February 8 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

    Ace Info Solutions Inc., Reston, VA (N65236-13-D-4939); aVenture Technologies LLC, Vienna, VA (N65236-13-D-4940); Barling Bay LLC, North Charleston, SC (N65236-13-D-4941); Centuria Corp., Reston, VA, (N65236-13-D-4942); DKW Communications Inc., Washington. DC (N65236-13-D-4943); Dynamic Network Enterprises, Stafford, VA (N65236-13-D-4944); ECSI International Inc., Clifton, NJ (N65236-13-D-4945); Imagine One StraCon Venture LLC, Fort Worth, TX (N65236-13-D-4946); Integrated Technology Solutions Group Joint Venture, Fairfax, VA (N65236-13-D-4947); Mandex Inc., Fairfax, VA(N65236-13-D-4948); Product Data Integration Technologies Inc., North Charleston, SC (N65236-13-D-4949); Network Security Systems Plus Inc., Falls Church, VA (N65236-13-D-4950); and Sysorex Government Services Inc., Herndon, VA (N65236-13-D-4951) are each being awarded an IDIQ cost-plus-fixed-fee, with provisions for fixed-price-incentive (firm target) and firm-fixed-price task orders, performance based contract. The task orders are for Command, Control, Communication, Computers, Combat Systems, Intelligence, Surveillance, Reconnaissance (C5ISR), Information Operations, Enterprise Information Services and Space capabilities.  These contracts include options which, if exercised, would bring the cumulative value of these contracts to an estimated $249,590,000.  The multiple award contracts were competitively procured by full and open competition after exclusion of sources under small business set-aside provisions via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 27 offers received.  Space and Naval Warfare Systems Center Atlantic, Charleston, SC, is the contracting activity. 

    Chugach World Services, Inc., Anchorage, AK, is being awarded a $31,359,994 modification under a previously award firm-fixed-price, IDIQ contract (N40192-09-D-9000) to exercise option four for housing operations and maintenance services and change of occupancy maintenance for military facilities in Guam. The total contract amount after exercise of this option will be $130,771,862. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity. 

    C and S Services Inc., Waipahu, HI (N32253-13-D-0001); Epsilon Systems Solutions Inc., Portsmouth, VA (N32253-13-D-0002); Marisco Ltd., Kapolei, HI (N32253-13-D-0003); Pacific Ship Repair and Fabrication Inc., San Diego, CA (N32253-13-D-0004); Pacific Shipyards International LLC, Honolulu, HI (N32253-13-D-0005); Propulsion Controls Engineering, Aiea, HI (N32253-13-D-0006); and QED Systems Inc., Virginia Beach, VA (N32253-13-D-0007) are each being awarded a firm-fixed-price, IDIQ, multiple award contract, for the repair, maintenance and alteration of U.S. Navy vessels and surface ships visiting or homeported at Pearl Harbor Naval Shipyard and to procure long lead time material in support of these activities.  The maximum value if all options are exercised is $20,220,000. This contract was competitively procured via the Federal Business Opportunities and Navy Electronic Commerce Online websites, with seven offers received.  The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility Joint Base Pearl Harbor/Hickam, HI, is the contracting activity.

    The Matthews Group Inc., Purcellville, VA., is being awarded a maximum $19,500,000 IDIQ job order contract for maintenance, construction, alteration and repair of industrial, commercial, and utility projects to government facilities at various Department of Defense activities within Maryland, Virginia, and Washington, D.C.  The maximum dollar value, including the base period and four option years, is $97,500,000.  This contract was competitively procured via the Navy Electronic Commerce Online website with 21 proposals received.  The Naval Facilities Engineering Command, Washington, Washington, DC, is the contracting activity (N40080-13-D-0356). 

    DEFENSE LOGISTICS AGENCY

    OES Inc., Wainwright, AK, was issued a modification exercising the first option year on contract SP3300-10-C-0037/P00021.  The modification is a fixed-price incentive firm target contract with a maximum $8,606,686 for warehouse and distribution support services. There were five responses to the Federal Business Opportunities solicitation. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, PA. 

    Wolverine Services LLC, Anchorage, AK, was issued a modification exercising the first option year on contract SP3300-11-C-0003/P00003.  The modification is a firm-fixed-price with time and material line items contract with a maximum $6,726,571 for facility operations, maintenance, and repair of installation property and equipment.  There were four responses to the Federal Business Opportunities solicitation. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, PA 

    US Foods International Inc., Gardena, CA, was issued a modification exercising the third option year on contract SPM300-09-D-3310/P00034.  The modification is a fixed-price with economic-price adjustment, IDIQ type contract with a maximum $42,100,000 for food distribution for Republic of Korea.  There were five responses to the DLA Internet Bid Board solicitation.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia. 


    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