RFI: Custodial Services to the United States Military Academy Buildings

The Contractor shall provide and furnish all management, supervision, labor, material, equipment, and supplies, with the exception of those specified as Government furnished, to perform custodial services to the United States Military Academy buildings (Barracks/ Academic facilities), located at the United States Military Academy (USMA), West Point, New York 10996

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S201 – HOUSEKEEPING- CUSTODIAL JANITORIAL
  • NAICS Code: 561720 – Janitorial Services
  • Place of Performance: West Point , NY 10996 USA
  • Original Response Date: Sep 21, 2020 05:00 pm EDT

Full details via beta.sam.gov


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

Request for Information (RFI) for Improved Health Service Delivery Activity (IHSD)

The purpose of this Request for Information (RFI) is to communicate with industry regarding the Government’s upcoming requirement for the anticipated “Improved Health Service Delivery Activity.” The U.S. Agency for International Development Mission in Haiti (USAID/Haiti) represented by the Health Office is issuing this Request for Information in order to develop a design document that is clear, maximizes development impact, facilitates coordination with existing and planned USAID and other development partner programs, as well as aligns with the Government of Haiti’s (GOH) priorities.

The anticipated program’s objective is to contribute to USAID/Haiti’s goal to support a stable Haiti by investing in health services, supporting the Ministry of Health in the delivery of quality health services and strengthening the health system. IHSD embodies strategic evidence-based strategies for Ending Preventable Child and Maternal Death and gender-based violence, respect for women and advancing to Sustainable HIV Epidemic Control, using data to make informed decisions and building local capacity to implement integrated health programs.

  • Product Service Code: R499 – SUPPORT- PROFESSIONAL: OTHER
  • NAICS Code: 541990 – All Other Professional, Scientific, and Technical Services
  • Place of Performance: HTI
  • Original Response Date: Oct 02, 2020 03:00 pm EDT

Full details via beta.sam.gov


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

Sources Sought: Specialty Clinic Lease in Knoxville, VA

The James H. Quillen VA Medical Center is seeking to lease at minimum 8,934 ANSI/BOMA (12,061 RSF) and maximum of 9,000 ANSI/BOMA (12,150 RSF) of clinic space for use as a Medical Specialty Clinic in Knoxville, TN.  ANSI/BOMA stands for American National Standards Institute/Building Owners and Managers Association. The space is to be located in a quality building of sound and substantial construction with adequate parking spaces; be in “ready to occupy” condition and be in compliance with all of the Government’s minimum requirements established in VHA Directive 1163, VA design standards, and the VA Mental Health Design Guide. The space/building shall meet all current building, seismic, and ADA code requirements.

Utilities, security system, and janitorial services to be included in lease.  As part of rent items to be included: exterior flag pole and flag maintenance/replacement, interior and exterior signage per VA standard, heat, electricity, cable tv, internet, water, snow removal, chilled drinking water, air conditioning/heat, toilet supplies, janitorial services/supplies; window washing, carpet cleaning; initial and replacement lamps (ballast and bulbs); painting of interior space of building; mowing and trimming of lawn and shrubbery once a week and extermination of insects and rodents on a regular basis.

On-site parking for 70 vehicles is required.

A lease for up to 10 years will be considered, five (5) years firm and five (5) years non-firm.

No VA sensitive information access to IT required in lease.

  • Product Service Code: X1AZ – LEASE/RENTAL OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code: 531120 – Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance: Knoxville, TN See Delineated Area
  • Original Response Date: Sep 17, 2020 03:00 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.

Sources Sought for Python IT Maintenance and Support Services

The Fleet Logistics Center, San Diego (FLC-SD) is conducting a market survey to determine the interest and capability of industry to participate in a competitive acquisition of non-personal services in support of NAVAL POSTGRADUATESCHOOL (NPS). Services shall be required at NPS in Monterey, California. The primary North American Industry Classification System (NAICS) code for this procurement is 541511, Custom Computer Programming Services, with a size standard of $30.0M. The requirement is currently filled under Contract N00244-18-C-0005 awarded to Edatatech, Inc. in the amount of $2,204,788.30 for 31 months.

The contract term will be a base period of 12-months with a potential of four 12-months option periods, if exercised. The anticipated award date is 30 November 2020. It is anticipated that the Request for Proposal (RFP) will be posted in October 2020. The resulting Task Order is anticipated to be Firm Fixed Price (FFP)

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Updated Set Aside:
  • Product Service Code: D308 – IT AND TELECOM- PROGRAMMING
  • NAICS Code: 541511 – Custom Computer Programming Services

Responses are due not later than Sep 11, 2020 EDT

Full details via beta.sam.gov


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

SOURCES SOUGHT: Service and Maintenance Agreement

This Sources Sought is to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. GENERAL REQUIREMENTS This SOW is for the maintenance of the hardware and software systems associated with the PACS at the Dayton VA Medical Facility and 4 CBOC locations (Lima OH, Middletown OH, Richmond IN, and Springfield OH) and the Communications closets at the Kettering NCO 10 Contracting Office and the Dayton Vet Center.

  • Product Service Code: J063 – MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code: 561621 – Security Systems Services (except Locksmiths)
  • Place of Performance: Dayton VA Medical Center 4100 W. Third Street , 45428-9000 USA

Responses are due not later than Sep 11, 2020 04:00 pm EDT

Full details via beta.sam.gov


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

USDA: FACSMelody (No Lasers) Svc Contract

The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), intends to negotiate a sole source contract with Becton, Dickenson & Co., to procure service and maintenance for FACSMelody and FACStation instruments.

The FACSMelody and FACStation instruments require a service contract that provides one preventative maintenance inspection/kit and unlimited service visits during a one year period, including a guaranteed 48h-response for on-site service in the event of an emergency, unlimited telephone support for the instrument, laser calibration/servicing and non-consumable parts for the instruments.  Vendors must have access to parts that may be required for repair of the instrument, or the ability to calibrate/replace lasers as needed.

Classification

  • NAICS Code: 532490 – Other Commercial and Industrial Machinery and Equipment Rental and Leasing
  • Place of Performance: Beltsville , MD 20705 USA

The Point of Contact for this action is Sandra Daniels and any response must be emailed to [email protected].  Verbal responses are not acceptable and will not be considered.

Full details via beta.sam.gov


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

AECOM Technical Services Inc Awarded a $40,000,000 For Civil works For The U.S. Army Corps of Engineers

AECOM Technical Services Inc., Los Angeles, California, was awarded a $40,000,000 firm-fixed-price contract for civil works, hydraulic and hydrologic services for the U.S. Army Corps of Engineers, Albuquerque District. Bids were solicited via the internet with 15 received.

Work locations and funding will be determined with each order, with an estimated completion date of Aug. 20, 2025. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-20-D-0001).

AECOM is an American multinational engineering firm. AECOM has approximately 87,000 employees, and is number 157 on the 2019 Fortune 500 list. The company’s official name from 1990 to 2015 was AECOM Technology Corporation, and is now AECOM.

U.S. SPACE FORCE Awards $337,000,000 Contract to United Launch Services For for the National Security Space Launch Phase 2

United Launch Services LLC, Centennial, Colorado, has been awarded task orders for $337,000,000 for the National Security Space Launch (NSSL) Phase 2 contract.

The NSSL Phase 2 contract is a firm-fixed-price, indefinite-delivery requirements contract for launch service procurement supporting launches planned between fiscal 2022 through fiscal 2027. This launch service contract includes early integration studies, launch service support, fleet surveillance, launch vehicle production, mission integration, mission launch operations, mission assurance, spaceflight worthiness, and mission unique activities for each mission.

Work will be performed in Centennial, Colorado; Cape Canaveral Space Force Station, Florida; and Vandenberg Air Force Base, California, and is expected to be completed March 2028.

Future launch services and launch service support will be placed annually on subsequent task orders, and will be publicly announced upon issuance. This award is the result of a competitive acquisition, and four offers were received. Fiscal 2020 space procurement funds in the amount of $337,000,000 will be obligated in the first order year for launch service and launch service support task orders to United Launch Services. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-20-D-0001).

 

United Launch Services, LLC was founded in 2005. The company’s line of business includes manufacturing guided missiles and space vehicles.

LEIDOS INC. – One of 10 Firms To Compete For Each Order of the $209,000,000 Contract For Architect and Engineering Services

Leidos Inc.,Reston, Virginia,  Aecom Technical Services Inc., Los Angeles, California ,  Arcadis U.S. Inc., Highlands Ranch, Atkins North America Inc., Dallas, Texas, Cardno GS Inc., Charlottesville, Virginia , HDR Environmental Operations and Construction Inc., Englewood, Colorado, Jacobs Engineering Group Inc., Dallas, Texas, WSP USA Solutions Inc., Washington, DC , Tetra Tech Inc., Pasadena, California  and Wood Environment & Infrastructure Solutions Inc., Blue Bell, Pennsylvania will compete for each order of the $209,000,000 firm-fixed-price contract for architect and engineering services to support the U.S. Army Corps of Engineers South Atlantic Division.

Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 3, 2025. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

Leidos, formerly known as Science Applications International Corporation, is an American Defense, Aviation, Information Technology, and Biomedical Research company headquartered in Reston, Virginia, that provides scientific, engineering, systems integration, and technical services.