Notice: Function wp_enqueue_script was called incorrectly. Scripts and styles should not be registered or enqueued until the wp_enqueue_scripts, admin_enqueue_scripts, or login_enqueue_scripts hooks. This notice was triggered by the nfd_wpnavbar_setting handle. Please see Debugging in WordPress for more information. (This message was added in version 3.3.0.) in /home1/theopev0/public_html/wp-includes/functions.php on line 6078
The Open Source Research (TOSR Co.) • Find Your Direction!

Air Force Research Laboratory (AFRL)/RIEB Pluto

This report is different than the the typical opportunities that I cover where there will not be any incumbent information within this report.  USAF AFRL is using the name Pluto for this project.  This is not to be confused with the 1960s project to develop a nuclear-powered ramjet engine for cruise missiles.  The new Pluto program is for The Air Force Research Laboratory, Information Directorate, Rome NY (AFRL/RI), requires Program Management Services, DoDIIS RDT&E Services, Cybersecurity Testing Services, Data Analytics Research Development and Integration, and IT Systems Architecture, Development, Integration, and Maintenance.   

The most current posting is a Request for Information (RFI) primarily geared towards Small Business.  However, the documentation does provide a point of contact for large businesses to submit their responses in case the Government decides not to use the Small Business Set-Aside.  The small business standard is average annual receipts of $34M. A Cost-Plus Fixed Fee (CPFF) Level-of-Effort (LOE) type contract with a period of performance of 60 months is anticipated.  The government is also inquiring about the ability of companies to provide contractors with

To scope the magnitude of effort required, it assumes approximately 2,728,700 labor hours (total), with industry average burdened rates in the range of $115-$160 per hour, including travel, and other direct costs accounting for an additional 15% of burdened labor. It is anticipated that at least 40% of proposed personnel will need to be TS/SCI cleared and available at the time of award.

The RFI also provides that the information under Solicitation FA8750-24-R-B001 is also located within the GSA E-Buy and GSA Alliant 2 websites.  These websites require your company to hold those types of contracts.  GSA E-Buy is the procurement website for GSA Schedule holders and the GSA Alliant 2 is a Government Wide Acquisition Contract (GWAC).  With this said, both contract types are the type where you are awarded the schedule/contract just to win the right to chase opportunities posted under those two mechanisms.

The RFI posted to sam.gov appears under the Notice ID: 24-C-B001_RFI (Solicitation FA875024RB001) and uses the NAICS: 541512 (Computer Systems Design Services) is out of the Department of Defense (DOD), United States Air Force (USAF), Air Force Materiel Command (AFMC), and Air Force Research Laboratory (AFRL).  The place of performance is listed at Rome Research Site, Rome, NY and OCONUS and CONUS locations. 

Issued Office Location:
CP 315 330 7298 26 ELECTRONIC PKWY BLDG 106 RM E125, ROME , NY 13441-4514, USA

Most Recent Notice ID: 24-C-B001_RFI (Solicitation FA875024RB001) (sam.gov)

    • Projected RFP Release:  07/24/2024 (120 days after RFI release)
    • RFI Posted: March 27, 2024
  • The projected RFP release date is simply counting 120 days from the RFI release date only.  It is a projection based on information provided within the RFI

Point of Contact:

 Request large businesses also respond to Matthew Collins, Contract Specialist, only to express their interest in submitting a proposal, should this acquisition not be a small business set-aside

Performance Work Statement Description (Partial):

The contractor shall perform technical support for IT services to facilitate ISR A&F missions as follows: 

The purpose of this TO is to provide AFRL/RIEB and its clients with specialized Information Technology (IT) Engineering Services (ES) and analytical support within the ISR domain for the AFRL/RIEB and its mission partners. Services will be provided at multiple Government installations throughout the Contiguous United States (CONUS) and field support at CONUS and Outside CONUS (OCONUS) DoD locations. The services include:

    1. Intelligence IT Systems Analysis.
    2. Requirements Analysis.
    3. Solutions Analysis.
    4. Operational and Technical Assessment.
    5. Operational Architecture Analysis.
    6. Systems Engineering.
    7. Configuration and Database Management.
    8. Life cycle engineering of systems through certification.

The scope of this TO includes all aspects of IT systems engineering including, configuration, database management, life cycle engineering of systems through certification and fielding, requirements and solution analysis, and engineering operational and technical assessment. Specifically, emphasis is on integration of requirements across the enterprise including incorporating emerging sensors into the Intelligence Community (IC) supporting global Processing, Exploitation, and Dissemination (PED) architecture, or managing integration between IC members and DoD Command and Control (C2) mission partners, and Intelligence producers.

Other Information :

 Per AFRL Fact Sheet:

AFRL/RIEB – Information Handling Branch

Mission Statement
Deliver devastating warfighting advantage through agile information technology innovation.

Contact Information:
Email: afrl.rieb.office@us.af.mil
Phone: (315) 330-3601
DSN: 587-3601
Fax: (315) 330-3913
DSN Fax: 587-3913

With the information concerning Alliant 2 being provided within the RFI, it’s important to note some information.  First, Alliant 2 was extended in 2023.  Also, the value increased by $25 billion dollars to come to a total program value of $75 billion.  The Government has started working on the next iteration under the name Alliant 3.  Many top large Government Contractors are on the Alliant 2 GWAC.  It’s a good time to either look into becoming a prime or inquiring about subcontract opportunities that may be available for Alliant 3.

Alliant 3 sam.gov website

Other Alliant 3 Information

Artificial Intelligence Applications Answer:

Question: What do you know about the current AFRL/RIEB Pluto project?

Microsoft Copilot Response (Creative Conversation Style):

The Air Force Research Laboratory (AFRL) has initiated the AFRL Regional Research Hub project, which aims to establish regional research networks in the Midwest and Mid-Atlantic regions. Here are the key points about this project:

    1. Purpose and Goals:
      • The AFRL Regional Research Hub intends to connect AFRL’s innovative research with regional innovators.
      • The goal is to leverage these ecosystems to accelerate technology translation and impact both defense and commercial markets.
    1. Lead Institutions:
      • The lead institutions for this initiative are Purdue University and Cornell University.
      • They are working to establish operational processes for the hubs.
    1. Integration and Collaboration:
      • The Regional Research Hubs aim to integrate diverse stakeholders.
      • They facilitate new teams, processes, and exchanges to create a culture of mission-driven vertically cohesive innovation.
      • The focus is on leveraging the research, translation, and workforce development strengths of hub members.
    1. Initial Projects:
      • Workshops conducted at Cornell and Purdue will lead to the announcement of the initial projects soon.
      • These projects will test novel business model processes jointly developed by AFRL and hub members.
      • The goal is to streamline operations, information exchange, and security among hub members and AFRL.
    1. Shovel-Ready Projects:
      • AFRL is bringing out “shovel-ready” projects to stimulate exploration of translation opportunities with regional members.
      • Purdue and Cornell have reached out to their members, including universities, industry, and government laboratories, to solicit ideas.

This project aims to enhance collaboration, accelerate technology development, and strengthen the connection between AFRL and regional innovators 1.

Google Gemini Response:

I don’t have enough information to tell you specifically about the current AFRL/RIEB Pluto project. However, I can help you find some resources that might be useful. Here are some suggestions:

    • Search the web for AFRL/RIEB Pluto project. You can use a search engine like Google Scholar (https://scholar.google.com/) to find academic papers or news articles about the project.
    • Look for websites of the AFRL (Air Force Research Laboratory) or RIEB (Rochester Institute of Technology Exploration Booster). They might have information about the project on their websites.
    • Contact AFRL or RIEB directly. They might be able to give you more information about the project

The information provided in this Federal Government Contracting Opportunity was obtained through open research utilizing open Federal Government procurement websites.  The information must be accessible to all in order to appear in this information piece.

Cyber Center of Excellence (CCoE) Information Technology (IT) Engineering and Services Support (ITESS)

This is a long lead opportunity report for a potential third iteration for these services.  The most recent Federal Business Opportunity (W91249-23-R-0002) under NAICS: 541519 (Other Computer Related Services) is out of the Department of Defense (DOD), Department of the Army (Army), Army Contracting Command (ACC), Mission and Installation Contracting Command (MICC), Fort Eustis.  The last procurement was competed as a 8(a) set-aside. This procurement concluded with an award to Open San Consulting, LLC in the 2023 Government Fiscal Year.  This was a transition from the prior incumbent Kupono Government Services, LLC that had been awarded the contract in 2020. 

Issued Office Location: MICC – Fort Eustis,  706 Washington Blvd., Fort Eustis, VA 23604

The most recent solicitation listed the period of performance shall be for one (1) month phase-in period with one (1) Base Year of eleven (11) months and four (4) 12-month option years.

Most Recent Solicitation W91249-23-R-0002  (sam.gov):

Last Procurement Dates:

    • Posted: October 03, 2022
    • Last Amendment Posted Date (Amendment 6): May 25, 2023
    • Proposals Extended by Amendment 6 to be due: July 25, 2023
    • Contract Awarded (Per FPDS Entry): September 23, 2023

The following dates are only projections based on past activity and my knowledge of researching similar types of opportunities.  Due to the length of time prior to the projected recompete, these are just best estimates only.  As the time gets closer to the actual recompete the information will transfer to being based on actual released information.  Projecting this far ahead is meant to provide what may be coming in order to be prepared for when any actual information becomes available.

Projected Upcoming Recompete Dates:

    • Projected RFP Release: 05/01/2028
    • Projected Start date of recompete contract: 03/02/2029

Point of Contact:

Performance Work Statement Description:

The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to provide Information Technology (IT) support services to the Cyber Center of Excellence (CCoE) as defined in this Performance Work Statement except for those items specified as government property and services. The contractor shall perform to the standards in this contract.

Background: The CCoE is the U.S. Army’s force modernization proponent for Cyberspace Operations, Signal/Communications Networks and Information Services, and Electronic Warfare (EW), and is responsible for developing related doctrine, organizational, training, materiel, leadership/education, personnel, and facility solutions. A major aspect of the CCoE’s mission is the training, education, and development of world-class, highly skilled Signal, Cyber, and EW professionals supporting operations at the strategic, operational, and tactical level. Today’s broad and rapidly changing global operational environment means the Department of Defence (DoD) and the nation are required to function within an increasingly competitive, congested, and contested cyberspace and electromagnetic spectrum. Ultimately, the CCoE must enable Commanders and leaders to seize, retain, and exploit freedom of action in both the land and cyberspace domains, while simultaneously denying and degrading the adversary use of the same. The CCoE trains Signal and Cyber Advanced Individual Training (AIT), functional training, and professional military education (PME) at Fort Gordon’s CCoE. The CCoE consists of the U.S. Army Signal School, U.S. Army Cyber School, and the Cyber Noncommissioned Officers Academy (CNOCA). Specifically, the CCoE is responsible for the Signal and Cyber Officer’s Basic Courses (BOLC), Signal Captain’s Career Courses (SCCC), Warrant Officer’s Basic/Advance Courses (WOBC/WOAC), CNCOA courses, Professional Development (PD) and functional training for military and civilians.

In support of the CCoE’s training efforts the G6 provides IT services support to all the CCoE’s training and administrative platforms inclusive of but not limited to Cyber Security, Risk Management Framework (RMF), System Administration, Server Administration, System Engineering, Virtualization, Web Development, Automation, Programming/coding support, continuity of operations, and Service Desk functions. These services support approximately 24,000+ end points consisting of physical and virtual servers, access points, wireless controllers, switches, and routers that provide classroom as a service using technologies such as VDI-MILS and Virtualization Technologies. This is provided on but not limited to 5 separate networks at this time UNCLASS, Classified, TS Classified, Commercial and a separate Audio-Visual Network as well as support requirements to various administrative networks i.e. NIPRNET and SIPRNET. The CCoE G6 is operationally organized into three (3) sections. This includes the Business Operations section which includes Program Management, IT Project Support, System Engineering, IT Procurement Support, Management of the Systems Operations Center, Daily Operations, TASKORD management, Business Operations, and Process improvement. The Enterprise Service desk which supports the Visual Information System (Video Teleconference and Unified Communications), a Service desk, Configuration Management, Logistics Support Element, Web Development Team, Application Support, SharePoint Support, Server Administration, End User Support, Army Training and Certification Tracking System (ATCTS) Management, Account Management, System Engineering, VMware, Linux, and Other Virtualization technologies. And finally, the Cyber Security section which supports, Risk Management Framework (RMF) Support: Including Continuous Monitoring (Security Information and Event Management (SIEM), Assured Compliance Assessment Solution (ACAS)/Scanning, Configuration Management), Incident Response, Army Portfolio Management Solution (APMS) support, Enterprise Mission Assurance Support Service (eMASS) Support, and Plan of Action and Milestones (POAM) support. 1.3 Objectives: The Single Award contract will acquire IT services in support of the CCoE’s mission as described in Section 1.1 Background. The objectives are to provide IT support services in the areas described in Section 5 in support of CCoE.

 Scope: This acquisition equips the CCoE with IT services support under one (1) contract vehicle and also provides the CCoE a way to achieve economies of scale via consolidating all IT Services into a single Contract vehicle for IT services across all CCoE organizations. Technical Exhibit 3 IT Services Support Projected Workload Data provides FY20 historical data for informational purposes only for the number of IT services Contractor personnel by labor category type. However, data in Technical Exhibit 3 may not be all inclusive and is subject to change/growth as requirements change.

 

Current Incumbent:

Description of Requirement: G6 Information Technology Engineering Services Support Contract

The following incumbent contract resulted from Solicitation W91249-23-R0002:

Contract W91249-23-C-0013 to Open San Consulting, LLC for Base and All Options Value of $65,147,767.95 on September 23, 2023, with an Estimated Ultimate Completion Date of March 1, 2029. The Action Obligation of the posted award is $9,796,589.55.

As of March 12, 2024, there have not been any posted Modifications to FPDS.gov.

FPDS Search

USASpending.gov Posting

Procurement Note:  There were two (2) bid protests submitted to GAO. One from Koniag Technology and the other from Team Po’okela,  Both were unsuccessful.

 

Prior Incumbent (As identified at the time of posting):

Description of Requirement: G6 IT Support

The following incumbent contract resulted from Solicitation W91249-20-R-0003:

Contract W91249-20-C-0009 to Kupono Government Services, LLC for $ $17,934,854.40 on March 18, 2020, an Estimated Ultimate Completion Date of March 28, 2023.

FPDS Search

USASpending.gov Posting

The most recent contract posting was Contract Modification P00016 on February 24, 2023. This was listed as a Change Order. This modification did not add nor subtract from the total contract value.  The listed Base and All Options value to $23,879,168.93 which is also the total sum of all reported contract actions when exporting information to excel.

Procurement Note:  There were general articles that indicated that the Army broke ground to build the CCoE in 2016.  The 2019/2020 timeline was provided as the opening which corresponds to this first award.

Artificial Intelligence Applications Answer:

Microsoft Copilot Response (Creative Conversation Style):

The Cyber Center of Excellence (CCoE) serves as the U.S. Army’s force modernization proponent for several critical areas:

  1. Cyberspace Operations: The CCoE focuses on developing doctrine, training, and solutions related to cyberspace operations. This includes ensuring the readiness of highly skilled professionals who support operations at strategic, operational, and tactical levels.
  2. Signal/Communications Networks and Information Services: The CCoE is responsible for advancing the field of signal and communications networks. This encompasses everything from designing and configuring complex information technology systems to maintaining communication infrastructure.
  3. Electronic Warfare (EW): The CCoE plays a crucial role in EW, which involves disrupting or exploiting an adversary’s use of the electromagnetic spectrum. This includes developing strategies, training, and materiel solutions to enhance electronic warfare capabilities.

The CCoE’s mission is multifaceted, covering areas such as doctrine development, organizational structure, training programs, leadership education, personnel management, and facility planning. Ultimately, the CCoE aims to enable commanders and leaders to operate effectively in both land and cyberspace domains while countering adversary actions in the same space.

Additionally, the CCoE offers specialized training for Company and Field Grade Officers and selected civilians. One such program is the Information Systems Engineer course, which prepares individuals for technically demanding Army assignments related to the design, engineering, configuration, and troubleshooting of complex information technology systems across various network environments.

For more detailed information, you can visit the official Cyber Center of Excellence website1.

Google Gemini Response:

ased on the information I found, the Cyber Center of Excellence (CCoE) Information Technology (IT) Engineering and Services Support (ITESS) appears to be a program or service offered by the U.S. Army’s CCoE. Here’s what I can share:

Function:

ITESS likely deals with providing IT engineering and support services to the CCoE.expand_more This could involve tasks like:

    • Maintaining and securing the CCoE’s IT infrastructure
    • Offering technical assistance to CCoE personnelexclamation
    • Developing and implementing IT solutions for the CCoE’s specific needs

Origin:

I found a reference to an ITESS program on BidNet Direct: https://www.bidnetdirect.com/, a platform for government solicitations. This suggests that the Department of Defense might have sought bids for ITESS services from external contractors to support the CCoE.exclamation

Further information:

While details about the specific services offered under ITESS are limited, the CCoE itself focuses on various aspects of cyberspace operations:

    • Training and education for cyber professionals
    • Developing doctrines and strategies for military operations in the cyber domain
    • Ensuring the U.S. Army has a skilled workforce to address the challenges of cyberspace and electronic warfare

For a more comprehensive understanding of ITESS, it would be recommended to:

    • Consult the U.S. Army CCoE website (https://cybercoe.army.mil/) for any official information about ITESS.
    • Explore resources from the Department of Defense that might provide details about IT procurement processes.

Overall, while information about ITESS is scarce publicly, it seems to be a program that provides IT support to the U.S. Army’s CCoE in its mission of training and enabling cyber warfare capabilities.

 

The information provided in this Federal Government Contracting Opportunity was obtained through open research utilizing open Federal Government procurement websites.  The information must be accessible to all in order to appear in this information piece.

Printing and Mailing Service for the Office of the Commissioner of the Revenue, Loudoun County, Virginia

This is a current State & Local opportunity from Loudoun County (RFQ 647812) and is out of the Office of the Commissioner of the Revenue.  The current contract is a Single Award. The contract term is one base year plus up to four one-year options to make this a potential five (5) year contract.  The expiration date as listed in the 2024 Term Contract Lists states that the expiration date is April 30, 2024.  There for the period of performance for the next contract should be May 1, 2024 to April 30, 2024 assuming all options are exercised. There was a total of six bids submitted as a result of the 2018 bidding process.  Only one of these companies had a Loudoun County Address (Colornet Printing and Graphics).  The other four bidders were out of the county or provided an out-of-state address.

The prior procurement took place under RFQ 647812 on Loudoun County’s procurement website:

Projected Recompete Schedule:

    • Posted: February 20, 2024
    • Bid Due Date: March 14, 2024 4:00 pm EST

Point of Contact for the 2020 Procurement was:

Diane C. Smith, NICP-CPP/CPPB, Assistant Purchasing Agent, (571) 258-3190, Diane.Smith@loudoun.gov

Scope (as posted in the Bid Announcement):

is to obtain the services of a qualified contractor to provide printing and mailing services for the County of Loudoun, Virginia (County), Office of the Commissioner of the Revenue  (Commissioner). The printing and mailing services will consist of printing, separating, combining in groups of singles up to sextuples or more by control numbers, folding, inserting, and delivering envelopes to the U.S. Post Office.

Current Incumbent:

The following contract was awarded as a result of RFQ 18775 on August 23, 2018 to:

Diversified Companies, LL dba DivCoData, LLC. Contract  213212 for $700,000 (as listed in the 2024 Term Contract List)

2018 Bidders were:

    1. Diversified Companies, LL dba DivCoData, LLC. (Won bid)
    2. Corporate Mailing Serivces, Inc. (Lost bid)
    3. BMS Direct, Inc. (Lost Bid)
    4. Colornet Printing & Graphics. (Lost Bid)
    5. The Master’s Touch LLC. (Lost Bid)
    6. SouthData, Inc. (Lost Bid

Note that BMS Direct, Inc was the previous incumbent and lost the recompete that took place in 2018.

2018 Bid

2018 Notice of Award: https://www.loudoun.gov/DocumentCenter/View/141685/Notice-of-Award-PDF?bidId=508

Prior Incumbent (As identified at the time of posting):

The following contract was listed as the previous incumbent in the 2018 Bid Amendment 3.

 BMS Direct, Inc

Copies of Invoices

Other Similar Bids (from other offices):

    1. Treasurer Office 2016 RFQ titled “Printing and Mailing Services for the Treasurer’s Office: https://www.loudoun.gov/bids.aspx?bidID=348
      1. Cancelled 2016 Bid under RFQ 359: https://www.loudoun.gov/bids.aspx?bidID=321
    2. Treasurer’s Office 2019 Bid under RFQ 113781 titled “Printing, Mailing and Envelope Services for the Treasurer’s Office: https://www.loudoun.gov/bids.aspx?bidID=618

Other Loudoun County Contracts:

  1. Diversified Companies, LL dba DivCoData, LLC.
    • Holds no other Loudoun County Contracts as listed in the 2024 Term Contracts List

Other Related Procurement Links:

2024 Term Contract List

The information provided in this Federal Government Contracting Opportunity was obtained through open research utilizing open Federal Government procurement websites.  The information must be accessible to all in order to appear in this information piece.

Grounds Maintenance Services for Various Parks, Recreation and Community Services (PRCS) Sites, Loudoun County, Virginia

This is a possible future recompete of a State & Local opportunity from Loudoun County (RFQ 193782) is out of Loudoun County’s Parks & Recreation and Community Services (PRCS).  The original bid was listed up to four (4) contract awards. 

The current contract is a Multiple Award to two contractors, both with Leesburg, Virginia addresses. The contract term is one base year plus up to six one-year options.  The term listed in the original RFQ was from April 1, 2020 to March 31, 2021 (1 Year).  If all options are exercised, this will put the ending of the contract on March 31, 2027.  There are currently no current postings for the recompete of these Grounds Maintenance services on Loudoun County’s procurement website.  As of February 23, 2024, there is no bid listing for the next iteration of the contract.  Loudoun County listed the basis of award as “Contract award will be made to the lowest responsive and responsible bidder based on total cost for each line item.”

The prior procurement took place under RFQ 193782 on Loudoun County’s procurement website.

Projected Recompete Schedule:

    • Future Bid Posting: January 2, 2027
    • Due Date: Late March 2027

The above dates are educated projections based on the prior bid schedule combined with my research experience.  This information is provided to give the reader an idea of any possible procurement in order to get their bid process started.  The dates are also based on the last option year.  Loudoun County can recompete this procurement at any time for a variety of reasons, some could include the increase or decrease in scope, spending the total budget for this contract early as a couple of possibilities.  Once you know the basic dates, set your calendars yearly to capture any possible recompete if performed earlier than the original completion date.

Historical Bid Schedule:

    • Posted: February 20, 2020
    • Pre-Bid Conference: March 4, 2020
    • Due Date: March 26, 2020 4:00 pm EST

Point of Contact for the 2020 Procurement was:

Gerald Landayan, Contracting Officer, 703-771-5956, Gerald.Landayan@loudoun.gov

Scope (as condensed by ChatGPT):

The main point of the scope of services outlined in the document is to provide grounds maintenance services for various PRCS (Parks, Recreation, and Community Services) sites. This includes tasks such as lawn mowing, leaf removal, nuisance ordinance mowing, landscape labor, landscape services, and annual landscape services. The services involve mowing, trimming, leaf removal, weed control, mulching, core-aerating, turf fertilization, over-seeding, and general landscape maintenance to ensure the sites are well-maintained and safe for public use.

Place of Performance:

    • Arcola Community Center – 24244
    • Arcola Slave Quarters – 24837
    • Beth Miller Park – 20270 Leier Pl., Ashburn 20147
    • Bles Park – 44830 Riverside Pkwy., Ashburn 20147
    • Bluemont Community Center – 33846 Snickersville Pike., Bluemont 20135
    • Brambleton Park – East – 22376 Belmont Ridge Rd., Ashburn 20148
    • Brambleton Park – West – 22389 Belmont Ridge Rd., Ashburn 20148
    • Briar Patch Park – 21660 Sterling Blvd., Sterling 20164
    • Byrne’s Ridge Park – 24915 Mineral Springs Cir., Aldie 20105
    • Carters Meadow Park – Intersection of Carters Meadow Dr and Evergreen Ridge Dr Ashburn 20147
    • Carver Center – 200 Willie Palmer Way, Purcellville 20132
    • Cascades Senior Center – 21060 Whitfield Pl., Potomac Falls 20165
    • Chick Ford/ Ryan Bickel – 21594 Ashburn Village Blvd., Ashburn 20147
    • Claude Moore Recreation Center – 46105 Loudoun Park Ln, Sterling, VA 20164
    • Conklin Park – 25701 Donegal Dr., Chantilly 20152
    • Countryside Park – 20756 Countryside Blvd., Sterling 20164
    • Crittenden Park – 21401 Windmill Dr., Ashburn 20147
    • Dawson Corner Park – Across from 42365 Madturkey Run Pl., Chantilly 20152
    • Douglass Community Center – 407 E. Market St., Leesburg 20176
    • Dulles South Recreation Ctr – 24950 Riding Center Dr., Chantilly 20152
    • Eastern Loudoun Adult Day Ctr – 45140 Bles Park Dr., Ashburn 20147
    • Eastgate Park – 43664 Tall Cedars Pkwy, Chantilly 20152
    • EE Lakes Store – 33721 Snickersville Turnpike, Bluemont 20135
    • Elizabeth Mills Park – 43513 Squirrel Ridge Pl., Leesburg 20176
    • Elizabeth Mills Riverside Parcel – 43513 Squirrel Ridge Pl., Leesburg 20176
    • Evermore Park – 22395 Foundation Dr Ashburn 20147
    • Goshen Corner Park – 41430 Braddock Rd., Aldie 20105
    • Hampshire Park – 21315 Smith Switch Rd., Ashburn 20147
    • Keep Loudoun Beautiful Park – 43055 Golf Club Rd., Leesburg 20175
    • Kephart Bridge Landing Park – 43942 Riverpoint Dr., Leesburg 20176
    • Kirkpatrick Park West – 41381 Gardenia Dr., Aldie 20105
    • Leesburg Adult Day Ctr – 16501 Meadowview Ct., Leesburg 20175
    • Loudoun Valley Community Ctr – 320 W. School St., Purcellville 20132
    • Lovettsville Community Center – 57 East Broad Way, Lovettsville 20180
    • Lucketts Community Center – 42361 Lucketts Rd., Leesburg 20176
    • Lucketts Park – 14560 James Monroe Hwy Leesburg 20176
    • Lyndora Park – 43624 Lucketts Bridge Cir., Ashburn 20148
    • Marcum Farm – 21332 Marcum Farm Ct., Leesburg 20175
    • Meadow Glen Park – 41574 Conejo Way, Aldie 20105
    • Mickey Gordon Park – 23229 Carters Farm Lane Middleburg, VA
    • Moorefield Station Park – 43240 Clarendon Sq, Ashburn 20148
    • Nations Park – 42691 Nations Ct., Chantilly 20152
    • Nell Boone Park – 11762 Harpers Ferry Rd., Purcellville 20132
    • Philomont Community Center – 36592 Jeb Stuart Rd., Philomont 20131
    • Potomac Green Park – 20750 Marblehead Dr Ashburn 20147
    • Ray Muth Park – 20750 Marblehead Dr Ashburn 20147
    • Scott Jenkins Park – 39464 E Colonial Hwy., Hamilton 20158
    • Segra Field – Loudoun United Dr, Leesburg, VA 20175
    • Shale Ridge Park – 21335 Shale Ridge Ct., Ashburn, VA 20147
    • Sleeter Lake Park – 17749 Lakefield Rd Purcellville 20132
    • Sterling Community Center – 150 Enterprise St., Sterling 20164 Temp address
    • Tillet Park – 21561 Belmont Ridge Rd., Ashburn 20148
    • Trailhead Park @ Belmont Ridge – 42555 Sungrove Ter. Ashburn 20148
    • Trailside Park – 20375 Claiborne Pkwy., Ashburn 20147
    • Woodgrove Park/RH Aquatic – 17020 Evening Star Dr. Round Hill 20141

Current Incumbents:

The following contracts were awarded as a result of RFQ 193782 on March 26, 2020:

    1. Blake Landscapes, Inc., Contract # 218737 for $471,701.00.
    2. American Lawn Brothers, Inc., Contract # 218778 for $525,860.00.

Note: Contract values may be yearly.  All RFQ stated was Total Cost but did not specify if it was the total cost of the base year (the guaranteed year) or the base plus options (true total of entire contract term)

2020 Bidders were:

    • Blake Landscapes (Won bid)
    • American Lawn Brothers, Inc. (Won bid)
    • Integrity Property Management Group, LLC. (Lost with $173,285.00 Bid)

Note that Integrity Property Management Group had the lowest bid which met the county’s basis of award.  However, it appears to be so low that there may have been concern of the company’s ability to perform the work (my guess).

2020 Notice of Award

2020 Bid Tabulation

Prior Incumbent (As identified at the time of posting):

The following procurement shared many of the same services and locations as the most recent award.  There are some locations on the 2020 procurement not on the 2016 procurement.  There are enough locations to indicate that these procurements are related.

The following contracts were awarded as a result of RFQ 345 on May 4, 2016.

 Blake Landscapes, Inc., for $286,510.00

2016 Bidders were:

    • Blake Landscapes, Inc.
    • Frontier Lawn Care and Landscapes, LLC. (Lost with $431,470.50 Bid)
    • Marathon Resource Management Group. (Lost with $710,645.00 Bid

2016 Notice of Award

2016 RFQ

The contract prior to the 2016 Recompete was Blake Landscaping.

Other Loudoun County Contracts held by Incumbents:

Blake Landscapes:

    • Lawn Maintenance Services, Contract 214642, awarded under RFQ 448782 was awarded to Blake Landscapes, Inc on January 27, 2022, for all groups in the estimated total amount of $224,558.50.
    • SNOW AND ICE CONTROL SERVICES, Contract 217707 awarded under RFQ 633794-A for $85,850.00 on September 6, 2023.

American Lawn Brothers had no other listed contracts with Loudoun County as of the 2024 term contract list.

Other Related Procurement Links:

2024 Loudoun County Term Contract List

Artificial Intelligence Applications Answer:

Microsoft Copilot Response:

The Department of Parks, Recreation and Community Services (PRCS) in Loudoun County, Virginia has been serving residents since 1966. Their mission is to meet the community’s needs for recreation, leisure opportunities, and supportive community services1. Here are some key points about their grounds maintenance services:

    1. Grounds Maintenance Services for Various PRCS Sites:
      • The county aims to maintain and enhance various parks, recreation areas, and community service sites.
      • These services include landscaping, mowing, tree care, and overall upkeep of outdoor spaces.
      • Contractors are hired to perform these essential tasks across different locations within Loudoun County.
      • The sites covered by these services are listed in Attachments 1 & 2 of the contract.
      • It is recommended that bidders conduct on-site inspections to understand existing conditions.
      • The county may award multiple contracts, with a maximum of four (4) awards.
      • Each contract covers services required across all listed sites.
      • Work assignments will be distributed among contractors based on their committed resources.
      • The assigned sites may vary depending on events and specific needs.
    2. Pre-Bid Conference:
      • A Pre-Bid Conference was held on March 4, 2020, at the Parks Recreation and Community Services (PRCS) Building in Leesburg.
      • The purpose was to clarify any questions related to the specifications.
    3. Addenda:
      • Addendum #1 was issued on February 26, 2020.
      • Addendum #2 was issued on March 16, 2020.
    4. Contact Information:

If you need further information or have specific inquiries, feel free to explore the Loudoun County Parks, Recreation And Community Services website or contact them directly at (703) 777-03431.

Google Gemini Response:

Based on my knowledge, the Grounds Maintenance Services for Various Parks, Recreation and Community Services (PRCS) Sites in Loudoun County, Virginia was a project seeking bids from qualified contractors to maintain various parks and recreation facilities across the county. However, it’s important to note that this project was awarded in May 2020, so the information I have might not be entirely up-to-date. Here’s what I found:

Project Details:

    • Bid Number: RFQ 193782
    • Bid Title: Grounds Maintenance Services for Various Parks, Recreation and Community Services Sites, RFQ 193782
    • Category: Procurement
    • Status: Awarded (May 5, 2020)
    • Description: The project aimed to find contractors for grounds maintenance services across various PRCS sites in Loudoun County.
    • Number of Contractors Awarded: Up to 4

Additional Information:

    • A pre-bid conference was held on March 4, 2020, for potential bidders to clarify any questions.
    • The bid documents, including the scope of work and list of PRCS sites, were available on the Loudoun County website.
    • It’s important to remember that the awarded contractors and specific details of the contract might have changed since May 2020.

Where to Find More Information:

If you’re interested in learning more about the current grounds maintenance services for Loudoun County PRCS sites, I recommend contacting the Loudoun County Parks, Recreation and Community Services department directly. They can provide you with the most up-to-date information and answer any specific questions you have.

The information provided in this Federal Government Contracting Opportunity was obtained through open research utilizing open Federal Government procurement websites.  The information must be accessible to all in order to appear in this information piece.

National Mall and Memorial Parks (NAMA) WWII Memorial Operations and Maintenance IDIQ

The current Federal Business Opportunity (140D0424Q0127 ) under NAICS: 561210 (Facilities Support Services) is out of the Department of the Interior (DOI), National Park System (NPS), National Capital Region (NCR), National Mall and Memorial Parks (NAMA) for the World War II (WWII) Memorial.  The Updated Solicitation Notice is for the Indefinite Delivery Indefinite Quantity (IDIQ) vehicle and Seed Task Order (TO) for Operations and Preventative Maintenance services and emergency and non-emergency repairs.  The current set-aside is listed as a Total Small Business Set-Aside. 

The current contract is a Single Award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract with one base year and four one-year options. This is a commercial single-award contract.  Task Orders will be Firm Fixed Price.

Current 140D0424Q0127 Updated Solicitation (sam.gov):

    • Posted: February 16, 2024
    • Updated Offers Due Date: March 11, 2024 2:00 pm EST

Point of Contact:

Primary Contact:  Moriah Fobbs, Moriah_fobbs@ibc.doi.gov

Scope:

The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the operations, preventative maintenance, and emergency and non-emergency repair services of the World War II Memorial as defined in this Performance Work Statement except for those items specified as Government furnished property and services. The Contractor shall perform to the standards in this contract.

The National Mall and Memorial Parks are where the nation comes to remember and where history is made. As “America’s Front Yard,” the National Mall and Memorial Parks are home to many of our country’s most iconic memorials telling the story of people and events that shaped us as a nation. Each year, millions of people come to recreate, commemorate presidential legacies, honor our veterans, and make their voices heard. The World War II Memorial is a unique structure serving as a work of art, a memorial of significant emotional power, and a functioning park with several moving water features. Each of these aspects presents major maintenance and operational challenges. In combination, they require considerable orchestration of contractor resources coupled with a deep sensitivity to the significance of the memorial and the concerns of military veterans and the general public.

Place of Performance:

The place of performance will be at the NAMA WWII Memorial located between 17th Street and the reflecting pool East to West and Constitution Gardens and Independence Avenue North to South.

Period of Performance:  07/24/2024 to 07/23/2029

Value: $7,500,000.00

The program ceiling value for the IDIQ and all awarded TO as a result of this solicitation is $7.5 Million. Each task order shall not exceed $2,500,000. The aggregate value of the awarded TO/DOs as well as the minimum guarantee shall not exceed the program ceiling value for the five (5) year ordering period.

Possible Related or Similar Contracts:

 The following information are contracts that were identified as being similar to the current procurement.  As of this posting an incumbent for this procurement could not be verified.

 2017 Contract Award:

Description of Requirement: Facilities Maintenance Service for WWII Memorial, National Mall and Memorial Parks, Washington, DC.

Task Order INP17PD01351 under Contract GS06Q16BQDU104 to AAA Complete Building Services for $2,052,112.76 on June 17, 2017. The Estimated Ultimate Completion Date is September 30, 2018.

FPDS Initial Award Posting

USASpending.gov Posting

The most recent contract posting was Delivery/Task Order Modification P00006 on April 14, 2022. This was listed as a Supplemental Agreement for Work Within Scope. This modification increased the expenditure of the Delivery/Task Order by $41,814.00 bringing its Base and All Options value to $2,098,926.76.

2011 Contract Award:

Description of Requirement: Maintenance Service for the World War II Memorial

Task Order INP12PD20233 under Contract GS06F0029P to AAA Complete Building Services for $1,908,265.89 on December 22, 2011. The Estimated Ultimate Completion Date is December 13, 2016.

2006 Contract Award

Description of Requirement: Service for the World War II National Memorial

The following incumbent contract resulted from Solicitation N3000060030:

Contract INP07PC75067 to The Donohoe Companies for $578,550.76 on September 29, 2006, under Solicitation with an Estimated Ultimate Completion Date of September 30, 2007.  The contract was closed out on August 19, 2015.  The total Base and All Options value was listed as $2,949,746.76.

Artificial Intelligence Applications Answer:

Microsoft Copilot Response (Creative Conversation Style):

The National Mall and Memorial Parks (NAMA) WWII Memorial Operations and Maintenance IDIQ bid is a contract opportunity for providing services and repairs at the World War II Memorial in Washington, DC. The contract is issued by the Department of the Interior on behalf of the National Park Service. The solicitation was published on January 24, 2024 and the response deadline is February 26, 20241The contract is classified under the product service code J046, which covers water purification and sewage treatment equipment1The contract is part of the facilities support services industry, which has a NAICS code of 5612101The National Mall and Memorial Parks is a unit of the National Park System that includes many of the nation’s iconic memorials and monuments2The World War II Memorial honors the 16 million Americans who served in the armed forces and the more than 400,000 who died during the war2The memorial was dedicated in 2004 and features 56 granite pillars, two arches, a fountain, and a wall of gold stars2The memorial is open to the public 24 hours a day and hosts various ceremonies and events throughout the year2.

1sam.gov  2 nps.gov   3 nps.gov    4 nps.gov

Google Gemini Response:

Based on my knowledge as of today, February 16, 2024, here’s what I know about the National Mall and Memorial Parks (NAMA) WWII Memorial Operations and Maintenance IDIQ bid:

Overview:

    • The National Park Service (NPS) is seeking bids for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide operations and maintenance services for the World War II Memorial on the National Mall in Washington, D.C.
    • This is a Small Business (SB) set-aside opportunity, meaning only qualified small businesses are eligible to bid.
    • The contract will include a Seed Task Order for initial services, with the potential for additional task orders in the future.
    • The deadline for submitting bids is February 26, 2024, at 2:00 PM EST.

Key details:

    • Solicitation number:140D0424Q0127
    • Agency:Department of the Interior, Interior Business Center (IBC)
    • NAICS code:561210 (Facilities Support Services)
    • PSC code:J046 (Maintenance/Repair/Rebuild Of Equipment – Water Purification And Sewage Treatment Equipment)
    • Estimated level of competition:Average
    • Contract type:Likely Fixed Price
    • Evaluation criteria:Best Value

Resources:

 

The information provided in this Federal Government Contracting Opportunity was obtained through open research utilizing open Federal Government procurement websites.  The information must be accessible to all in order to appear in this information piece.

Contractor Support Services (CSS) for the Naval Air Warfare Center Training Systems Division (NAWCTSD)

The current Federal Business Opportunity (N61340-24-R-0037) under NAICS: 541330 (Engineering Services) is out of the Department of Defense (DOD), Department of the Navy (USN), Naval Air Systems Command (NAVAIR), Naval Air Warfare Center Training Systems Division, Orlando.  This procurement is out of the NAWC Training Systems Division Office at 12211 Science Drive, Orlando, FL 32826-3224 as listed in the current posting. The Sources Sought Notice is for the recompete of a 2019 procurement under the same name.  The current set-aside is listed as a Total Small Business Set-Aside.  With this posting being a Sources Sought, the set-aside could change based on the responses NAWCTSD receives from this procurement. 

The current contract is a Single Award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract with one base year and four one-year options

Current N61340-24-R-0037 Sources Sought (sam.gov):

    • Posted: January 25, 2024
    • Original Response Date: February 08, 2024 2:00 pm EST

Point of Contact:

Scope:

The Naval Air Warfare Center Training Systems Division (NAWCTSD) at 12211 Science Drive, Orlando, FL  32826-3224, has a requirement for non-personal Contractor Support Services (CSS) to support the Competencies and Program Directorates in acquiring and managing Naval training devices and systems throughout the acquisition life cycle, from concept refinement through operation and sustainment and includes, but is not limited to Management, Engineering, Instructional Design, and Logistics. Additionally, the work will include security requirements at the Secret level, necessitating both a Secret Facility Clearance and Personnel Security Clearances. The CSS requirements provide temporary augmentation of the NAWCTSD work force. Work will support the acquisition and maintenance of complex training devices for Naval Air, Sea, and Undersea training.  Most of the work supports managing acquisition processes and will occur in the offices of the DeFlorez building.  Additional hardware, software, and IT work will also be required in the NAWCTSD research and development laboratories that are also located there.​

Current Incumbent:

Description of Requirement: Contractor Support Services (CSS) to support training systems programs at the Naval Air Warfare Center Training Systems Division (NAWCTSD) to include engineering, logistics and program management amongst other services.

The following incumbent contract resulted from Solicitation N61340-19-R-0061:

Contract N61340-20-D-0024 to Stracon Services Group, LLCfor $92,877,660.64 on September 10, 2020, under Solicitation with an Estimated Ultimate Completion Date of September 30, 2025. The total value of all contract actions reported under this Task Order is $5,423,130.95.

The most recent contract posting was Delivery/Task Order N6134023F0359 Modification P00005 on October 31, 2023. This was listed as a Funding Action Only. This modification increased the expenditure of the Delivery/Task Order by $435,807.55 bringing it’s Base and All Options value to $21,725,064.68.

Prior Incumbent:

Description of Requirement: Contractor Support Services- Engineering, Logistics, and Program Management.  This TO is an administrative masking number for a continuation of N0017810D6407-HT02 due to exhausting ACRNs.

The following incumbent contract resulted from Solicitation N61340-19-R-3000:

Task Order N61340-19-F-3000 Under Contract N00178-10-D-6407 to Zenetex for Base and All Options Value of $2,537,599.25 on August 30, 2019, with an Estimated Ultimate Completion Date of January 31, 2021. The total value of all contract actions reported under this Task Order is $5,423,130.95.

Previous Incumbent:

Description of Requirement: Contractor Support Services- Engineering, Logistics, and Program Management.

The following incumbent contract resulted from Solicitation N00024-14-R-3031:

Seaport Task Order HT02 Under Contract N0017810D6407 to Zenetex on July 14, 2014, with an Estimated Ultimate Completion Date of July 31, 2019.  The total value of all contract actions reported under this Task Order is $68,927,273.21.

Other Related Procurement Links:

N61340-19-R-0061

Task Order HT02 Bridge Contract

Artificial Intelligence Applications Answer:

Microsoft Copilot Response (Creative Conversation Style):

The Contractor Support Services (CSS) for the Naval Air Warfare Center Training Systems Division (NAWCTSD) procurement is a sources sought notice issued by the Department of Defense on January 25, 20241. The notice seeks information from potential vendors who can provide non-personal support services to the NAWCTSD in various areas such as management, engineering, instructional design, and logistics. The CSS requirements are for temporary augmentation of the NAWCTSD work force, which is responsible for acquiring and managing naval training devices and systems throughout the acquisition life cycle1.

The notice states that the government is considering multiple acquisition strategies, such as using SeaPort NxG or establishing one or more stand-alone single award IDIQ contracts. The estimated period of performance is five years, but the government is also exploring the possibility of a longer-term contract. The notice also specifies the security requirements, the place of performance, and the labor categories needed for the CSS procurement1.

The NAWCTSD is the principal Navy center for research, development, test and evaluation, acquisition and product support of training systems. It also provides inter-service coordination and training systems support for the Army, Marine Corps and Air Force2. The NAWCTSD has several product lines, such as training systems, training services, training content, and intellectual services2. One of its current projects is the Software Maintenance of Fielded Training Systems (SWMFTS), which requires CSS for In-Service Engineering Office Support3.

If you are interested in learning more about the CSS procurement, you can visit the SAM.gov website and search for the solicitation number N61340-24-R-0037. You can also visit the NAWCTSD website to find out more about its mission, vision, and product lines. You can also check the Multiple Awards Contracts page to see the existing contracts that the NAWCTSD uses for its training systems support.

You.com Response:

Contractor Support Services (CSS) for the Naval Air Warfare Center Training Systems Division (NAWCTSD) Procurement

The Contractor Support Services (CSS) for the Naval Air Warfare Center Training Systems Division (NAWCTSD) is a procurement opportunity related to the NAWCTSD, which is located in Orlando, Florida 1 The NAWCTSD is an Echelon IV command of the United States Navy and is responsible for research, development, test and evaluation, acquisition, and product support of training systems 2.

The CSS procurement opportunity is specifically for contractor support services for the NAWCTSD 1 3. The solicitation number for this opportunity is N6134019R0061 The CSS services are intended to support the NAWCTSD in its mission to be the principal Navy center for research, development, test and evaluation, acquisition, and product support of training systems 4.

 

Unfortunately, specific details about the CSS procurement opportunity, such as the scope of work or requirements, are not available in the search results provided. To obtain more information about this opportunity, it is recommended to visit the official website of the NAWCTSD or contact the appropriate personnel listed on their website 4.

Please note that the search results do not provide comprehensive information about the CSS procurement opportunity. It is always advisable to refer to official sources or contact the relevant authorities for the most accurate and up-to-date information.

The information provided in this Federal Government Contracting Opportunity was obtained through open research utilizing open Federal Government procurement websites.  The information must be accessible to all in order to appear in this information piece.

Rocket Experimentation for Global Agile Logistics (REGAL)

The current Federal Business Opportunity (FA8650-21-S-9307) under NAICS: 541715 is an Advanced Research Announcement (ARA) for Rocket Experimentation for Global Agile Logistics (REGAL). REGAL is part of the Air Force’s Rocket Cargo Vanguard Program that is assessing emerging commercial rocket capabilities. The procurement is out of the Department of Defense (DOD), Department of the Air Force (USAF), Air Force Materiel Command (AFMC), and Air Force Research Laboratory (AFRL).  This procurement is out of the FA8650 USAF AIR FORCE MATERIEL COMMAND AFRL PZL AFRL/PZL Office. The Special Notice does not list Set-Aside information.

This initial announcement includes two (2) Calls for Proposals. Call 001 “Point-to-Point Capability and Operational Demonstrations” and Call 002 “Point-to-Point Rocket Demonstrations”. Please refer to each respective attachment for additional information regarding specific requirements.

Air Force Vanguard Program Description

Current FA8650-21-S-9307 Special Notice (sam.gov)

    • Posted: 06/04/2021
    • Updated Special Notice: November 22, 2022
    • Advanced Research Announcment Closes: July 1, 2027

Point of Contact:  AFRL.RS.RocketCargo@us.af.mil.

Scope:

The Rocket Experimentation for Global Agile Logistics (REGAL) program will explore the use of commercially-advertised rocket launch systems for rapid point-to-point (PTP) space transportation and agile global logistics. The goal is to field a capability that can deliver DoD cargo anywhere on the planet in less than one hour through service-type contracts similar to agreements DoD uses today with commercial airlines.  Expected missions include emergency resupply to restore loss of mission capability, humanitarian relief, disaster relief, and ultimately routine and affordable transport of cargo to select DOD ports across the world. No funding will be invested in developing commercial rocket systems.

Current Incumbent:

Contract Title: Rocket Cargo Other Transaction For Experimentation

Contract FA8650-22-9-9301 to Space Exploration Technologies Corp (SpaceX) for $102,013,973.00 on January 14, 2022, with an Estimated Ultimate Completion Date of April 14, 2027.

FPDS Search

The most recent contract posting was Modification P00008 on September 21, 2023. This was listed as a Funding Action Only. This modification lists the Base and All Options value to $149,314,803.00.

Modification Entry

Sam.gov Award Notice

Note: All of the provided information resulted from Open Government databases.  I have read several private articles that provide information that the above Government provided information can be considered the incumbent information.

Possible Related Incumbent:

Contract Title: Rocket Cargo Concept of Operations (CONOPS) Capability Testing

The following incumbent contract resulted from Solicitation FA9300-20-S-0001:

Contract FA9300-21-C-6003 to Space Exploration Technologies Corp (SpaceX) for $1,637,960.50 on December 07, 2020, with a Estimated Ultimate Completion Date of December 31, 2021.

The most recent contract posting was Modification P00008 on November 22, 2022. This was a Supplemental Agreement for Work Within Scope for the current contract. This modification lists the Base and All Options value to $1,637,960.55.

Modification Entry

Artificial Intelligence Applications Answer:

Microsoft Bing Response:

The Rocket Experimentation for Global Agile Logistics (REGAL) program is an initiative by the Department of the Air Force to explore the use of commercially-advertised rocket launch systems for rapid point-to-point (PTP) space transportation and agile global logistics 12. The program aims to assess whether commercial rockets can deliver DoD cargo anywhere on the planet in less than one hour 2. The Air Force Research Laboratory is currently assessing emerging rocket capability across the commercial vendor base, and its potential use for quickly transporting DOD materiel to ports across the globe 3. The program is solely focused on leveraging commercial rocket capabilities as a leased service, and no funding will be invested in the development of commercial rockets 3. The Rocket Cargo Vanguard will infuse AFRL S&T with commercial rocket development and test campaigns to enable up to 100 tons of cargo to be delivered anywhere on the planet within tactical timelines 3. The military utility of this new capability includes support to the United States Transportation Command (USTRANSCOM) resupply mission, with faster delivery and potentially at lower cost 3. The program is closely partnered with USTRANSCOM, Space Force Futures & Integration, Air Force Futures, formerly the Air Force Warfighting Integration Capability (AFWIC), and Space and Missile Systems Center (SMC) to assess the trade space of a potential Rocket Cargo capability for global logistics, to include improvements in delivery cost and speed compared to existing air cargo operations 3. If the AFRL Rocket Cargo Vanguard proves rocket-based transportation is viable, affordable, and advantageous for agile global DOD logistics, the Space and Missile Systems Center (SMC) will be responsible for transitioning the program from Vanguard to a program of record 3. The USSF and SMC have a successful history of partnering with industry to leverage innovative, emerging commercial technologies that also support National Security Space needs 3.

  1. sam.gov
  2. forum.nasaspacelfight.com
  3. Afresearchlab.com

Google Bard Response:

Note: Bard’s response provided a reference to Raytheon which may not be related to the same program that this post concerns.  It may be related and was kept to sow the differences between human and artificial intelligence research. 

Rocket Experimentation for Global Agile Logistics (REGAL): Exploring Rapid Delivery with Commercial Rockets

Here’s what I know about the REGAL program:

Purpose:

  • REGAL is a Department of the Air Force (DAF) initiative exploring the feasibility of using commercial rockets for rapid global logistics.
  • It aims to assess how large commercial rockets could transport critical DoD (Department of Defense) materiel anywhere on Earth within tactical timelines.
  • The program seeks to leverage existing commercial capabilities rather than funding new rocket development.

Key aspects:

  • Point-to-Point (PTP) transportation: REGAL focuses on direct, rapid delivery between two points, bypassing traditional air and sea routes.
  • Multiple providers: The DAF wants to experiment with several commercial launch providers to gain flexibility and avoid dependence on a single source.
  • Integration with DoD logistics: REGAL goes beyond just rocket technology. It includes testing how rockets can seamlessly integrate into existing military logistics workflows, including mission planning, cargo handling, and launch operations.
  • Agile and responsive: The program emphasizes the ability to quickly adapt to changing mission needs and launch cargo on short notice.

Current status:

  • Raytheon Bbn Technologies was awarded a contract in June 2022 to conduct REGAL experiments.
  • The program is ongoing with a planned duration of 4 years.
  • Initial funding was set at $17.4 million, but it has since been reduced to $8.7 million.

Potential benefits:

  • Significantly faster delivery of critical supplies to war zones or disaster areas.
  • Improved operational flexibility and responsiveness for the DoD.
  • Cost savings compared to traditional air and sea transport for certain types of cargo.

Challenges:

  • Integrating rockets into existing logistics chains presents logistical and regulatory hurdles.
  • Ensuring safety and reliability of commercial rockets for military use.
  • Potential cost uncertainties associated with launch contracts and emerging technologies.

Overall, REGAL represents a significant step towards utilizing the burgeoning commercial space industry for military logistics. By demonstrating the feasibility of rapid, point-to-point cargo delivery with rockets, the program could transform how the DoD responds to global challenges.

The information provided in this Federal Government Contracting Opportunity was obtained through open research utilizing open Federal Government procurement websites.  The information must be accessible to all in order to appear in this information piece.

Cargo Mission Contract 4 (CMC4)

Representative image of the International Space Station

The current Federal Business Opportunity (80JSC024R0001) under NAICS: 541330 is for the upcoming fourth iteration of this contract Cargo Mission Contract 4 (CMC4). Contracts have been awarded procuring these services starting in 2003.  The procurement is out of the National Aeronautics and Space Administration (NASA), and Johnson Space Center (JSC).  The Solicitation Notice does not list any Set-Aside information (Full & Open). The Place of Performance is the International Space Station (ISS).

The resulting contract will consist increase in value through modifications by $40,000,000.00 since the December 2017 award.   Over the course of these services history, there was a change in contractor providing these services from Lockheed Martin Corporation to Leido, Inc. This was due to Lockheed Martin separated from it’s former business united Information Systems & Global Solutions (IS&GS) which merged with Liedos Inc. (https://news.lockheedmartin.com/2016-08-16-Lockheed-Martin-Successfully-Closes-Transaction-to-Separate-and-Combine-IT-and-Technical-Services-Businesses-with-Leidos).

Per the RFP: “This competitive acquisition will result in a Cost-Plus-Award-Fee (CPAF) contract type for Core and Indefinite-Delivery/Indefinite-Quantity (IDIQ) with the ability to issue CPAF or Firm-Fixed[1]Price (FFP) task orders. The contract will include a 60-day Phase-In period and will have a total core potential period of performance of 7 years, including a 2-year Base Period, a 2-year Option Period 1, a 2-year Option Period 2, and a 1-year Option Period 3. The IDIQ effective ordering period will align with the core period of performance. The anticipated contract award date is June 26, 2024, with an October 1, 2024, contract effective date. The contract will be performed offsite at the Contractor’s facilities with a portion of the requirements performed onsite at NASA JSC and other Federal facilities.”

Current 80JSC024R0001 Posting (sam.gov)

  • Pre-Solicitation Notice: November 29, 2023
  • Solicitation Released: December 14, 2023
  • Pre-Proposal Conference: December 18, 2023
  • Proposals Due: January 5, 2024 1:30pm CST
  • Anticipated Contract Award Date: October 16, 2024

Point of Contact:

Primary point of contact (POC): Mr. Jon D. Aaron, Contracting Officer, Phone (951) 655-3724, e-mail: jon.aaron@us.af.mil.

Scope:

Per the RFP: “The Cargo Mission Contract 4 (CMC4) supports the National Aeronautics and Space Administration (NASA) International Space Station (ISS) Program; Artemis Exploration missions which are supported by the Orion, Human Landing System (HLS), and Gateway Program; the EVA and Human Surface Mobility Program (EHP); as well as future Exploration and Commercial efforts by providing analytical and physical processing activities to support cargo requirements and providing sustaining engineering, maintenance and operations for Flight Crew Equipment (FCE), Environmental and Control Life Support (ECLS), and Crew Health Care System (CHeCS). CMC4 also develops, fabricates, and certifies hardware as required to execute contract scope. Integration with International Partners and Commercial Visiting and Exploration Vehicles (including Soyuz, Progress, HTV-X, Gateway Logistics Module, HLS providers), Commercial Resupply Services (CRS), U.S. Crew Vehicle (USCV), as well as the Orion Multi-Purpose Crew Vehicle (MPCV) is required to accomplish the required scope. The purpose of the ISS is to conduct physical, engineering, and life sciences research for the benefit of life on Earth and to advance exploration of our solar system and enable commerce in Space. NASA’s Orion spacecraft will serve as the exploration vehicle that will carry the crew to space, provide emergency abort capability, sustain the crew during the space travel, and provide safe re-entry from deep space return velocities. The HLS vehicle will serve as an exploration vehicle that will carry crew to and from the lunar surface. The Gateway space station will be an outpost orbiting the Moon that provides vital support for a sustainable, long-term human return to the lunar surface, as well as a staging point for deep space exploration.”

Current Incumbent:

The following incumbent contract resulted from Solicitation NNJ16591116R:

Contract 80JSC017C0015 to Leidos for $158,992,572.00 on September 15, 2017  with a Estimated Ultimate Completion Date as  September 30, 2024 titled “International Space Station Program’s Cargo Mission Contract 3”

The Total of all posted contract actions to date for this contract is $198,201,206.77.  There is a total of 158 posted actions which includes the initial award. There was a total of 3 proposals submitted based on the Solicitation that led to this award.

FPDS Search

USASpending.gov Record

The most recent contract posting was Modification P00157 on December 06, 2023. This was a Supplemental Agreement for Work Within Scope for the current contract. This modification added $39,407.00 to the contract bringing the Base and All Options value to $323,987,853.99.

Modification Entry

Prior Incumbent (As identified at the time of posting):

The following incumbent contract resulted from Solicitation NNJ09ZBG003R:

2010 Contract NNJ10GA35C to Lockheed Martin Corporation for $171,109,467.00 on December 03, 2010 for “CARGO MISSION CONTRACT (CMC2)”.

FPDS Search

The following incumbent contract resulted from Solicitation: 9BG38280PA:

2003 Contract NNJ04AA03C to Lockheed Martin Corporation for $176,640,242.00 on November 05, 2005 titled “ISS CARGO MISSION CONTRACT (CMC)”.

Artificial Intelligence Applications Answer:

Microsoft Bing Response:

NASA’s Cargo Mission Contract 4 (CMC4) is a contract that provides the International Space Station (ISS) and Exploration Programs with logistical, depot, and engineering services to enable analytical and physical processing activities to support cargo requirements, hardware/software development, and sustaining engineering for NASA Human Spaceflight Programs The contract has a potential ceiling value of $100 million and will cover engineering, maintenance and operations support for flight crew equipment and other hardware and support services for the International Space Station and Artemis Exploration Programs The contract was planned to start on December 14, 2023.

Google Bard Response:

Overview:

  • CMC4 is a planned contract to support cargo logistics, engineering, and operations for NASA’s human spaceflight programs.
  • It will cover both the International Space Station (ISS) and Artemis Exploration Programs.
  • The potential ceiling value is $100 million.
  • The contract is expected to begin in June 2024.

Key functions of CMC4:

  • Analytical and physical processing activities: This includes packing and unpacking cargo, verifying its suitability for space travel, and developing efficient methods for cargo transportation.
  • Hardware/software development: Maintaining and potentially improving existing hardware and software related to cargo operations.
  • Sustaining engineering: Providing ongoing maintenance and support for flight crew equipment and other hardware involved in cargo missions.
  • Logistical and depot services: Managing the storage, transport, and delivery of cargo to and from the ISS and Artemis missions.

Current status (as of December 14, 2023):

  • The Request for Proposal (RFP) was released on December 14, 2023.
  • Offerors have until January 23, 2024, to submit their proposals.
  • A pre-proposal conference is scheduled for December 20, 2023.
  • The contract is expected to be awarded in June 2024.

Additional resources:

The information provided in this Federal Government Contracting Opportunity was obtained through open research utilizing open Federal Government procurement websites.  The information must be accessible to all in order to appear in this information piece.

March ARB, CA Base Operations & Support (BOS) Services

The current Federal Business Opportunity (FA4664-24-R-0001) under NAICS: 561210 is for the upcoming iteration of this contract March ARB, CA Base Operations & Support (BOS) Services. Contracts have been awarded procuring these services starting in 2005.  The contracting process started with an A-76 study in 2003. The procurement is out of the Department of Defense (DOD), Department of the Air Force (USAF), and Air Force Reserve Command (AFRC).  This procurement is out of the 87th Force Support Squadron (FA4664 452 MSG PK). The Pre-Solicitation Notice is listed as a Service-Disabled Veteran-Owend Small Business (SDVOSB) Set-Aside. The Place of Performance is March Air Reserve Base (ARB).

The resulting contract will consist of a 60-day phase-in period, a 12-month basic period, four (4) one-year contract periods, and a six (6) months option period IAW FAR 52.217-8 and 52.217-9 that may be exercised at the discretion of the Government.

Current FA448424RFI10242023 Sources Sought Notice (sam.gov)

  • Posted: December 5, 2023
  • Pre-Solicitation Response Date: January 04, 2024
  • Projected RFP Release: March 1, 2023 (My estimate)
  • Anticipated Contract Award Date: October 16, 2024

Point of Contact:

Primary point of contact (POC): Mr. Jon D. Aaron, Contracting Officer, Phone (951) 655-3724, e-mail: jon.aaron@us.af.mil.

Scope:

March Air Reserve Base, CA has a requirement to manage and operate the Base Operations & Support (BOS) Services located at March ARB, CA.  The project scope is a service requirement to perform services in multiple functions including Materiel Management, Ground Transportation and Vehicle Management, Traffic Management, Real Property Maintenance, and Fuels Management.  This contract will be subject to the Service Contract Labor Standards and Construction Wage Rate Requirements.

Current Incumbent:

The following incumbent contract resulted from Solicitation FA4664-20-R-9999:

Contract FA4664-20-C-0008 to Criterion Corporation for $7,487,050.88 on December 19, 2019 with a Estimated Ultimate Completion Date as December 31, 2020.

The Total of all posted contract actions to date for this contract is $38,933,921.63.  There is a total of 26 posted actions which includes the initial award. There was a total of 3 proposals submitted based on the Solicitation that led to this award.

FPDS Search

USASpending.gov Record

The most recent contract posting was Modification P00025 on June 30, 2023. This was Exercise an Option for the current contract. The listed Description of the Requirement is “Exercise of Option Period VI for BOS contract at March ARB.”  This modification added $6,038,394.34 to the contract bringing the Base and All Options value to $38,942,620.99.

Modification Entry

There was a Justification & Approval posted to the 2020 Solicitation that awarded a short-term contract to provide time for the procurement that resulted in the current incumbent award.  The limited competition five vendors (in alphabetical order) are as follows:

  • Criterion Corporation
  • Data Monitor Systems, Inc. (DMS)
  • Onvoi Global Services (OGS)
  • Pegasus Support Services LLC
  • Phoenix Management Inc.

Prior Incumbent (As identified at the time of posting):

The following incumbent contract resulted from Solicitation FA4664-10-R-0005:

2011 Contract FA4664-11-C-1001 to Satellite Services, Inc for $46,671,385.52 on April 22, 2011 for “Base Operational Services at March ARB CA”.

2005 Contract FA4664-05-C-0001 to Satellite Services, Inc for $57,569,527.72 on January 12, 2005.

There was an A-76 Study performed in 2003 to evaluate taking these services to a contracted procurement from a Government-furnished service under Solicitation: F09634-03-R-0001

 

Artificial Intelligence Applications Answer:

Microsoft Bing Response:

The March Air Reserve Base is located in Riverside County, California, and is home to the 452d Air Mobility Wing1. The 452d Operational Contracting Office manages all contracts for minor construction, services, supplies, and other base day-to-day operational support requirements at the March Air Reserve Base12.

I found a detailed description of the contracting office on the official website of the March Air Reserve Base. The website states that the 452nd Contracting Office does not invite or hold meetings with any vendor and most of the supplies for the base are purchased with government purchase cards though mandatory sources such as UNICOR and GSA1.

  1. march.afrc.af.mil2. defensestudies.net3. airforce-technology.com4. acq.osd.mil

Google Bard Response:

The Base Operations and Support (BOS) Services contract at March Air Reserve Base (March ARB) is a large and complex contract that provides a variety of services to the base, including:

  • Supply
  • Vehicle operations and maintenance
  • Traffic management
  • Real property maintenance
  • Fuels management
  • Airfield management

The BOS contract is currently held by Criterion Corp., which was awarded the contract in December 2019. The contract is for a five-year period, with a potential for two one-year extensions. The total value of the contract is $554.6 million.

Here are some of the key features of the BOS contract:

  • The contract is a performance-based contract, which means that Criterion Corp. is paid based on its performance in meeting the contract requirements.
  • The contract includes a small business subcontracting clause, which requires Criterion Corp. to subcontract at least 50% of the work to small businesses.
  • The contract includes a labor standards clause, which requires Criterion Corp. to pay its employees prevailing wages and benefits.

The BOS contract is an important part of the operation of March ARB. It helps to ensure that the base has the resources it needs to carry out its mission.

Here are some of the sources that I used to find information about the BOS contract:

https://www.march.afrc.af.mil/Units/Contracting-Office/

 

The information provided in this Federal Government Contracting Opportunity was obtained through open research utilizing open Federal Government procurement websites.  The information must be accessible to all in order to appear in this information piece.

Full Food Service and Dining Facility Attendant Services for Dining Facilities (Dix area) of Joint Base McGuire-Dix-Lakehurst, NJ (Fort Dix Full Food Services), 87th Force Support Squadron

The current Federal Business Opportunity (FA448424RFI10242023) under NAICS: 722310 is for the upcoming second iteration of this contract Full Food Service and Dining Facility Attendant Services for Dining Facilities (Dix area) of Joint Base McGuire-Dix-Lakehurst, NJ.  The procurement is out of the Department of Defense (DOD), Department of the Air Force (USAF), and Air Mobility Command (AMC).  This procurement is out of the 87th Force Support Squadron (FA4484 87 CONS PK). The Sources Sought Notice does not list any Set-Aside information. The Place of Performance is Joint Base McGuire-Dix-Lakehurst, NJ area.

Per FPDS, the period of performance start date is listed as 09/01/2020 and the last date to order is 08/31/2025. There has been one posting related to the current procurement,

Current FA448424RFI10242023 Sources Sought Notice (sam.gov)

  • Posted: October 25, 2023
  • RFI Response Date: November 27, 2023
  • Projected RFP Release: August 31, 2023
  • Anticipated Contract Start Date: September 1, 2025

Point of Contact:

Primary POC: Mary Ann Coventry, mary.a.coventry@usace.army.mil, 217-7774-3951 x.7020

Scope:

The 87th Force Support Squadron requires a full food service for the dining facilities in the Dix area of Joint Base McGuire-Dix-Lakehurst, NJ. This requirement is to support the Full Food Service, Dining Facility Attendant Services, and remote site feeding requirements at designated Dining Facilities. The Contractor shall provide quality services in support of the installation food service program supporting the warfighter with flexible, efficient, and cost-effective services through management innovations and the use of industry best practices, where applicable, while ensuring compliance with all applicable laws, and rules, and regulations. These services shall be performed in buildings 5509, 5517, 5555, 5610, 5640, 5904, and 5986. Non-recreation season (winter) (November-March): Approximately 2, 4-yard dumpsters serviced twice a week

Current Incumbent:

The following incumbent contract resulted from Solicitation FA4484-19-R-A003:

Contract FA4484-20-D-0011 to New Jersey Department of Human Services for $57,806,700.00 on July 29, 2020 with a Last Date to Order listed as August 31, 2025.

The Total of all posted contract actions to date for this contract is $17,187,189.  There is a total of 31 posted actions which includes the initial award.

The Individual Order / Call Limit is $11,561,340.00.  There was a total of 8 proposals submitted based on the Solicitation that led to this award.

FPDS Search

USASpending.gov Record

The most recent contract posting was Modification P00011 on August 09,2023. This was Exercise an Option for the current contract. The listed Description of Requirement is “Dix Food Service – Exercise Option Year 3.”  This modification added $62,954,925.00 to the contract bringing the Base and All Options value to $188,864,775.00

Modification Entry

Possible Related Contracts:

2014 Contract FA4484-14-D-0007 to KCA Corporation. for $6,326,763.00 on February 27, 2014 to “Operate Dining Facility 5610”. Resulted from Solicitation FA4484-14-R-0007

2007 Contract awarded to Eberle Services LLC

2007 Contract W911S1-07-C-0010 awarded to NJ Commission for the Blind on April 1, 2007 under Solicitation W911S1-07-R-0003.

2001 Contract DAKF29-02-C-0016 awarded to NJ Commission for the Blind and Visually Impaired  on  January 24, 2021 under Solicitation DAKF29-01-R-0001

Artificial Intelligence Applications Answer:

ChatGPT (v. 3.5) Response:

Fort Dix offers Full Food Service and Dining Facility Attendant Services at various dining facilities on the base, including Halvorsen Hall Dining Facility. These facilities serve breakfast, lunch, and dinner with a variety of favorites, including options like Big City Grille and Super Sonic Subs[1]. Job opportunities related to Dining Facility Management are also available at Fort Dix, as evident from job listings for Dining Facility Manager positions[2].

The government occasionally issues contracts for Full Food Service at Fort Dix, involving tasks such as dining facility management, menu planning, and other related services[3]. Additionally, there are sources sought notices for Dining Facility Attendant Services contracts at Fort Dix, where the government seeks contractors for services like cashier duties and dining facility cleaning[4].

A new and improved dining facility opened at Joint Base McGuire-Dix-Lakehurst, serving service members with operational excellence[5].

🌐 Sources

  1. com – Halvorsen Hall Dining Facility
  2. com – Dining Facility Manager Jobs
  3. com – Dix Full Food Service
  4. com – Dining Facility Attendant Services 6 months
  5. jb.mil – New, improved dining facility opens at MDL

Google Bard Response:

Full Food Service and Dining Facility Attendant Services at Fort Dix are provided by the 87th Force Support Squadron’s Food Services Flight. The Food Services Flight operates six dining facilities on Fort Dix, including:

  • Halverson Hall Dining Facility: This is the main dining facility on Fort Dix, serving breakfast, lunch, and dinner to military personnel, their families, and civilian employees.
  • The Eatery: This is a fast-casual dining facility that offers a variety of sandwiches, salads, and wraps.
  • Big City Grille: This is a casual dining facility that offers a menu of American cuisine.
  • Super Sonic Subs: This is a submarine sandwich shop.
  • Ciao Pizza: This is a pizzeria that offers a variety of pizzas, salads, and pasta dishes.
  • Restaurant Rotation: This is a program that offers a variety of meals from different restaurants on Fort Dix each week.

In addition to operating dining facilities, the Food Services Flight also provides catering services for events on Fort Dix.

The Food Services Flight is committed to providing high-quality food and service to the Fort Dix community. All dining facilities are inspected by the Army Public Health Command and are required to meet strict food safety standards. The Food Services Flight also conducts regular training for its employees to ensure that they are up-to-date on food safety practices.

 

 

The information provided in this Federal Government Contracting Opportunity was obtained through open research utilizing open Federal Government procurement websites.  The information must be accessible to all in order to appear in this information piece.