preliminary planning market research to determine the existence of viable commercial sources for a multiple single award firm-fixed price, indefinite-delivery, indefinite quantity (IDIQ) Job Order Construction Contract (JOCC). The JOCC contract estimated maximum value is forecasted at $20,000,000.00 for a 5 year period. The average range of task orders is projected between $2,000.00 to $150,000.00. Below is our current list of possible JOCCs per geographic location in Region 10; however, these zones are subject to change depending on interest and market feedback.

  • Original Set Aside:
  • Product Service Code: Z2AA – REPAIR OR ALTERATION OF OFFICE BUILDINGS
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance: USA
  • Original Response Date: Nov 30, 2021 10:00 am AKST

Full details via beta.sam.gov


SOURCES SOUGHT: Defense Advanced Global Positioning System Receiver

Performance and interface requirements are also contained in the Defense Advanced Global Positioning System Receiver DAGR specification. The current DAGR is manufactured by BAE, Inc. Potential bidders may obtain access to the current specification and reference documents from the Primary Point of Contact listed. The Government has no Research & Development dollars available for this contract. The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements for the DAGR production and repair units listed, The Government intends to award a five-year, Indefinite Delivery Indefinite Quantity (IDIQ), Requirements type per FAR 16.503 for production of DAGRs (to include a warranty) as well as repairs, engineering services, computer-based training, and logistics support. BAE Systems, Inc. is currently the sole source manufacturer of DAGR. 

  • Original Set Aside:
  • Product Service Code: 5825 – RADIO NAVIGATION EQUIPMENT, EXCEPT AIRBORNE
  • NAICS Code: 334511 – Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance: USA
  • Updated Response Date: Oct 01, 2021 11:59 pm EDT

Full details via beta.sam.gov


DynCorp International LLC Awarded $301 for aircraft maintenance flight operations support

DynCorp International LLC, Fort Worth, Texas, has been awarded a $301,369,831 task order off of the Aircraft Maintenance Enterprise Solution (ACES) multiple-award, indefinite-delivery/indefinite-quantity contract for aircraft maintenance flight operations support, with an expected completion date of July 31, 2026. This contract will provide all Organizational level (O-level), Intermediate level (I-level), and maintenance support services for all training aircraft (T-1A Jayhawk, T-6A Texon II and T-38C Talon), and services will be performed at Vance Air Force Base, Enid, Oklahoma. Fiscal 2021 funds in the amount of $602,687 will be obligated at the time of award. The Air Force Installation Contracting Center, Joint Base San Antonio – Randolph Air Force Base, Texas, is the contracting activity (FA3002-20-D0010).

Dyncorp International LLC is located in Fort Worth, TX, United States and is part of the Support Activities for Air Transportation Industry. It has 6 employees at this location. There are 252 companies in the corporate family. (www.dnb.com)

Agfa Healthcare Corporation Awarded $622M for digital imaging network-picture archive communication systems, components, training, maintenance service and incidental services

Agfa Healthcare Corp., Greenville, South Carolina, has been awarded a maximum $622,716,466 modification (P00031) exercising the five-year option period of a five-year base contract (SPE2D1-16-D-0013) with one five-year option period for digital imaging network-picture archive communication systems, components, training, maintenance service and incidental services. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is South Carolina, with an Aug. 11, 2026, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

AGFA Healthcare Corporation is located in Greenville, SC, United States and is part of the Navigational, Measuring, Electromedical, and Control Instruments Manufacturing Industry. AGFA Healthcare Corporation has 800 total employees across all of its locations and generates $279,638 in sales (USD). There are 225 companies in the AGFA Healthcare Corporation corporate family. (www.dnb.com)

ManTech SRS Technologies Inc. awarded $100M contract for range sustainability services for military training and testing range complexes and assets at various locations worldwide

ManTech SRS Technologies Inc., Herndon, Virginia, is awarded a maximum value of $100,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for range sustainability services for military training and testing range complexes and assets at various locations worldwide. Work will be performed at various locations worldwide including, but not limited to, California (30%); Hawaii (25%); Guam (15%); Washington (10%); Alaska (5%); Arizona (5%); Nevada (5%); and Virginia (5%), and is expected to be completed by April 2028. No task orders are being issued at this time. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $5,000 will be obligated at the time of award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy) funds. This contract was competitively procured via the beta.sam.gov online website, with two offers received. The Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity (N62473-21-D-2212).

ManTech SRS Technologies, Inc. provides information technology and system engineering services. The Company offers engagement modeling and simulation, information security, telecommunications, database engineering, tests and evaluations, sensor and radar systems, system safety, software programs, and document detective products. ManTech SRS Technologies operates worldwide. (www.bloomberg.com)

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)

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)

ACE Electronics Defense Systems LLC awarded $205.9M contract for the production of Army installation kits

ACE Electronics Defense Systems LLC, Aberdeen Proving Ground, Maryland (HC1084-20-D-0005), was awarded a competitive, small business set aside, single award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the production of Army installation kits. The contract ceiling is approximately $205,998,367, with the minimum guarantee is $2,000,000. The total value of delivery order 0001 is $16,898,782 funded by fiscal 2020 other procurement Army funds. Proposals were solicited via FedBizOpps, now beta.SAM.gov, and two proposals were received. The place of performance will be at the contractor’s facility until the installations kits are delivered to the government at the Red River Army Depot. The period of performance is a three-year base with seven one-year options. The period of performance for the base period is April 15, 2020, through April 14, 2023; if all options are exercised, the contract performance will end April 14, 2030. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1084-20-D-0005). [EDITOR’S NOTE: The $2,000,000 minimum guarantee for this contract was initially entered incorrectly on this page but is now accurate.]

Ace Electronics Defense Systems LLC manufactures electronic defense parts and equipment. The Company offers cable assemblies, fiber optics, IT services, custom wire and cables, as well as connectors. (www.bloomberg.com)

SOURCES SOUGHT: Defense Health Agency – Medical Facility Operations and Maintenance

The U.S. Army Corps of Engineers, Little Rock District, has been tasked to solicit for and award an Indefinite Delivery Multiple Award Task Order Contract (MATOC) for Defense Health Agency (DHA) Medical Facility Operations and Maintenance (O&M). The proposed contract will be a competitive firm-fixed-price contract procured in accordance with FAR Part 15, Negotiated Procurement, using the “Best Value” trade-off process. The type of set-aside decision(s) to be issued will depend upon the responses to this synopsis.

The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Other than Small & the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), & Woman-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small businesses, Section 8(a), HUBZone, SDVOSB, & WOSB are highly encouraged to participate.

  • Original Set Aside:
  • Product Service Code: Z1DA – MAINTENANCE OF HOSPITALS AND INFIRMARIES
  • NAICS Code: 561210 – Facilities Support Services
  • Place of Performance: USA
  • Updated Response Date: Apr 28, 2021 02:00 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: Airfield Paving IDIQ

The varieties of work to be expected under this Airfield Paving IDIQ contract are asphalt milling and overlays, concrete crushing, full depth pavement reconstruction by removing and replacing concrete slabs with thicknesses up to 36″, pavement markings to include warning signs(government has the stencils), surface and sub-surface drainage structures, rubber buildup removal off of the runway and other pavement related items.

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code: 237310 – Highway, Street, and Bridge Construction
  • Place of Performance: Barksdale AFB , LA 71110, USA
  • Original Response Date: Apr 26, 2021 02:30 pm CDT

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. “Airfield Paving IDIQ”