Set-Aside Alert logo   
    
Federal Market Intelligence
for Small Business

Front Page Headlines | Calendar of Events | Contract Awards | Newly-Certified Firms | DoD Small Business Awards | Teaming | Procurement Watch | Past Issues |
Mar 4 2022    Next issue: Mar 18 2022

NAVY

      Progeny Systems Corporation (PSC), Manassas, VA is awarded a $10,179,326 cost-plus-fixed-fee modification to previously awarded contract N00024-19-C-6115 to exercise options for engineering services in support of information assurance assessment and authorization. The Naval Sea Systems Command, Washington DC, is the contracting activity.

      CMS Corp., Bargersville, IN (N69450-17-D-0506); EMR Inc., Niceville, FL (N69450-17-D-0507); Leebcor Services LLC, Williamsburg, VA (N69450-17-D-0508); MOWA Barlovento LLC JV, Gautier, MS (N69450-17-D-0509); and Whitesell-Green Inc., Pensacola, FL (N69450-17-D-0510), are awarded a combined $64,800,000 firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract modification to previously awarded contracts for construction projects located within the TN, MS and Florida Panhandle area of operations managed by the Naval Facilities Engineering Systems Command (NAVFAC) Southeast. After award of this modification, the total cumulative value for all five contracts will be $163,800,000. Work will be performed in FL (49%); MS (35%); TN (15%); and the remainder of the NAVFAC Southeast AO (1%). NAVFAC Southeast, Jacksonville, FL is the contracting activity.

      Lyon Shipyard Inc., Norfolk, VA is awarded an estimated $16,365,770 firm-fixed-price contract to provide the management, technical, procurement, production, testing and quality assurance necessary to plan, prepare, and execute all maintenance, repair, and alterations required to complete the dry-docked availability phased maintenance availability onboard the USS Dynamic (AFDL-6) and Barge (YFND-30). The requirement was competitively procured as a small business set-aside solicited through the beta.sam.gov website, with two offers received. The Mid-Atlantic Regional Maintenance Center (MARMC), Norfolk, VA is the contracting activity.

ARMY

      Cape Fox Federal Integrators LLC, Manassas, VA was awarded a $25,000,000 firm-fixed-price contract to provide training support for the Army Traffic Safety Training Program. Bids were solicited via the internet with three received. U.S. Army Corps of Engineers, Mobile, AL is the contracting activity (W91278-22-D-0011).

      J&J Contractors Inc., North Billerica, MA was awarded a $16,107,000 firm-fixed-price, design-build contract for the Vandenberg Gate Complex at Hanscom Air Force Base. Bids were solicited via the internet with two received. Work will be performed in Bedford, MA. U.S. Army Corps of Engineers, Concord, MA is the contracting activity (W912WJ-22-C-0005).

DEFENSE LOGISTICS AGENCY

      Flightfab Inc., Westminster, MD is awarded a $9,598,391 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of plastic waste processing equipment and spare parts for Navy ships. This contract was procured competitively via the beta.sam.gov website, with two offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, PA is the contracting activity (N64498-22-D-4003).

      Innovative Defense Technologies LLC, Arlington, VA is awarded an $8,132,379 cost-plus-fixed-fee contract modification to previously awarded contract N00024-20-C-6116 to exercise and fund options for Navy engineering services and supporting material procurements. Work will be performed in Fall River, MA. The Naval Sea Systems Command, Washington, DC, is the contracting activity.

      PROAIM Americas LLC, Ellisville, MO has been awarded a maximum $420,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog. This was a competitive acquisition with 169 responses received. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, PA (SPE2DH-22-D-0005).

      Samyak Solutions Inc., Centreville, VA has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE2DE-17-R-0001 for laboratory equipment for the Defense Logistics Agency Electronic Catalog. This was a competitive acquisition with 33 offers received. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, PA (SPE2DE-22-D-0010).

      Aero-Tel Wire Harness Corp., Orlando, FL (SPE7LX-22-D-0078); and Brighton Cromwell, Randolph, NJ (SPE7LX-22-D-0077) are the small businesses among the companies sharing an estimated $25,198,119 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE7LX-21-R-0071 for Joint Light Tactical Vehicle parts. This was a competitive acquisition with four responses received. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, OH.

      Legacy Aircraft Services Inc., Simi Valley, CA has been awarded a maximum $20,500,091 firm-fixed-price, indefinite-quantity contract for A-10 and F-16 aircraft wiring harnesses. This was a competitive acquisition with four responses received. The contracting activity is the Defense Logistics Agency Aviation, Richmond, VA (SPE4A6-22-D-0069).

      Dental Health Products, New Franken, WI has been awarded a maximum $48,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for dental consumable items for the Defense Logistics Agency Electronic Catalog. This was a competitive acquisition with 15 responses received. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, PA (SPE2DE-22-D-0014).

     

Inside this edition:

IG Focus on the 8(a) program

Will there be another CR?

House extends SBIR-STTR

FAR provisions are contributing to declining 8(a) set-asides: attorney

IG on HUBZ Worker residency concerns

SBA responds to 8(a) concerns

Column: FAR Methods Removing 8(a) Set-Asides

Washington Insider:

  • Less time for taking part in DOD mentor-protege
  • SBA govcon changes to be added to the FAR

Coronavirus Update



Copyright © 2022 Business Research Services Inc. All rights reserved.

Set-Aside Alert is published by
Business Research Services, Inc.
PO Box 42674
Washington DC 20015
1-202-285-0931
Fax: 877-516-0818
brspubs@sba8a.com
www.sba8a.com
hits counter