Federal contract awards in georgia september 2016



Download 363.01 Kb.
Page2/7
Date17.08.2017
Size363.01 Kb.
#33932
1   2   3   4   5   6   7

Road, Room 3000 Atlanta GA 30341-4146


OUTREACH ID Number: 160908-1804AWARDS

C -- Architect-Engineer Services IDIQ 2016N17762 Natasha Y Rowland,

Phone 770-488-2601, Fax 770-488-2671, Email hee5@cdc.gov - Julio E

Lopez, Lead Contract Specialist, Phone 404-639-6401, Fax 404-639-8095,

Email ftg4@cdc.gov 200-2016-90402 Aggregate total $25,000,000.00

090116 0001-0005 Working Buildings, LLC, 1230 Peachtree Street NE,

Suite 300, Atlanta, GA 30309-3565 US

URL: https://www.fbo.gov/spg/HHS/CDCP/PGOA/Awards/200-2016-90402.html


---------------

Department of Health and Human Services, Centers for Disease Control and

Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine

Road, Room 3000 Atlanta GA 30341-4146


OUTREACH ID Number: 160908-1805AWARDS

C -- Architect-Engineer Services IDIQ 2016N17762 Natasha Y Rowland,

Phone 770-488-2601, Fax 770-488-2671, Email hee5@cdc.gov - Julio E

Lopez, Lead Contract Specialist, Phone 404-639-6401, Fax 404-639-8095,

Email ftg4@cdc.gov 200-2016-90403 Aggregate total $25,000,000.00

090116 0001-0005 Toland & Mizell Architects, Inc., 590 Means Street

NW, Suite 200, Atlanta, GA 30318-5799 US

URL: https://www.fbo.gov/spg/HHS/CDCP/PGOA/Awards/200-2016-90403.html

---------------

Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins

AFB, SOF/PR - FIXED WING & ENG SUPPORT; 235 BYRON ST STE 19A;BLDG 300

CML PHN 478 926 2208; ROBINS AFB; GA; 31098-1670


OUTREACH ID Number: 160908-1860AWARDS

R--Professional, Administrative and Management Support Services

Patrick J Virgilio, Phone 478-222-0442, Fax 478-926-3360, Email

Patrick.Virgilio@robins.af.mil FA8509-12-G-0001-000129 $0 090716

CORPORATION OF MERCER UNIVERSITY, T,135 OSIGIAN BLVD,WARNER ROBINS GA

31088-7810 No Description Provided

URL:

https://www.fbo.gov/spg/USAF/AFMC/WRALC/Awards/FA8509-12-G-0001-000129.html


---------------

Department of the Army, FedBid, FedBid.com -- for Department of Army

procurements only, PO Box 105095, Ft Irwin, CA 92310
OUTREACH ID Number: 160908-2171AWARDS

71--Office Furniture W9124B-16-Q-3057 Name: Client Services, Title:

Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email:

Clientservices@fedbid.com; 0010893057-0002 $14,579.63 090716 ALL

INTERIOR SPACE CONSULTANTS [DUNS: 130534824],2120 Enclave Mill

Dr.,Dacula GA 30019 No Description Provided

URL: https://www.fbo.gov/notices/ccfbe27abf8e05bd91652183d6b4d978
---------------

Department of Veterans Affairs, VA Technology Acquisition Center, VA

Technology Acquisition Center, Department of Veterans Affairs;Technology

Acquisition Center;23 Christopher Way;Eatontown NJ 07724


OUTREACH ID Number: 160909-1194AWARDS

D--NB_NB_Region 2 and Region 3 (SMO & WGA) Tier 2 and 3 Storage

VA11816Q1580 Amy Schmalzigan Amy.Schmalzigan@va.gov
href="mailto:amy.schmalzigan@va.gov">amy.schmalzigan@va.gov

NNG15SD26B VA118-16-F-1385 $3,781,174.62 090816 THUNDERCAT

TECHNOLOGY, LLC;1925 ISAAC NEWTON SQ STE 180;RESTON;VA;20190 On

September 8, 2016, the Technology Acquisition Center awarded Delivery

Order VA118-16-F-1385 under the terms and conditions of National

Aeronautics and Space Administration (NASA) Solutions for

Enterprise-Wide Procurement (SEWP) V contract NNG15SD26B with ThunderCat

Technology (ThunderCat), located at 1925 Isaac Newton Square Suite 180,

Reston, VA 20190. ThunderCat will be providing NetApp hardware,

software, installation and configuration services, and associated

maintenance support services. The period of performance shall be 12

months from date of delivery, plus two option periods for maintenance

support. Installation, configuration and implementation at both sites

shall be completed within 90 days of award, the total order value of

$4,431,018.82

?

JUSTIFICATION



FOR AN EXCEPTION TO FAIR OPPORTUNITY

1. Contracting Activity: Department of Veterans Affairs (VA)

Office of Acquisition

Operations

Technology Acquisition Center

23 Christopher Way

Eatontown, NJ 07724

2. Description of Action: The proposed action is for a firm-fixed

price delivery order (DO) under the National Aeronautics and Space

Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) V

Government-Wide Acquisition Contract (GWAC) for brand name NetApp

hardware, software, installation and configuration services, and

associated maintenance support services.

3. Description of the Supplies or Services: VA, Office of Information

and Technology (OI&T), Service Delivery and Engineering (SDE),

Enterprise Operations and its National Data Center Program have a

requirement for NetApp hardware, software, installation and

configuration services, and associated maintenance support services to

augment the existing storage infrastructure located at data centers

supporting Regions 2 and 3. This hardware, software, installation and

configuration services, and associated maintenance support services is

required to address additional storage capacity needs for Veterans

Information Systems and Technology Architecture (VistA) system support

throughout each Region. This effort requires the acquisition of NetApp

hardware, specifically two NetApp All-Flash Fabric-Attached Storage 8060

high availability storage systems, eight NetApp DS2246 disk shelves each

populated with 24 3.8TB solid state drives, related accessories, 258

software, installation and configuration services, along with 12 months

of maintenance and support which will be used to augment and expand the

existing Region 2 VistA application Tier 1 and Tier 2 NetApp storage

systems located in Defense Information Systems Agency (DISA) Defense

Enterprise Computing Center (DECC) in St. Louis, Missouri. The effort

also includes the same configuration and service requirements to

augment, expand and support the existing Region 3 VistA application

Tier 1 and Tier 2 NetApp storage systems located in DISA DECC in Warner

Robins, Georgia. Delivery of hardware and software is required within

30 days of award. The period of performance shall be 12 months from

date of delivery, plus two option periods for maintenance support , if

exercised. Installation, configuration and implementation at both sites

shall be completed within 90 days of award.

4. Statutory Authority: The statutory authority permitting this

exception to fair opportunity is 41 U.S.C. 4106(c)(2) as implemented by

Federal Acquisition Regulation (FAR) 16.505(b)(2)(i)(B), entitled "Only

one awardee is capable of providing the supplies or services required at

the level of quality required because the supplies or services ordered

are unique or highly specialized."

5. Rationale Supporting Use of Authority Cited Above: Based on market

research, as described in section eight of this justification, it was

determined that limited competition is viable among authorized resellers

of the required NetApp hardware, software, installation and

configuration services, and associated maintenance services. The

existing Region 2 and Region 3 VistA application storage infrastructure

is currently based solely upon NetApp Fabric Attached Storage systems.

No other parts/items can meet VA's form fit and function requirements.

The required NetApp hardware, software, installation and configuration

services, and associated maintenance support services will augment the

performance and capacity of the current NetApp storage system by adding

faster controllers, which are a VA functional requirement and replacing

older and smaller disk drives to support greater workload processing and

archiving within the existing NetApp system.

As this is an expansion of an existing NetApp storage system to support

existing and additional new storage workload, only NetApp hardware and

software is compatible with the existing infrastructure. Other vendor

storage controllers and disk shelves are not compatible as each vendor

has their own proprietary hardware and software in providing storage and

therefore would not integrate with the currently fielded Region 2 and

Region 3 NetApp VistA application hardware and software. Additionally,

no other cluster interconnection hardware is interoperable or compatible

with the currently fielded Region 2 and Region 3 VistA application

NetApp storage systems and NetApp Data ONTAP Operating System software.

If VA were to utilize any other brand name hardware and software, it

would not communicate in the current infrastructure due to the

proprietary constraints. No other brand name can provide the

installation or services due to the proprietary nature of this effort.

Procuring this requirement under one DO action for the delivery,

deployment, and configuration of the NetApp items is the only low risk

approach to ensure for the successful completion of the existing storage

infrastructure.

6. Efforts to Obtain Competition: Market research was conducted,

details of which are in the market research paragraph of this document.

This effort did not yield any additional sources that can meet the

Government's requirements. It was determined however, that limited

competition is viable among authorized resellers for the required brand

name NetApp hardware, software, installation, configuration and

maintenance support. In accordance with FAR 5.301 and

16.505(b)(2)(ii)(D), the award notice for this action will be synopsized

and this justification will be made publicly available on the Federal

Business Opportunities Page within 14 days of award of the order.

Additionally, in accordance with FAR 16.505(a)(4)(iii)(A)(2), this

justification will be provided with the Request for Quote to NASA SEWP V

GWAC holders.

7. Actions to Increase Competition: The Government will continue to

conduct market research to ascertain if there are changes in the market

place that would enable future actions to be competed. VA storage

functional area Subject Matter Experts regularly review industry trade

publications and conduct internet research to ascertain if any other

brand name hardware, software, and maintenance support is available to

meet the requirements described herein.

8. Market Research: Market research was conducted by the Government's

technical experts in March 2016 by reviewing other similar products and

services, such as storage controllers and disk shelves. Specifically,

the Government's technical experts conducted web-based research on web

sites of vendors including Hewlett Packard (HP), EMC, and Hitachi.

Based upon reviews of these products, the Government's technical experts

determined that none of these products can meet the Government's

functionality, interoperability and compatibility requirements with the

existing NetApp infrastructure discussed in section five above. Each

vendor has their own proprietary hardware and software in providing

storage and therefore would not integrate with the currently fielded

Region 2 and Region 3 VistA application NetApp hardware and software.

Additionally, no other cluster interconnection hardware is interoperable

or compatible with the currently fielded Region 2 and Region 3 VistA

application NetApp storage systems and NetApp Data ONTAP Operating

System software. No other storage solutions can seamlessly integrate

into the current NetApp infrastructure as they are not interoperable or

compatible. Additionally, as stated above in section five, only NetApp

or an authorized reseller can provide the required hardware, software,

installation, configuration and maintenance support. The Government's

technical experts have determined that only NetApp brand name hardware,

software, installation, configuration and maintenance support can meet

all of VA's needs.

Additional market research was conducted in August 2016 by utilizing the

NASA SEWP Provider Lookup tool to determine whether the brand name

NetApp hardware, software and support is available from NASA SEWP V GWAC

holders. It was determined that there are several resellers of brand

name NetApp products and offerings that hold current GWACs such that

limited competition is anticipated.

9. Other Facts: None.

URL: https://www.fbo.gov/notices/47fe1a6af5990a04fba13fca7de421e8
---------------

Defense Logistics Agency, DLA Acquisition Locations, DLA Land and

Maritime - BSM, DLA LAND AND MARITIME LSO COMBAT VEHICLES AND ARMAMENT

PO BOX 3990 COLUMBUS OH 43218-3990 USA

OUTREACH ID Number: 160909-1353AWARDS

29--FILTER ELEMENT,FLUI SPE7L416T6196 Georgia Shirey614-692-4756


href="mailto:georgia.shirey@dla.mil">georgia.shirey@dla.mil

SPE7L416V2075 $76908.00 090816 0001 MOTOR SERVICES HUGO STAMP, INC.

3190 SW 4TH AVE FORT LAUDERDALE 33315-3017 US No Description Provided

URL: https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/Awards/SPE7L416V2075.html


---------------

Department of the Army, U.S. Army Corps of Engineers, USACE District,

St. Paul, Attn: CEMVP-CT 180 East Fifth Street St. Paul MN 55101-1678
OUTREACH ID Number: 160909-1373AWARDS

38 -- Brush cutter attachment for Bobcat Skid-steer W912ES-16-T-0114

Laura D. Nabity, Contract Specialist , Phone 651-290-5406, Fax

651-290-5706, Email laura.d.nabity@usace.army.mil W912ES-16-P-0126

$6,018.60 090816 Kipper Tool Company, 2375 Murphy Blvd, Gainesville,

GA 30504-6001 US

URL:

https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-16-T-0114/listing.html


---------------

General Services Administration, Federal Acquisition Service (FAS),

Center for IT Schedule Operations (QTFA),
OUTREACH ID Number: 160909-1524AWARDS

70 -- General Purpose Commercial Information Technology Equipment,

Software and Services FCIS-JB-980001-B Charlotte A. Jennings

703-605-2719 GS35F493DA $1,900,000 090816 132 51 ORYZA GROUP,

L.L.C., THE 8338 OFFICE PARK DR DOUGLASVILLE GA USA 30134-6937 No

Description Provided

URL: https://www.fbo.gov/notices/8735f750120451f73a8701563a0037bc
---------------

Department of the Navy, Office of Naval Research, ONR, Office of Naval

Research (BD253) Russelle Dunson (703) 696-8375 russelle.dunson@navy.mil

875 N. Randolph Street Arlington VA 22203-1995


OUTREACH ID Number: 160910-0895AWARDS

A--GEORGIA TECH APPLIES RESEARCH CORPORATION Dunson, Russelle

N00014-16-C-3069 $259,986.00 090916 GEORGIA TECH APPLIED RESEARCH

CORPORATION GEORGIA INSTITUTE OF TECHNOLOGY OFFICE OF SPONSORED PROGRAMS

ATLANTA GA 30318 USA IGF::CT::IGF

URL: https://www.fbo.gov/spg/DON/ONR/ONR/Awards/N00014-16-C-3069.html


---------------

Department of the Navy, Naval Facilities Engineering Command, NAVFAC

MID-ATLANTIC FEAD MCLB Albany, N40085 NAVFAC Mid-Atlantic, FEAD MCLB

ALBANY 5500 Walker Ave Albany, GA


OUTREACH ID Number: 160910-1017AWARDS

Z--8a Sole source Award N4008516R7710 Oliver Fernandez 347 266 8265

mailto:amy.k.bryant@navy.mil">3010 award Notice

n4008516c7710 $1664121 090816 MCKENZIE CONSTRUCTION AND SITE

DEVELOPMENT LLC (DUNS 809882421) 29162 CHAPEL PARK DRIVE, WESLEY CHAPEL

PASCO FLORIDA 33543 DESIGN BUILD ENERBY RENOVATIONS TO BUILDING 3010,

MARINE CORPS LOGISTICE BASE, ALBANY GEORGIA

This project is to renovate building 3010 to generate energy savings

through improved design and technology and to promote improved

operations and efficiencies for the units currently residing in the

building.

URL: https://www.fbo.gov/notices/25f42ffe16e0b22e010aa24d8f7dbeb7


---------------

General Services Administration, Public Buildings Service (PBS), Mtn

Plains Svs Center, Montana Field Office (8PSMWM), Paul G. Hatfield U.S.

Courthouse 901 Front Street Suite 2300 Helena MT 59626-0094


OUTREACH ID Number: 160910-1019AWARDS

Z -- Electrial (Transformers) Project - Bozeman FB/PO, MT

GS08P16VGC7001 Shawna Horvath, Contracting Officer, Phone 406-441-1260

x2, Fax 406-441-1269, Email shawna.horvath@gsa.gov GS08P16VGC7003

$421,445.00 090916 ATS Electrical Enterprises, Inc., 1008 Pine Valley

Road, Gainesville, GA 30501 US

URL: https://www.fbo.gov/spg/GSA/PBS/8PMPM/Awards/GS08P16VGC7003.html
---------------

Department of Homeland Security, Federal Emergency Management Agency,

Acquisition Operations Division (AOD), 500 C Street, Washington D.C., DC

20472
OUTREACH ID Number: 160910-1067AWARDS

23--EPA CERTIFIED YARD TRUCK HSFE40-16-Q-0032 Name: Client Services,

Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822,

Email: Clientservices@fedbid.com; HSFE40-16-J-0256 $117,999.89 090916

ALL AMERICAN MATERIAL HANDLING INC [DUNS: 782571574],3651 Mars Hill

Road, Watkinsville GA 30677 No Description Provided

URL:


https://www.fbo.gov/spg/DHS/FEMA/PP5-2/HSFE40-16-Q-0032/listing.html
---------------

Department of the Army, Army Contracting Command, ECC, 409th CSB

(W564KV) TCC-Kaiserslautern, KO DIRECTORATE OF CONTRACTING UNIT 23156

APO AE 1 09227


OUTREACH ID Number: 160910-1312AWARDS

99 -- Interpreter/Translator Services in Republic of Georgia

W564KV-16-R-0002 Kassandra N. Robinson, Contract Specilaist, Phone

3144835510, Email kassandra.n.robinson.mil@mail.mil - Thomas Lutz,

Contracting Officer, Phone 3144835190, Email thomas.r.lutz.mil@mail.mil

W564KV-16-C-0116 $460121.00 090716 C4ID, 2425 17th St. NW Apt 405,

Washington, DC 20009 US

URL: https://www.fbo.gov/notices/4d68bfbff76f85f1df52a6a3a736dbb4

---------------

Department of State, Office of Acquisitions, Acquisition Management,

1735 N. Lynn St. Arlington VA 22209
OUTREACH ID Number: 160911-0172AWARDS

72 -- custome carpet 103016bmd55 Linda L. Dinkel, Phone 7038756230,

Email DinkeLLL@state.gov SAQMMA16M1744 $33643.91 081816 Mohawk

Carpet Distribution, 160 S Industrial Blvd , Calhoun, GA 30701 US

URL:

---------------



Department of Justice, Federal Bureau of Investigation, Procurement

Section, 935 Pennsylvania Avenue, N.W. Washington DC 20535


OUTREACH ID Number: 160913-1197AWARDS

Y -- GLASS DOORS AND INSTALL FOR JACKSONVILLE DJF-16-3330-PR-0010392

David P. Yates, Contracting Officer, Phone 561-822-5929, Email

david.yates@ic.fbi.gov DJF-16-1200-P-0008492 $19,400.00 091216

SAPELO-NATIONAL INCORP., 131 STANDARD DR SUITE B, BLAIRSVILLE, GA 30512

US AWARDED BASED ON LOWEST PRICE TECHNICALLY ACCEPTABLE.

URL:

https://www.fbo.gov/spg/DOJ/FBI/PPMS1/DJF-16-3330-PR-0010392/listing.html



---------------

Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins

AFB, 215 Page Rd Robins AFB GA 31098-1611
OUTREACH ID Number: 160913-1201AWARDS

Z -- Contruct 1,950 Square foot addition to bldg 20131 F3QCCL6106A002

Joanna Whatley, Contract Specialist, Phone 4784680497, Email

joanna.whatley@us.af.mil - Angela D Whitley, Contract Officer, Phone

478-926-7989, Fax 478-926-4641, Email angela.whitley@us.af.mil

FA8501-16-C-0026 $ 375,272.86 091116 Indigo Blue Construction, 235

Peachtree Street NE Ste. 400 , Atlanta, GA 30308 US

URL: https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QCCL6106A002/listing.html


---------------

Department of the Air Force, Air Force Materiel Command, AFRL/RIK -

Rome , 26 Electronic Parkway Rome NY 13441-4514
OUTREACH ID Number: 160913-1403AWARDS

66 -- Outdoor Microphone Array FA8751-16-Q-0490 Jenna A. Tarbania,

Phone 315-330-2260, Email Jenna.Tarbania@us.af.mil FA8751-16-F-A028

$59,829.84 091216 0001-0003 Bruel & Kjaer North America Inc., 2815-A

Colonnades Ct, Norcross, GA 30071 US

URL:


https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-16-Q-0490/listing.html

---------------

Department of the Army, U.S. Army Corps of Engineers, USACE District,

Baltimore, 10 South Howard Street Baltimore MD 21203


OUTREACH ID Number: 160914-0973AWARDS

C -- Multi-Discipline A/E Contract for the Master Planning Program

W912DR-15-R-0017 Linda Evans, Contract Specialist, Phone 410-962-3710,

Email Linda.Evans@usace.army.mil - Robert A. Wood, Contract Officer,

Phone 410-962-0155, Email robert.a.wood@usace.army.mil W912DR-16-D-0014

$10,000,000.00 NTE 090216 Alliance Consulting Group, International

LLC, 107 S. West Street, Suite 552 , Alexandria, VA 22314 US Three (3)

Multiple Award Indefinite Delivery Indefinite Quantity- Five (5) Year

Contracts with $10 Million Capacity, for each Contractor.

W912DR-16-D-0015 Klavon Design Associates, Inc. 48 S. 15th Street

Pittsburg, Pennsylvania 15203-1525 W912DR-16-D-0016 John Gallup and

Associates, LLC 3225 Shallowford Road, Suite 830 Marietta, Georgia

30062-7028

URL: https://www.fbo.gov/spg/USA/COE/DACA31/Awards/W912DR-16-D-0014.html


---------------

Department of the Navy, Naval Facilities Engineering Command, NAVFAC

Southeast, ROICC Kings Bay, N69450 NAVFAC Southeast, Kings Bay 910 USS

Hunley NSB Kings Bay Kings Bay , GA


OUTREACH ID Number: 160914-1064AWARDS

X--Lease of 2-story Modular at NSB Kings Bay, GA N6945016R5027 ANDREW

L MILLER Contracting Officer NAVFAC SE - PWD Kings Bay Tel: (912)

573-1598 N69450-16-F-5027 $304,672 091316 0001 Sustainable Modular

Management Inc. (DUNS 828659081) 7500 Dallas Parkway Plano, TX 75024

GSA FSS Small Business Set-Aside Competitive Award under SOL:

N69450-16-R-5027.

URL:


https://www.fbo.gov/spg/DON/NAVFAC/N69272G/Awards/N69450-16-F-5027.html
---------------

Defense Logistics Agency, DLA Acquisition Locations, DLA Land and

Maritime - BSM, DLA LAND AND MARITIME LAND SUPPLIER OPNS WHEELED

VEHICLES PO BOX 3990 COLUMBUS OH 43218-3990 USA


OUTREACH ID Number: 160914-1203AWARDS

28--PARTS KIT,PISTON AS SPE7L216T4737 Georgia Shirey614-692-4756


href="mailto:georgia.shirey@dla.mil">georgia.shirey@dla.mil

SPE7L216V2566 $90251.43 091316 0001 HDT VEHICLE COMPONENT SALES, INC

18207 CHISHOLM TRAIL - SUITE 214 HOUSTON 77060 No Description Provided

URL: https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPE7L216T4737/listing.html

---------------

Defense Logistics Agency, DLA Acquisition Locations, DLA Land and

Maritime - BSM, DLA LAND AND MARITIME LAND SUPPLIER OPNS WHEELED

VEHICLES PO BOX 3990 COLUMBUS OH 43218-3990 USA


OUTREACH ID Number: 160914-1207AWARDS

29--SUPPLEMENTARY KIT,E SPE7L216T4650 Georgia Shirey614-692-4756



Download 363.01 Kb.

Share with your friends:
1   2   3   4   5   6   7




The database is protected by copyright ©ininet.org 2024
send message

    Main page