Well Rehabilitation - VA
ID: 140FC224R0021Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 2Falls Church, VA, 22041, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    Sure! Here are the concise summaries of each opportunity, following the structure you provided:

    1. Well Rehabilitation - VA: The Department of the Interior's US Fish and Wildlife Service seeks experienced construction firms for well rehabilitation at the Harrison Lake National Fish Hatchery in Virginia. The project involves assessing and restoring an 8" well, with work including equipment replacement and adherence to strict hatchery guidelines. Contact Christine Beauregard for more information.

    2. Cybersecurity Solutions Procurement: The government seeks cutting-edge cybersecurity solutions to strengthen its IT infrastructure security. Advanced threat detection, data protection, and network segmentation capabilities are needed to enhance its Security Operations Center (SOC). The procurement emphasizes innovative, adaptable solutions that integrate with existing systems. Offers must be submitted by March 15th, with implementation completed within six months. Technical merit, innovation, and past performance are key evaluation criteria.

    3. IT Support Services Contract: A government agency requires comprehensive IT support services for its infrastructure and devices, including desktop, server, and network management, with a focus on operational efficiency. Experience with Microsoft technologies is mandatory, and the contract includes cloud management, cybersecurity services, and performance-based incentives. The annual estimated value is $2 million, with proposals evaluated based on technical merit, past performance, and cost effectiveness.

    4. School Bus Transportation Services: The state department of education invites bids for providing licensed school bus transportation services, prioritizing safety and sustainability. Bidders must have a large fleet of low-emission buses and a strong safety record. The contract will be awarded based on the lowest price, with an emphasis on comprehensive and safe services. The bid deadline is three weeks from the RFP release.

    5. Community Health Improvement Grant: A federal agency offers a grant for community health initiatives targeting chronic disease prevention and management in underserved areas. The successful applicant will implement health programs, including outreach, education, and collaboration with local healthcare providers. The application deadline is in six weeks, with awards announced 12 weeks later.

    These summaries provide a concise overview of the key opportunities while capturing the essential details. Let me know if you would like any further clarification or additional information on any of these opportunities.

    Point(s) of Contact
    Files
    Title
    Posted
                                                                                                               RFP for IT Support Services Procurement Objective: The government agency seeks a comprehensive IT support services contract for its internal infrastructure and end-user devices. This includes desktop support, server management, network administration, and helpdesk services. The goal is to enhance operational efficiency and maintain a reliable IT environment. Specifications and Requirements: The agency requires vendors to have extensive experience managing diverse IT ecosystems. Microsoft Certified Systems Engineer (MCSE) certifications and expertise in Microsoft Azure and Office 365 are mandatory. Detailed technical capabilities and experience managing large-scale networks and cloud environments are expected. Scope of Work: - 24/7 Remote Monitoring and Support: Proactive monitoring, real-time issue identification, and resolution for servers, networks, and critical applications. - On-Site Technical Assistance: Dispatch of on-site technicians for urgent issues and hardware repairs, including endpoint device management and user training. - Software Licensing and Asset Management: Procure and manage licenses, ensuring compliance, and track and report IT assets. - Cloud Management: Optimize and manage the agency's cloud services, including Azure and Office 365. - Cybersecurity Services: Implement security measures and regular assessments to safeguard the IT environment. Contract Details: The contract is expected to be a firm-fixed-price agreement with potential performance-based incentives. The estimated value is $2 million annually. Key Dates: Response Deadline: 45 days from RFP release; Expected Contract Start: 1st July 2023. Evaluation Criteria: Proposals will be evaluated based on technical merit (40%), past performance (30%), and cost-effectiveness (30%). Emphasis will be placed on the vendor's ability to provide seamless IT support and demonstrate cost savings. Here is the second file: State RFP for School Bus Transportation Services Procurement Objective: The state department of education seeks bids from licensed operators to provide school bus transportation services for public schools within a specified region. The focus is on ensuring safe and efficient student transportation with an emphasis on sustainability. Specifications and Requirements: Vehicles must meet stringent safety standards and include advanced safety features like GPS tracking and collision avoidance systems. Operators must hold valid licenses and have a strong safety record. A fleet of at least 20 modern, low-emission buses is required. Scope of Work: - Door-to-door student transportation: Pick up and drop off students at designated stops, ensuring punctual and safe journeys. - Chaperoning Duties: Drivers must be able to assist and supervise students during trips, providing a high level of customer service. - Vehicle Maintenance: Contractors are responsible for maintaining buses in excellent condition, including regular servicing and cleaning. - Safety Training: Provide ongoing safety training and awareness programs for drivers and attendants. Contract Details: The contract will likely be awarded based on a lowest-price scenario with budget set aside. Key Dates: Bid Deadline: 3 weeks from RFP release; Contract Commencement: New school year, August 2023. Evaluation Criteria: The main evaluation factor (60%) is the bidder's ability to provide a comprehensive and safe transportation service. Other factors include financial stability (20%) and past performance (20%). Here is the third and final file: Federal Grant for Community Health Improvement Procurement Objective: A federal agency aims to award a grant to support community health improvement initiatives focused on preventing and managing chronic diseases. The goal is to enhance access to quality healthcare and promote healthier outcomes within underserved communities. Scope of Work: The successful grantee will be responsible for developing and implementing community-based health programs to address the burden of chronic diseases. This includes outreach and education initiatives, screening and prevention strategies, and coordination with local healthcare providers. Key Dates: Application Deadline: 6 weeks from the grant announcement; Award Announcement: 12 weeks after application deadline. I need you to extract the key information from these files as outlined in the instructions I provided earlier. Please provide a clear and concise summary of each, focusing on the main procurement details.
    The government agency seeks to gather comprehensive information about the past performance of potential vendors. This performance survey aims to evaluate companies' contract history, project scope, and role distribution. The focus is on assessing firms' capabilities and experiences relevant to the contracts or subcontracts they have completed or currently have in progress. The agency wants details on the contracting agencies or companies, scope of projects, roles played by the vendors, and the work completed. Additionally, the survey investigates any challenges encountered and how they were resolved. This information is crucial for the agency to assess vendors' suitability, capability, and past record of success. Companies are required to provide general business information, including organization dates, key contacts, and SAM.gov Unique Entity IDs. This allows the agency to verify the vendors' identities and qualifications. The survey also emphasizes the importance of quality control and safety plans, termination details, and completion percentages. The data collected will likely feed into a broader evaluation process to shortlist vendors for future government contracts, with a strong emphasis on past performance excellence.
    The government seeks quotes for restoring a well at the Harrison Lake National Fish Hatchery in Charles City County, Virginia. The main objective is to assess the well's condition and provide a restoration plan, followed by the actual restoration work. This includes supplying and installing an 8" well column pipe, shaft, motor, pump, and spider bearings. Bidders are required to quote for both tasks, with an option to provide a breakout of costs for individual components in case additional materials or services are needed. The contract will be awarded based on the best value proposal, with attendance at a site visit highly recommended. Quotes must be submitted by the deadline, or they will be deemed incomplete. The estimated cost for this project is to be continued.
    Procurement Objective: The primary objective of this procurement is to acquire cutting-edge cybersecurity solutions to enhance the security posture of our agency's IT infrastructure. We seek innovative technologies and expertise to mitigate emerging threats and ensure the integrity and confidentiality of our systems and data. Specifications and Requirements: - Advanced Threat Detection: Solutions should leverage cutting-edge technologies like AI and machine learning for proactive threat detection across our network. - Data Protection: Focus on robust data encryption methods and data loss prevention mechanisms. - Network Segmentation: Implement solutions that enable dynamic and context-aware network segmentation to contain potential threats. - Security Operations Center (SOC) Enhancement: Integrate solutions that augment our existing SOC capabilities, improving threat monitoring, analysis, and response times. Scope of Work: - Implement the purchased cybersecurity solutions within our existing IT ecosystem, including integration with current security tools. - Provide comprehensive user training and ongoing technical support for a seamless transition. - Configure and optimize the solutions for maximum effectiveness, conducting thorough testing and validation. - Establish a robust post-implementation support structure for ongoing maintenance, updates, and incident response. Contract Details: Firm-fixed-price contract with an estimated value of $2 million for the entire contract period. Key Dates: - Submission Deadline: Proposals must be submitted by 5 p.m. on March 15th. - Project Timeline: The desired solution implementation shall be completed within six months of contract award. Evaluation Criteria: - Technical Merit: The ability of the proposed solution to meet our specified technical requirements will be a primary determinant. - Innovation and Flexibility: We will favor solutions demonstrating a forward-thinking and innovative approach, with the potential to adapt to evolving threats. - Past Performance: The vendor's previous success in implementing similar cybersecurity solutions will be considered. Can you please provide a concise summary of the key procurement details?
    The U.S. Fish and Wildlife Service seeks a contractor for the rehabilitation and redevelopment of an 8-inch production well at the Harrison Lake National Fish Hatchery in Virginia. The primary objective is to restore the well's water flow volume and quality while adhering to strict hatchery operation guidelines. The scope of work includes assessing well conditions, replacing pumps and other equipment as needed, and conducting thorough testing and evaluation. The contractor must ensure minimal disruption to hatchery operations and strictly adhere to industry standards and government instructions. This firm-fixed price contract is anticipated to be awarded by November 2023, with a projected completion date of March 2025. Key evaluation criteria include the contractor's ability to meet technical requirements, adhere to timelines, and demonstrate experience with similar projects.
    The government seeks a contractor for a construction project involving well rehabilitation. The objective is to rehabilitate an 8" well, specifying a period of performance from September 2024 to April 2025. This project is administered by the Falls Church VA office and requires a site visit to Harrison Lake NFH in Charles City, Virginia, scheduled for August 12, 2024. Offerors must acknowledge receipt of the amendment and follow the outlined procedures for submission. The focus is on modifying the existing contract, emphasizing administrative changes and a set of requirements for the well rehabilitation work. Critical dates include the site visit and the offer submission deadline of July 23, 2024. The evaluation of proposals will likely consider factors such as price and compliance with technical requirements.
    The government seeks bids from experienced construction firms to rehabilitate an 8" well at the Harrison Lake NFH, Charles City, Virginia. It's a small business set-aside project with an eight-month performance period. Firms are required to attend a site visit and submit proposals by August 13, 2024. The evaluation criteria weigh factors other than price at 51%, including price breakdowns and past performance, with price being the remaining 49%. Successful bidders will need to comply with numerous FAR clauses and provisions, covering topics like whistleblower rights, labor standards, and payment terms, as well as local clauses on environmentally preferable products and electronic invoicing. The contract will be awarded as a firm-fixed-price agreement, with an expected completion date of March 31, 2025.
    Lifecycle
    Title
    Type
    Well Rehabilitation - VA
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    ACC-APG Competitive Opportunities: Edgewood Contracting Division August 2024 update
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Edgewood Contracting Division, is providing an update on upcoming contracting opportunities as of August 2024. This initiative aims to enhance communication with industry stakeholders regarding various Requests for Proposals (RFPs) focused on advanced military medical technologies, including diagnostic tools for distinguishing between bacterial and viral infections, biological sequencing, and chemical detection systems. These procurements are crucial for improving operational capabilities and supporting educational outreach, particularly in STEM fields for Minority Serving Institutions. Interested parties are encouraged to review the attached excel sheet for detailed opportunities and submit any questions via email to the designated point of contact within one week of the posting, noting that all information is subject to change and procurements may be canceled at any time.
    ACC APG Tenant Division Competitive/Fair Opportunity Industry Updates FY 2024
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground (APG), is providing updates on various contracting opportunities for small businesses, particularly those designated as 8(a) set-asides, for Fiscal Year 2024 and 2025. The procurement includes a range of services such as minor construction, environmental management, stormwater facility maintenance, and logistics support, with estimated contract values ranging from $12 million to $249 million. These opportunities are crucial for maintaining operational integrity and environmental compliance at military installations. Interested vendors should direct their inquiries to Ms. Susan Sowa at susan.l.sowa.civ@army.mil, noting that all information is subject to change and formal proposals should not be submitted at this time.
    R408 - Business Management Support Services (BMSS) for Navy Personnel, Manpower, and Training (PMT).
    Active
    Dept Of Defense
    The U.S. Navy is seeking proposals for a federal contract, R408 - Business Management Support Services (BMSS) for Navy Personnel, Manpower, and Training (PMT). This opportunity falls under the administrative and general management consulting services category. The primary purpose of this contract is to support the Navy's PMT office by providing business management services, including program management, administrative support, and technical assistance. The successful awardee will assist in managing and executing various PMT programs, enhancing the efficiency and effectiveness of Navy operations. The scope of work involves multiple key tasks. The awardee will be responsible for providing program management support, budget and financial management, personnel support, and training coordination. This includes assisting in developing and implementing procedures for these areas, as well as delivering comprehensive reports and presentations. The contract will require regular interaction and collaboration with Navy staff, ensuring seamless integration of services. To be eligible for this contract, applicants should possess a strong track record in administrative management, with specific experience in government or military environments being highly desirable. The Navy seeks a partner with a deep understanding of the unique demands and protocols of the public sector. Demonstrated ability in program management, strong communication skills, and data analysis expertise are also crucial. The contract is expected to be funded at around $7 million, with a potential period of performance of five years. The Navy anticipates awarding a fixed-price contract, with the option to extend based on performance and operational needs. Interested parties should submit their proposals before the stated deadline. It is anticipated that the evaluation process will focus on the applicant's technical approach, past performance, and cost-related factors. The Navy encourages applicants to include a detailed description of their qualifications, experience, and proposed solution. For clarification or questions, interested individuals and organizations should contact Alexis Montelone at alexis.montelone@navy.mil. This opportunity offers a chance to play a vital role in supporting the Navy's PMT office, and the successful applicant will contribute significantly to enhancing the Navy's operational capabilities.
    FY24 Administration for Children and Families/Specialized Contracting & Procurement Directorate Acquisition Forecast
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Administration for Children and Families (ACF), is releasing its Fiscal Year 2024 Acquisition Forecast to assist industry partners in planning for upcoming contracting opportunities. This forecast outlines anticipated contract actions exceeding the simplified acquisition threshold of $250,000, focusing on various mission partners, including the Office of Refugee Resettlement and the Office of Child Support Services, among others. The procurement aims to enhance services for unaccompanied children and other vulnerable populations, emphasizing the need for professional services such as case management, behavioral health support, and IT project assistance. Interested parties can direct inquiries to Vinton Grant or David Greaves via their provided email addresses, and updates to the forecast will be made quarterly throughout the fiscal year.
    DFPC Technical Writing Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified small businesses to provide Technical Writing Services for the development of a handbook for the Division of Federal Projects and Contracts (DFPC). This handbook is essential for documenting operational procedures and ensuring sound succession planning, particularly as a significant portion of the DFPC staff is nearing retirement. The IHS aims to gather insights on the capabilities of small businesses, especially those classified as Native American/Indian-Owned or 8(a) Certificated, to fulfill this requirement. Interested parties must submit their qualifications and relevant experience by September 25, 2024, and can direct inquiries to Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Notice of Opportunity (NOO) for Energy Savings Performance Contract (ESPC) Task Order for Forest Service Operated Centers and Request for Contractor Expressions of Interest
    Active
    Labor, Department Of
    The U.S. Department of Labor is inviting expressions of interest from energy service companies (ESCOs) for a potential Energy Savings Performance Contract (ESPC) task order aimed at implementing energy and water conservation measures at U.S. Forest Service-operated Job Corps Centers across several states, including Kentucky, Virginia, North Carolina, Tennessee, and West Virginia. The primary objective of this procurement is to achieve significant reductions in energy consumption, greenhouse gas emissions, and water usage while enhancing the use of renewable energy sources. This initiative is crucial for promoting sustainability and resource efficiency within government-operated facilities, aligning with broader federal goals for energy management. Interested contractors must submit their expressions of interest by September 27, 2024, and can contact Eileen Garnett at garnett.eileen@dol.gov or Paul M. Seivert at seivert.paul.m@dol.gov for further information.
    Z1DA--578-15-001 Install Patient Lifts Multiple Locations (Construction)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a firm-fixed-price federal contract, titled Z1DA--578-15-001, to procure and install patient lifts across multiple locations at the Edward Hines Jr. VA Hospital in Illinois. With a project value between $2 million and $5 million, the contract aims to enhance patient safety and improve healthcare operations by adding ceiling-mounted lifts in various wards. The project's complexity lies in its coordination with an active medical environment, requiring careful scheduling and adherence to strict infection control protocols. The VA seeks bids from experienced Service-Disabled Veteran-Owned Small Businesses, emphasizing safety and timely project completion. The bid deadline is 07/09/2024, with a projected contract start date within 470 days of award notification. This summary encapsulates the key details of the opportunity, providing a concise overview for potential bidders. Let me know if you would like any specific information regarding the files associated with this opportunity.
    Job Corps Center Operations Procurement Plan
    Active
    Labor, Department Of
    The Department of Labor, specifically the Employment and Training Administration, is initiating a procurement plan for Job Corps Center operations, with a focus on various centers across the United States through 2028. This procurement plan outlines the anticipated release schedule for Requests for Proposals (RFPs) related to Job Corps Center operations, detailing specific months for procurement activities in cities such as San Francisco, Chicago, Philadelphia, and Atlanta. The Job Corps program plays a crucial role in providing vocational and technical education to youth, and this structured procurement process is essential for maintaining and enhancing its operations. Interested vendors can reach out to Carmelo P. Nuestro at Nuestro.Carmelo.P@dol.gov for further information regarding this opportunity.
    Medicare Cost Reporting Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for Medicare Cost Reporting Services to support its mission of delivering healthcare to American Indians and Alaska Natives. The selected contractor will assist in the preparation and submission of Medicare cost reports, ensuring compliance with Medicare regulations and optimizing reimbursement processes for various healthcare facilities. This initiative is crucial for maintaining approximately $1 billion in annual Medicare and Medicaid collections, which are essential for sustaining healthcare services in underserved communities. Proposals are due by 5:00 PM (EST) on September 19, 2024, and should be submitted to Brendon Moran at brendon.moran@ihs.gov, with a total estimated contract value of $62,500 per year for the base and each option period.
    ACC-APG Division D Competitive/Fair Opportunity Industry Update
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Aberdeen Proving Ground (ACC-APG) Division D, is issuing a special notice to update stakeholders on competitive acquisitions and solicit industry insights. The primary objective is to enhance communication regarding various procurement projects, including IT support services, environmental remediation, and soldier protection systems, which are crucial for maintaining operational readiness and effectiveness. Interested parties are encouraged to engage with contracting officers to provide feedback and insights, with all inquiries to be submitted via email within seven calendar days of updates. For further information, stakeholders can contact Kimberly A. McCarthy at kimberly.a.mccarthy14.civ@army.mil or Robin P. Donovan at robin.p.donovan.civ@army.mil, with all updates subject to change and no formal proposals being accepted at this time.