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 |
Nov 5 2021    Next issue: Nov 19 2021

NAVY

      Leebcor Services LLC, Williamsburg, VA is awarded a $10,027,337 firm-fixed-price modification to a task order (N6945021F0726) under previously-awarded multiple award construction contract N69450-17-D-0508 to exercise Options One through Four, which provide for design-build Hurricane Sally recovery work at Naval Air Station Pensacola, FL. Exercising these options brings the total cumulative task order value to $16,780,462. The Naval Facilities Engineering Systems Command Southeast, Jacksonville, FL is the contracting activity.

      Epsilon Systems Solutions Inc., Portsmouth, VA (N40027-22-D-0002); and St. Johns Boat Co., Jacksonville, FL (N40027-22-D-0003), are the small businesses among the companies awarded a not-to-exceed $114,903,382 firm-fixed-price IDIQ multiple award contract for ship repair, maintenance, and modernization of the surface combatant (DDG and CG) class ships and amphibious (LSD, LPD and LHD) class ships homeported in Mayport, FL under Lot 2. This contract was competitively procured via the Federal Business Opportunities website with three offers received. The Southeast Regional Maintenance Center, Mayport, FL is the contracting activity.

      Lee Hartman and Sons Inc., Roanoke, VA is awarded a $32,546,688 firm-fixed-price IDIQ contract. This contract procures 16,072 pieces of video teleconference (VTC) equipment in support of the integration of specialized network VTC systems supporting intelligence agencies and the command, control, communication, computers, cyber, intelligence, surveillance and reconnaissance missions of Joint Staff and combatant commanders, Dept. of Defense agencies and services, and Dept. of Homeland Security operational and support components. Work will be performed in St. Inigoes, MD. This contract was competitively procured via an electronic request for proposal; three offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, NJ is the contracting activity (N6833522D0003).

      SyQwest Inc., Cranston, RI is awarded a $13,854,578 IDIQ contract containing firm-fixed-price provisions. This contract is for production of TR-341A transducers. This contract was competitively procured using full and open competition via the beta.sam.gov website with one offer received. The Naval Undersea Warfare Center Division Newport, Newport, RI is the contracting activity (N66604-22-D-A200).

ARMY

      Alliance WSP JV LLC, Alexandria, VA (W912DR-22-D-0002); JG&A-TSG JV, Marietta, GA (W912DR-22-D-0003); and The Urban Collaborative LLC, Eugene, OR (W912DR-22-D-0004), will compete for each order of the $30,000,000 firm-fixed-price contract for architect-engineering services for real property master plan development and updating. Bids were solicited via the internet with 12 received. U.S. Army Corps of Engineers, Baltimore, MD is the contracting activity.

      TPMC-WRT LLC JV, Exton, PA (W912DY-22-D-0007) and HydroGeoLogic Inc., Reston, VA (W912DY-22-D-0003) are the small businesses among the companies that will compete for each order of the $49,000,000 firm-fixed-price contract to procure services to provide third party blind validation seeding and advanced geophysical classification data collection and processing. Bids were solicited via the internet with eight received. U.S. Army Corps of Engineers, Huntsville, AL is the contracting activity.

      EA Engineering, Science, and Technology Inc., Hunt Valley, MD (W912DY-21-D-0131); Environmental Chemical Corp., Burlingame, CA (W912DY-21-D-0081); HydroGeoLogic Inc., Reston, VA (W912DY-21-D-0082); and GSI MMRP JV LLC, Honolulu, HI (W912DY-21-D-0132) are the small businesses among the companies that will compete for each order of the $1,136,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to perform Military Munitions Response Program responses, environmental compliance and remediation services, and other munitions-related services. Bids were solicited via the internet with 13 received. U.S. Army Corps of Engineers, Huntsville, AL is the contracting activity.

      Bay West-Sovereign JV LLC, St. Paul, MN (W912DQ-22-D-3000); Cape Environmental Management Inc., Norcross, GA (W912DQ-22-D-3001); Environmental Restoration Group LLC, St. Louis, MO (W912DQ-22-D-3002); HydroGeoLogic Inc., Reston, VA (W912DQ-22-D-3003); Sevenson Environmental Services Inc., Niagara Falls, NY (W912DQ-22-D-3004); Cabrera Services Inc., East Hartford, CT (W912DQ-22-D-3005); Conti Federal Services Inc., Edison, NJ (W912DQ-22-D-3006); ECC Environmental LLC, Burlingame, CA (W912DQ-22-D-3008); Kemron - Arrowhead JV LLC, Atlanta, GA (W912DQ-22-D-3009); CTI - LATA JV LLC, Novi, MI (W912DQ-22-D-3010); EA Engineering, Science, and Technology Inc. PBC, Hunt Valley, MD (W912DQ-22-D-3007); and LRS Bhate JV LLC, Severna Park, MD (W912DQ-22-D-3011), will compete for each order of the $176,250,000 order-dependent contract for hazardous, toxic, and radioactive waste remediation projects. Bids were solicited via the internet with 16 received. U.S. Army Corps of Engineers, Kansas City, MO is the contracting activity.

      Chavis, Maxton, NC (W91247-21-D-9001); AAA Valley Gravel, Palmer, AK (W91247-21-D-9002); All Phase Solutions, Delray Beach, FL (W91247-21-D-9003); Civil Works Contracting, Wilmington, NC (W91247-21-D-9004); and New Dominion, Dumfries, VA (W91247-21-D-9005), will compete for each order of the $49,000,000 firm-fixed-price contract to execute a broad range of maintenance, repair and minor construction projects at Fort Bragg, NC. Bids were solicited via the internet with seven received. U.S. Army 419th Contracting Support Brigade, Fort Bragg, NC is the contracting activity.

DEFENSE LOGISTICS AGENCY

     Belleville Shoe Manufacturing Co., Belleville, IL has been awarded a maximum $10,169,411 modification (P00008) exercising the second one-year option of a one-year base contract (SPE1C1-20-D-1208) with three one-year option periods for men’s and women’s temperate weather boots. This is a firm-fixed-price IDIQ contract. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, PA.

     

Inside this edition:

COVID19 fraud to be top priority at SBA ‘for many years,’ IG says

Polaris RFP by Dec. 21

Syed delayed again by GOP

‘The Slow Season’: Q1 set-aside awards are lowest of the year

Certify.gov still ineffective: IG

GSA names CGI for catalog

CIO-SP4 awards Feb. 28

New chief for SBA’s SBICs

Column: M&A for Small GovCons: Are We In or Out?

Washington Insider:

  • DUNS transition to occur on April 4, 2022: GSA
  • Online-only ecommerce mkt only $500M: GSA

Coronavirus Update



Copyright © 2021 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