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 |
Aug 4 2017    Next issue: Aug 18 2017

ARMY

      Environmental Compliance Consultants Inc., Anchorage, AK (W911KB-17-D-0017); Sundance-EA LLC, Pocatello, ID (W911KB-17-D-0018); Ahtna Environmental Inc., Anchorage, AK (W911KB-17-D-0019); and Brice Engineering LLC, Anchorage, AK (W911KB-17-D-0020) were awarded a $ 48,000,000 firm-fixed-price contract for indefinite delivery of architect-engineer contracts for hazardous, toxic and radioactive wastes services. Bids were solicited via the Internet with 13 received. U.S. Army Corps of Engineers, Alaska District, is the contracting activity (W911KB-17-D-0017, W911KB-17-D-0018, W911KB-17-D-0019 and W911KB-17-D-0020).

      Concourse Federal Group LLC, Washington, DC (W9126G-17-D-0027) and O'Brien Engineering Inc., Carrolton, TX( W9126G-17-D-0028), were awarded a $40,000,000.00 firm-fixed-price contract for real estate support services to include title research, appraisals, surveys, escrow support and land mapping and research in support of U.S. Army Corps of Engineers projects in the Southwestern U.S.. Bids were solicited via the Internet with six received. U.S. Army Corps of Engineers, Fort Worth District, Fort Worth, Texas, is the contracting activity (W9126G-17-D-0027 and W9126G-17-D-0028).

      Cherokee Nation Red Wing, Tulsa, OK was awarded a $16,263,462 firm-fixed-price contract for 100 explosively formed penetrator (EFP) armor kits. Bids were solicited via the Internet with one received. U.S. Army Contracting Command, Warren, MI is the contracting activity (W56HZV-17-D-0076).

      T&T Construction Enterprises LLC, Leitchfield, KY was awarded a $7,898,703 firm-fixed-price contract for construction of approximately 4,000 linear feet of sheet pile I-wall with a cast-in-place concrete form liner. Bids were solicited via the Internet with 6 received. Work will be performed in Indianapolis, IN. U.S. Army Corps of Engineers, Louisville District, Louisville, KY is the contracting activity (W912QR-17-C-0023).

      LOC Performance, Plymouth, MN was awarded a $49,108,304 modification (0001) to contract W56HZV-17-D-0078 for 276 Bradley engineering change proposal 1 kits and installation; and two spare parts kits. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

NAVY

      Creek Technologies Co., Beavercreek, OH (N00244-17-D-0045); Epsilon Inc., Weaverville, NC (N00244-17-D-0046); Invictus International Consulting LLC, Alexandria, VA (N00244-17-D-0047); DirectViz Solutions LLC, Chantilly, VA (N00244-17-D-0048); Logistics Center Inc., Washington, DC (N00244-17-D-0049); Metters Industries Inc., McLean, VA (N00244-17-D-0050); Evanhoe & Associates Inc., Dayton, OH (N00244-17-D-0051); Innovative Management Concepts Inc., Sterling, VA (N00244-17-D-0052); Advanced Onion Inc., Monterey, CA (N00244-17-D-0053); Metova Federal LLC, Cabot, AZ (N00244-17-D-0054); and Network and Simulation Technologies Inc., Middleton, RI (N00244-17-D-0055), are being awarded an estimated $17,239,176 in multiple award, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee task order contracts to provide a variety of information technology support services for the Naval Higher Education Information Technology Consortium, which includes the U.S. Naval Academy. If all options are exercised, the contract value will reached a ceiling value of $92,261,110. Work will be performed at various locations throughout the U.S. Proposals were requested of service–disabled veteran-owned small businesses via the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with 18 offers received. Naval Supply Systems Command Fleet Logistics Center, San Diego, CA is the contracting activity.

     G3 Technologies Inc., Columbia, MD is being awarded a $9,578,038 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period, for wireless communication equipment. The supplies and services to be procured are various cell phone technology upgrades and maintenance support for the outdoor test lab maintained by Naval Surface Warfare Center, Crane Division, Crane, IN. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The contracting agency is Naval Surface Warfare Center, Crane Division, Crane, IN (N00164-17-D-WQ71).

     eScience & Technology Solutions Inc., North Charleston, SC (N0003917D0011); IDEAMATICS Inc., McLean, VA (N0003917D0012); and Rite-Solutions Inc., Pawcatuck, CT (N0003917D0013), are being awarded a multiple award, indefinite-delivery/indefinite-quantity contract for the rapid product development and sustainment contract vehicle to support the Program Executive Office for Enterprise Information Systems. This multiple award contract has a base five-year ordering period with a cumulative value of $300,000,000. The multiple award contracts were competitively procured by a small business set-aside with numerous proposals solicited via the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with 20 offers received. The Space and Naval Warfare Systems Command, San Diego, CA is the contracting activity.

     

Are the HUBZone changes enough?

GSA OASIS shaken up

SBA OIG questions 8(a)s’ eligibility

NASA verifying resellers

NDAA: loser pays for protests

Chenega award

SBIC bills OKd

Column: Empowering the OSDBU to be your advocate without its knowledge!

Washington Insider:

  • DOD micropurchases
  • GSA senior execs named
  • FAS execs now consulting

Find all past issues containing these words:
  



Copyright © 2017 Business Research Services Inc. 301-229-5561 All rights reserved.

Set-Aside Alert is published by
Business Research Services, Inc.
4641 Montgomery Avenue, Suite 208
Bethesda MD 20814
1-800-845-8420
Fax: 877-516-0818
brspubs@sba8a.com
www.sba8a.com
hits counter