May 27 2005 Copyright 2005 Business Research Services Inc. 301-229-5561 All rights reserved.

Features:
Web Watch
Procurement Watch
Issues
Teaming Opportunities
Recently Certified WBEs
Recently Certified 8(a)s
Recent 8(a) Contract Awards
Washington Insider
Calendar of Events
Return to Front Page

Procurement Watch

The State Department plans to release the RFP for its Hybrid Information Technology Services for State (HITSS) contract on June 2. The department intends to award multiple indefinite quantity contracts in each of the following set-aside categories: small business, HUBZone, service-disabled veteran-owned business and 8(a). The NAICS code is 541519. The contract requires a Top Secret security clearance. The solicitation number is S-AQMPD-05-R-1050.

$ $ $

The Air Force Reserve Command plans a solicitation for Base Operating Support Services at Grissom ARB, IN. This is a small business set-aside. The NAICS code is 561210. Solicitation number FA6643-05-R-000 will be released around June 1. Contact Jana McNeal at 478-327-0587.

$ $ $

The Air Mobility Command plans a solicitation for Simplified Acquisition of Base Engineering Requirements (SABER) at McConnell AFB, Kansas. This is an 8(a) set-aside. Solicitation number FA4621-05-R-0001 will be posted on FedBizOpps. Contact William Carbrey at 316-759-4522.

$ $ $

The Space and Naval Warfare Systems Center-San Diego intends to issue a solicitation for engineering and technical support services for the Global Positioning System Central Engineering Activity Facility. This is a small business set-aside. The NAICS code is 541330. This requirement is a follow on to Contract N66001-00-D-5083 with Gnostech Inc. The Navy intends to award a cost-plus-fixed-fee, indefinite delivery, indefinite quantity contract with a base period of three years and two one-year options. A Secret security clearance is required. The solicitation, number N66001-05- R-5029, will be available around May 31 at https://e-commerce.spawar.navy.mil/. Contact Oralee Martin at 619-553-5347.

$ $ $

VA plans a solicitation for an indefinite delivery, indefinite quantity contract for maintenance, alteration and repair, demolition and minor construction projects in the Portland, OR, and Vancouver, WA, areas. This is an 8(a) set-aside for firms in Washington and Oregon. The contract will be for one year with four one-year options. The yearly maximum is $610,000. The solicitation, number 648-67-05, will be released around June 6. Contact michael.morrison3@med.va.gov.

$ $ $

GSA’s Public Buildings Service plans to award an indefinite quantity term construction contract for Omaha and Lincoln, NE, and Council Bluffs, IA. This is a small business set-aside restricted to firms with their primary office within 50 miles of those locations. The estimated cost range is from $250,000-$500,000. The solicitation, number GS06P05GYD0010, will be available on FedTeDS around June 7. Contact Edwin Allen at 816 823-2175.

$ $ $

GSA is sponsoring a Small Business Outreach Conference for the New Los Angeles United States Courthouse Project on June 8. The prime contractors participating in the Phase II RFP are Clark/PCL and Tutor-Saliba-Perini JV. Those wishing to attend must register by May 31 with Jean Park at 415-522-3081 or jean.park@gsa.gov.

$ $ $

US Army Engineer District, Jacksonville, FL, is seeking service-disabled veteran-owned sources to provide scheduling, project management and program management support services. The NAICS code is 541611. Respond by June 10 to Brenda.L.Martin@saj02.usace.army.mil.


*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 in Washington DC at 800-845-8420