January 25 2013 Copyright (c) 2013 Business Research Services Inc. 301-229-5561 All rights reserved.

Return to Front Page

Features:
  • Procurement Watch
  • Calendar of Events
  • Washington Insider
  • Teaming Opportunities
  • Certified Small Businesses
  • Small Business Contract Awards
  • Defense Small Business Awards
  • Links to Prior Issues

    Set-Aside Alert is
    published by
    Business Research Services
    1-800-845-8420
    brspubs@sba8a.com
    www.sba8a.com

  • Recent Defense Contract Awards to Small Businesses

    NAVY

    Aliron International Inc., Bethesda, MD (N62645-13-D-5010); The Arora Group Inc., Gaithersburg, MD, (N62645-13-D-5011); Chesapeake Government Health Services, Vienna, VA, (N62645-13-D-5012); InGenesis STGi Partners LLC, San Antonio, TX, (N62645-13-D-5013); and PhyAmerica Government Services Inc., Springfield, VA, (N62645-13-D-5014), are each being awarded a 60-month, firm-fixed-priced, indefinite-delivery/indefinite-quantity, multiple award task order contract for various ancillary services. These services include, but are not limited to, physical therapist, medical technologist, pharmacy technician, and medical assistant. The aggregate not-to-exceed amount for these multiple award contracts combined is $99,875,777. These five companies will have the opportunity to bid on each individual task order. Work will be performed at the Naval Medical Center San Diego and other locations. These contracts were solicited via a multiple award electronic request for proposals as a 100% small business set-aside; 30 offers were received. The Naval Medical Logistics Command, Fort Detrick, MD, is the contracting activity.

    TCOM LLC, Columbia, MD, is being awarded a $15,630,688 firm-fixed-price delivery order against a previously issued basic ordering agreement (N68335-13-G-0011) for 22M and 28M aerostat parts and spares in support of the Army’s Persistent Ground Surveillance System Program.  Work will be performed in Elizabeth City, NC, (90%) and Columbia, Md., (10%).  The Naval Air Warfare Center Aircraft Division, Lakehurst, NJ, is the contracting activity.            

    Management and Engineering Technologies International Inc., El Paso, TX, is being awarded a $13,922,490 modification to a previously awarded cost-plus-fixed-fee contract (N68936-09-C-0137), to exercise an option for test and evaluation, and maintenance and operations services, in support of the Naval Air Warfare Center Weapons Division (NAWCWD), Weapons Survivability Laboratory.   Work will be performed at NAWCWD in China Lake, CA.  The Naval Air Warfare Center Weapons Division, China Lake, CA, is the contracting activity.

    Applied Systems Engineering Inc., Niceville, FL, is being awarded an $11,655,000 indefinite-delivery/indefinite-quantity contract, firm-fixed-price delivery orders for the procurement of Selective Availability Anti-Spoofing Module (SAASM) Advanced Tactical Navigator (ATACNAV) units and Anti-Spoofing Module Advanced Tactical Navigator High Accuracy units in support of the Battle Management Systems Program. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1).  The Naval Surface Warfare Center Dahlgren Division, Dahlgren, VA, is the contracting activity (N00178-13-D-1012). 

    DEFENSE LOGISTICS AGENCY

            Intercomp Co., Medina, MN, was issued a modification exercising the third option year on contract (SPM8EF-10-D-0001/P00005).  The modification is a firm-fixed-price, sole-source, indefinite-delivery/indefinite-quantity type contract with a maximum $60,000,000 for procurement of material handling scales. There was one solicitation with one response. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, PA.

            RD Buie Enterprises Inc., Boerne, TX, was issued a modification exercising the second option year on (SPM8E6-10-D-0003/P00007).  The modification is a firm-fixed-price contract with a maximum $57,281,344 for tailored logistics support to provide items under the general category of wood products for the East Region.  There were 16 responses to the DLA Internet Bid Board solicitation.  The Defense Logistics Agency Troop Support, Philadelphia, PA, is the contracting activity. 

            Middle Atlantic Wholesale Lumber Inc., Baltimore, MD, was issued a modification exercising the second option year on (SPM8E6-10-D-0004/P00005).  The modification is a firm-fixed-price contract with a maximum $57,281,344 for tailored logistics support to provide items under the general category of wood products for the East Region. There were 16 responses to the DLA Internet Bid Board solicitation. The Defense Logistics Agency Troop Support, Philadelphia, PA, is the contracting activity. 

            Sylvan Forest Products Inc., Portland, OR, was issued a modification exercising the second option year on (SPM8E6-10-D-0005/P00005).  The modification is a firm-fixed-price contract with a maximum $57,281,344 for tailored logistics support to provide items under the general category of wood products for the East Region.  There were 16 responses to the DLA Internet Bid Board solicitation.  The Defense Logistics Agency Troop Support, Philadelphia, PA, is the contracting activity.            

    S&S Forest Products LLC, Boerne, TX, was issued a modification exercising the second option year on (SPM8E6-10-D-0006/P00005).  The modification is a firm-fixed-price contract with a maximum $57,281,344 for tailored logistics support to provide items under the general category of wood products for the East Region.  There were 16 responses to the DLA Internet Bid Board solicitation.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, PA. 


    For more information about Set-Aside Alert, the leading newsletter
    about Federal contracting for small, minority and woman-owned businesses,
    contact the publisher Business Research Services at 800-845-8420