Forecast Contract Opportunities
Transcript of Forecast Contract Opportunities
AAPNo NAICS Description
201170194 TBD - EAGLE
201169961 541690201169534 334413 EO/IR Camera for Rotor Wing Aircaft
201170082 236210 Tenant Improvement, Fort Lauderdale, FL201170081 236210 Fire Supression System, Aguadilla, PR201169497 236220 Marine Units Repairs, Boqueron, PR201170083 236210 Roof Replacement, Hammond, LA201169496 236210 Aircraft Hangar Repairs, Aguadilla, PR
201169991 561110
201170173 423990
201169992 423990
Provide janitorial and cleaning services to multiple CBP facilities located throughout Puerto Rico. Facilities are located in San Juan, Guaynabo, Carolina, Ponce, Mayaguez, Fajardo and Aguadilla.
CBP OAM must maintain an aggressive engineering and sustainment program that addresses current and future air worthiness and sensor performance. This program is supported by a number of technical and programmatic activities that require subject matter expertise, air space engineering, and marine technical engineering support in a broad range of disciplines.
Contractor Personnel services support: Provide site lead guidance and support in the field of property management, logistics management, administrative support, procurement support to the SOG Contracting Officers Technical Representative (COTR), and logistics support to the SOG Fleet Program and support of the SOG Property program.
41 EA ROLLOUT KITS 2010, 35 EA POWERHEART AED G3 W/TOOK KIT, 41 EA GPS 60CSX, AND 51 EACH BALLISTIC HELMETS: 30 MED/LGE AND 21 LG/XL
Durable supplies needed that comprise a basic roll-out kit for the SOG BORSTAR unit.
201169979 561720
201169986 561720
201169985 561720
201169948 811310
201169944 334512
(FY 2012) U.S. Border Patrol, Colville Station Custodial Services Delivery Address: To be determined: This is a new station-est projected completion date July 2012 Vendor/Source: To be determined: Justification: Start date and cost are to be determined (07/01/2012-03/31/2017) New Contract Base year plus 4 option years 07/01/2012-03/31/2017 - Est cost of $3000.00 per month. Includes Snow Removel, Grounds maintenance, and Pest Control. (Cost of living increase annually)
FY 2012 - U.S. Border Patrol, Bonners Ferry Station Custodial Services Delivery Address: To Be Determined. New Facility est completion date Jul 2012 Vendor: To be Determined New contract base year plus 4 option years 7/1/2012-03/31/2017 - Estimated $3000 monthly Actual cost plus cost of living increase annually
FY 2012 - U.S. Border Patrol, Oroville Station Custodial Services Delivery Address: To Be Determined. New Facility est completion date Jul 2012 Vendor: To be Determined New contract base year plus 4 option years 7/1/2012-03/31/2017 - Estimated $3000 monthly Actual cost plus cost of living increase annually
PREVENTIVE MAINTENANCE SERVICE CONTRACT FOR ALL DEL RIO SECTOR EMERGENCY BACK-UP GENERATORS. ESTABLISH SERVICE CONTRACT FOR PREVENTIVE MAINTENANCE
INSPECT, TEST AND CONDUCT PREVENTIVE MAINTENANCE FOR FIRE ALARM, SPRINKLER AND EXTINGUISHING SYSTEM AT U.S. BORDER PATROL FACILITIES WITH THE DEL RIO SECTOR.
201169706 812191
201169709 812191
201169708 812191
201170347 517210
201169832 333314
201169882 333314
201170333 561499
201170176 315999201169707 441221 ATVs needed for Border Patrol Stations
201169900 811310201170317 441221 4x4 ATV purchase- Tucson, AZ
201170291
201169746 236210 ADMINISTRATION BUILDING REPAIRS
201169747 238210
201169749 236210 Various Repairs to Hangar Facility
Kenneling of US Border Patrol Station Canines based out of the Detroit, Marysville, and Selfridge Michigan Stations. Services to be provided are accommodation, food and exercise
Kenneling Services for US Border Patrol Canines out of the Gibraltar Michigan Station. Services to be provided are accommodation, food and exercise
Kenneling of US Border Patrol Station Canines out of the Sault Ste Marie Michigan Station. Services to be provided are accommodation, food, and exercise
To procure dependable, high quality cellular telecommunication, data, and Blackberry wireless services.
Procurring GPS units for direction/navigation.
Procurrring equipment for Border Patrol Mobile Response Team.
Technical and Maintenance Support for Phone System
U.S. Armor Tatical Outer Carriers Ranger 500 Model Forest Green
Preventive maintenance and certification of 7 above ground fuel storage tanks in Swanton Sector (VT and NY)
Design and Install CCTV Secuirty system McAllem, Texas OAM. design and install required electrical to support GFM equiment. Design and install new air delivery system Hanger A
New Security/Surveillance System Installation
201169750 236220 MULTIPLE REPAIRS TO VARIOUS FACILITIES
201169743 236220 Various Repairs to Existing Facilities
201169993 236210
201169980 236220 Fire Alarm System Installation
201170352 517210
201170297 541620
201170294 541620
201169617 532420
201169620 561622
201169535 541611
201170068 541513
201169619 532420
1)Repaint interior walls 2) Replace carpet and vinyl tile 3) Miscellaneous tenant improvements @ new walls, doors and hardware, electrical outlets, air duct relocation
Blackberry service (domestic/international) for INA Headquarter Employees to begin 7/1/11 with four option years.
Re-vegetate Smuggler's Gulch per attached plan.
Purchase 4000 hours of environmental expertise to comply with the NEPA, ESA, NHPA, and CWA.
BPA to procure Rental furniture - Base year (04/01/2011 through 03/31/2012), Option year 1 (04/01/2011 through 03/31/2013), Option year 2 (04/01/2013 through 03/31/2014)
BPA for locksmith services for various NCRC Facilities
The Contractor shall provide support personnel with the specialized knowledge and skills to support FM&E in the areas of task management, budget life cycle and strategic planning, communications, budgetary/financial planning, and facilities program planning.
This procurement is for non-personal support services for facility communications and computer systems at the Financial Management Services Center (FMSC), Indianapolis, IN.
Payment of Brooke Furniture from 10/01/2010 to 03/31/2011
201169828 561210
201169817
201169876 922140
201169644 541512
201170177 339113
201169624 561492
Facility Operations and Maintenance Service Contract to include building and equipment maintenance, landscape maintenance, and janitorial services.
This is a request to compete for the purchase of High Security Bolt Seals. These seals are placed on inspected cargo containers after inspection for a CBP Officer.
The CBP Area Port of Pharr Office has a requirement for the detention of individuals waiting prosecution crossing the border from Mexico into the United States. The vendor shall be responsible for providing lodging accommodations to house the detainees until final prosecution determination is concluded.
Provide support to CBP's Land Border Integration PMO to acquire intellectual capital support in the areas of systems engineering support for deployment of passenger processing equipment, security and surveillance equipment and processes, operations research and planning, reporting, capital planning and investment analysis, and business process reengineering effort.
This request is to purchae Tactical Riot Helmet w/face shield & neck protector, Ballistic Helmet and Non-Ballistic Crowd Control Shields. The CO has the detailed descriptions of the helmets and shields.
This request is for C-TPAT to sponsor the 2011 Customs Trade Partnership Against Terrorism (C-TPAT Supply Chain Security training conference in New Orleans, LA from June 7 - 9, 2011. This request is for sleeping rooms, conference rooms, food, and audio visual.
201169864201170377 541611 TPSE - Net Backup ELA201170348 541611 Instructional Support PM Education201170383 541611 Off Site Tape Storage201170378 541611 Active Directory Tools201170372 541611 Enviornment Infrastructure Support201170386 541611 Modification to PO1011F00176201170385 541611 Red Hat Linux SW Renewal201170376 541611 EA Contract Support201170381 541611 Field ISSO Support201170387 541611 Microsoft True Up201170388 541611 Contract Support for IV&V Security201170380 541611 EDME Audit Support201170371 541611 Enterprise Manangement Monitoring201170384 541611 O&M Worklenz Hosting at EDS
201170018 541512201170287 541511 Off Site Tape Storage
201170041 541618
201169862 611430 Training support for TTSP branch for FY12
201169580 541511
201170228 238210
201170229 238210
201170218 238210
201170220 238210
201169776 541511
201169941 541511
201169488 541511 Software maintenance for ArcSight sofware.201169589 611430 GOES Bridge Contract - 2006-3558
Software Development and Operational Maintenance Support
Hardware and Software for ACE Production Cloud at DC2
COTHEN program operations and maintenance
Microsoft Structured Query Languange (MS SQL) software license. PR 20063318
Purchase and Installation of a new voice system - Georgia.
Purchase and installation of new voice equipment - Washington, DC metro area.
Purchase and installation of a voice system for a facility in Texas.
Purchase and installation of Voice Communications system - Florida.
Bridge contract for GOES contract/Help Desk
Cisco Smartnet software license maintenance.
201169954 541511
201169490 238210
201169486 238210
201169487 541511
201170199 541511
201170120 511210
201170393 511120 Annual maintenance for Proxy equipment.
201170185 334111
201170097 541511201169830 541511 Mopbikey Software maintenance
201170189 334290
201169485 334111
201170233 334119201169489 334111 IT equipment for various ARRA sites
Contract Support - Bridge contract - supplies/maintenance services equipment
Purchase/installation of new voice system in support of CBP - Boston Field Office, Boston MA
Purchase and install Avaya Telephone System in support of the new CBP Sentinel Square Facility located in Washington, DC
Renewal of software licenses for Enterasys software.
Hardware support / maintenance for Help Desk
Renewal of software licenses and maintenance support
Purchase of new computer workstations - Washington, DC area
The Customs and Border Protection (CBP), Office of Information Technology (OIT) is required to provide ArcSight-approved Consulting Services at the National Data Center (NDC) to support the on-going New ArcSight Buildout project.
New equipment (hardware) for intrusion detection and security prevention system (IDS/IPS) - Washington, DC area
Data equipment for Cruise Terminal #8 Vessel; Disney Magic and Wonder
IT Equipment (computers, printers, etc) for various locations in the NorthtWest (Washington, North Dakota, Montana).
201169861 334210
201169824 334611 Teneable Enterprise Software Maintenace201170259 335912 Procurement of 6 volt batteries
201170258 334220
201170101 541512
201170196 511210201170382 541519 Consulting Services
201170161 334119
To provide a new, up-to-date, and reliable network infrastructure in support of the BP mission to sites through-out the United States. Specifically, it is the intent to procure commercially available equipment and install this equipment at CBP locations in the US and one site in Canada.
Replacement parts for sensor system - Texas.
NAE Services to support the CBP Mission.. The architecture, design and maintenance of the network architecture supports the evolving applications demands by new technologies and processes.
SQLSVRENT ALNG LICSAPK MVL 1PROC (qnty 16) BZTLKSVRENT ALNG LICSAPK MVL 1PROC (qnty 4) OFFICESHAREPOINTSVR ALNG LICSAPK MVL (qnty 5) WINSVRDATACTR ALNG LICSAPK MVL 1PROC (qnty 24) VSTEAMDEV ALNG SASU MVL VSPROWMSDNPREM (VSULTIMATE) (qnty 50) VSPROWMSDNPREM ALNG SASU MVL VSPROWMSDNPRO (VSPREMIUM) (qnty 500)
• Brand Name or Equal of : (1) PowerVault MD 1220, Rackmount SAS, 24 Bay, Power Supply (224-7093) • Brand Name or Equal of: (1) PowerVault MD3200, RKMNT SAS, 12 Bay, Dual Controller (224-8254) • Brand Name or Equal of: (1) 6Gb SAS HBA, Dual Port, Cust Kit (342-0910) • Brand Name or Equal of: (150) Tower Workstations • Brand Name or Equal of: (50) 27†Monitors�
201170239 423430201170157 541519, (Footnote 18) C-TPAT support.
201170159 541519, (Footnote 18)
201169995 561621
201170267 334220
SAS Enterprise DI server SAS Enterprise BI server SAS Dataflux Integration Server Monitor SAS Dataflux dfPower Monitor SAS Dataflux dfPower Verify SAS Dataflux US Geocode SAS Dataflux USPS Address Verification Datapack SAS Dataflux Integration Server Verify SAS Dataflux World Datapack
Engineering and Management Support Services.
The Office of Information and Technology (OIT), Customs & Border Protection (CBP) seeks the services of a support contractor to provide Operations & Maintenance Logistics Management and Support Services to OIT offices. Typical tasks include complete 24 x 7 turnkey operations, maintenance and support services, base operations support (BOS), depot maintenance, preventative maintenance planning, fleet/property management and maintenance, maintenance and repair, integrated facility management and ops mgmt suppo
This requirement is for Ruggedized Router and enclosure equipment for the Customs and Border Protection (CBP) Office of Border Patrol, Houlton Sector. This procurement will be done through the National Space and Aeronautics Agency (NASA) Solutions Enteprise Wide Procurement (SEWP) Government Wide Acquisition Contract (GWAC).
201169869 541810
201170052 519130
201169536 611519
201169595 611710
201169591 517919
The Contractor shall provide public awareness services in the advertising and marketing areas to support the planning, development and implementation of campaigns, initiatives, and information programs identified in this Statement of Work (SOW) for U.S. Customs and Border Protection.
The Office of International Trade, CBP, has a requirement for online access to world import and export statistics broken down by country and Harmonized Tariff Schedule Number.
Driver Training facilities, equipment, and support services for conducting Law Enforcement Driver Training.
Support of computerized end-of-course evaluation system and customized surveys by administering a computerized evaluation system. Collect, process & report survey data including paper forms and on-line/web-based input. Process paper forms with OCR and scrub comments to eliminate any names.
Establish and maintain effective control of air, land, and maritime borders through the use of the appropriate mix of infrastructure, technology and personnel. A segment of the border between POEs is considered under effective control when CBP can simultaneously and consistently achieve the following: (1) detect illegal entries into the United States; (2) identify and classify these entries to determine the level of threat involved; (3) efficiently and effectively respond to these entries; and (4) bring ea
201170183 443120
201169579 541511
201169524 541511
201169598 561990
201169821 541213
201169599 561439
201170394 541990
201169690 541712
The purpose of this PR is to purchase IT related hardware and software for the SCIF at 131 M. Street.
GSA BPA competition for Enterprise IT Solutions for (1) Application Infrastructure; (2) Back-up adn Storage; (3) Security. Seven year Period of Performance.
AAP for ADOBE Enterprise License Agreement; Includes all FY11 calls
IV&V Contract for Executive Program Office, DHS OCIO
Data Center Two (2) Operations and maintenance (O&M) solutions, processes, and procedures necessary to sustain systems within the DHS Enterprise. This includes, but is not limited to, the following operational areas: Data Center, Help Desk and Field Support Services (e.g., Desk-side support and LAN Administration), Network and Security Operations, and Collaboration Services (e.g., E-mail, Voice, and Video Services). This functional category includes the full range of O&M solutions,
RUIO-11-ES092; exercise Option Year III for CCSI
Mechnical controls associated with Program Management and Security. On-going contract.
DHS Public Key Infrastructure (pkI).Program requires contractor support in development of PKI policy and guidance, and Subject MatterExpertise. Key functions include identification of strategies for implementation and expanding the utilization of PKI.
201169820 541213
201170368 541990
201169600 325992
201169583 811212
201169585 541513
201169582 541330
201169758 423430
DC1 Operations and maintenance (O&M) solutions, processes, and procedures necessary to sustain systems within the DHS Enterprise. This includes, but is not limited to, the following operational areas: Data Center, Help Desk and Field Support Services (e.g., Desk-side support and LAN Administration), Network and Security Operations, and Collaboration Services (e.g., E-mail, Voice, and Video Services). This functional category includes the full range of O&M solutions,
Lockheed Martin (LM) IT O&M Support Services Option Year 3 (12 months) task. The O&M support provided under this contract includes; network, intranet and internet access, IT infrastructure support, IT project management, applications delivery, wireless management, communications security (COMSEC), Continuity of Operations (COOP) planning and IT operations disaster management
Fund Option 1 for printer and copier toner, HSHQDC-10-J-00198.
UPS Warranty & Maintenance, First Source Competition; Basic plus four years.
Exercise Option 1 under To HSHQDC-10-J-00304 for Support Services for COMSEC COR
SETA BPA competition for engineering services and support to Wireless Services ASW and TechOps Projects;
Competitive buy for equipment supporting the Wireless Services Digital Mesh project to identify and deconge3st RF interference issues. May require minimal training.
201169641 511210
201169613 511191
201169983 541711201169640 541712 COTS Procurement201169637 541712 COTS Procurement201169639 541712 COTS PRocurement
201169643 541712201169646 541712 On-Dock Rail Straddle Portal Prototype
201169645 541712
The GMO is working to consolidate geospatial software and data purchases. An Enterprise License Agreement allows DHS components to order software, data, and maintenance from one contract.
The Department of Homeland Security (DHS) has broad and diverse missions related to emergency management, law enforcement and intelligence that are supported by geospatial information technologies. The GMO is the Departmental lead for the coordination of geospatial activities within DHS. The Geospatial Information Infrastructure (GII) is the Department’s common solution architecture for the enterprise geospatial segment administered by the DHS GMO. This project involves continual planning, monitoring, and
Domestic Nuclear Detection Office’s (DNDO) National Technical Nuclear Forensics Center (NTNFC) with a broad requirement to provide subject matter expertise. The scope of this effort is currently aligned under three primary efforts: 1) Assessments, Readiness and Program Planning and Execution; 2) Exercise/Operations, Training, Supporting Documentation, and SME Support: 3) Pre-Det Material/Pre-Det Weapon Program/Exercise/Operations Integration.
Helium 3 Neutron Detection Replacement Program
Helium 3 Neutron Detector Replacement Program
201170154 541512 Provide IT Field Support Covering Sites
201169834 561612
201169841 561612
201169638 561612
201169635 561612
201169636 561612
201169633 561612
201170049 561110201169804 541330 Engineering Support/expertise.
Security guard service for Oregon and Southern Washington providing secuirty at federal facilities.
Security guard service for Northern Washington providing security at federal facilities.
Armed PSO ( Guard ) services throughout the State of Virginia (Norfolk, Richmond, & Roanoke), PSO will perform accesss control , patrol & response , Magnetometr and xray operations and other routine PSO duties on federal property.
Armed PSO ( Guard ) services at the National Drug Intell Center (NDIC in Johnstown , PA. PSO will perform accesss control , patrol & response , Magnetometr and xray operations and other routine PSO duties on federal prperty. (Top Secret Clr required)
Armed PSO ( Guard ) services throughout the State of Delaware , PSO will perform accesss control , patrol & response , Magnetometr and xray operations and other routine PSO duties on federal
Armed PSO ( Guard ) services throughout the state of PA. excludinig Phila, Chester, Delaware and Montgomery Counties.
Various Administrative Support services including, but not limited to providing the following personnel 3 budget analysts, 3 security system project managers, 3 administrative support specialist, 1 administrative clerk, 1 management analyst, and 5 management program analysts in support of FPS Region 4.
201169765
201169964
201170076 517110
201169885 541611201169693 541110 SETA support
201169771 561612
201169778 561612201169811 334220 Satellite Equipment Purchase
201170217 541712
Subject Matter Expertise Contractor who will provide subject matter experts in management or strategy consulting, technical program planning, inspections and evaluations, analyses, scenarious, training and reports.
Assist Infrastructure Security Compliance Division in conducting risk analysis towards managing and reducing chemical security risk.
Procurement of telecommunications datasets in support of telecommunications recovery and restoration in the event of national security or emergency preparedness incidents,
Biosurveillance common network operations and maintenance
The Department of Homeland Security (DHS), Office of Procurement Operations (OPO) intends to acquire, under a total small business set-aside, protective security officer services at several locations in Crystal City, Virginia.
Protective Security Officer Services at various locations in Arlington, Alexandria, and Vienna, Virginia
This contracting effort will support the SBIR Program with the following objectives: stimulating technological innovation; strengthening the role of small business in meeting research and development needs; fostering and encouraging participation by socially and economically disadvantaged small business concerns in technological innovation; and increasing the commercial application of R&D supported research or R&D results.
201170356 541712
201170085 541712
201169647 561210
201170369 561210
201169628 541513
The contractor shall provide a dedicated software/systems engineering team that performs services to support the continued operations and maintenance of the SAFETY Act Management System (SAMS), which will include periodic system updates and upgrades, maintenance of the current system, and any new software tools as required by the Safety Act program office.
Support to ARFCAM and LACIS Technical Data Package
Conduct Federal Facility Environmental Audits (FFEA) and Occupational Safety and Health (OSH) Audits. The audit shall use the USACERL TEAM Guide and State Supplements and the Safety and Health Guide (or equivalent guidelines as determined by DHS). The work is intended to support the occupational safety, health, environmental, energy, and personal property programs at S&T.
Systems engineering and technical assistance. Emergent Requirements represents a rapid response capacity necessary to respond to unforeseen needs that arise through evolution or emergencies.In support of the Staffing Management System (SMS) for Business Operations, DHS S&T requires the delivery for these services:
The purpose of this work is to provide Information Technology (IT) security support to the S&T OCIO and Chief Information Security Officer in order to ensure that all S&T information assets are adequately protected in accordance with federal regulations and DHS policy and management directives.
201170339 511210
201169910 561210
201169902 561110
201169883 541712
201169909 541712 Chembio Defense Division SETA Support
This purchase will procure the software licenses necessary to implement the external-facing collaboration platform for S&T (called E-STCS) at DHS Data Center 2
Provide program management and applications lifecycle support to S&T OCIO. Will support Business Operations Support Systems (BOSS) and other initiatives undertaken to provide systems and support to the S&T executing offices. Work performed encompass all phases of the software development life cycle (SDLC) and must be executed in accordance with the DHS Systems Engineering Lifecycle (SELC) process, guidelines specified by other relevant DHS Management Directives.
The contractor shall operate, maintain and develop enhancements for the SBIR-BAA portal to meet the needs of both the DHS-S&T’s BAA and SBIR Programs. The portal shall provide tools and functionality for the entire life cycle of the BAA and SBIR administration to include: topic development and selection, proposal submission, proposal evaluation, award notification, and monitoring of BAA and SBIR awards to include but not limited to: accounting of funds spent, obligated, and expensed; tracking of deliverabl
This work is intended to align with the BAA 11-06 for Mobile Biometric Device Certification and Other Testing. The scope of products to be tested and certified via the awards from this solicitation are mobile biometric devices and their component parts.
201169901 541712 IDD SETA support staff
201170209 541712
201170211 541712
201170210 541712
201170214 541712
201170213 541712
201170306 541712
201170215 541712201169533 541712 HSARPA/T&E Standards SETA Support
201170053 561210201169852 541712 SETA Support
201169894 533110
Early Fire Detection to Improve Strategic and Tactical Response Using Remote Sensing Technologies
Enhancement of Real-Time Airborne Management System (RAMS)
Improved Tasking of Airborne Remote Sensing Assets for Disaster Response
Seismic Activity Detection, Data Collection and Analysis, Alert, and Warning
FEMA Urban Search and Rescue Mobile Applications
Integrating Resilience into Building Infrastructure Design and Construction
Enhanced Rapid Visual Screening (IRVS) Database
SETA support will include program and technical management, program planning and oversight, technical evaluation, project analysis, risk mitigation, data development and management, and other financial, human resources, information technology, security, general administrative, and technical support for current, potential, and proposed DHS technology programs.
Provide Microsoft licenses. Software purchased under this contract is to be licensed to the DHS Science & Technology.The S&T Microsoft Licenses Solution task supports this effort through the management of infrastructure and the control of costs for the S&T Directorate. This task provides the renewal of Microsoft licenses used by S&T for the DHS networks.
201170012 561210
201170045 561210
201169685 541712
This is a Systems Engineering and Technical Assistance (SETA) support to the Department of Homeland Security (DHS) within the Science and Technology Directorate (S&T). SETA support will include program and technical management, program planning and oversight, technical evaluation, project analysis, risk mitigation, data development and management, and other financial, human resources, information technology, security, general administrative, and technical support
T&M/LHSOW provides for Systems Engineering and Technical Assistance (SETA) to the Department of Homeland Security (DHS) within the Science and Technology Directorate (S&T). SETA support will include program and technical management, program planning and oversight, technical evaluation, project analysis, risk mitigation, data development and management, and other financial, human resources, information technology,
risk mitigation, database development and management, and other financial, administrative and technical support for current, potential, and/or proposed DHS technology programs. DHS requires this support to conduct its mission projects more effectively and facilitate its efforts to introduce and enhance technological products, services, systems, and capabilities to Federal, state, and local law enforcement organizations
201169895 541511
201169955 541511
201169929 541511
201170391 541611
201169606 541511
201169597 541380
201169981 561611201169509 339950 Local Office signage/Branding support.
201169588 541910
201170331 541199
201169477 541512 data analytics software and support services
201169523 518210
201170195201170334 541990 Economic Analysis Support
Unique Identity Objective and Application Release Support - US-VISIT requires continuated support for Unique Identity (UI) work streams and Solutions Delivery release management.
US-VISIT 10-Print slap capture image quality improvement support.
Establishing US-VISIT Primary Mission Systems at DHS Data Center
The purpose of this acquisition is to provide US-VISIT with a wide-array of information technology (IT) services, project development and subject matter expertise support.
Oracle Mission Critical Support (MCS) services in support of Automated Biometric Identification (IDENT) performance.
US-VISIT independent verification and validation support.
Identity Services Project Management and Technical Support Services for US-VISIT.
Call monitoring services for Tier1 and Tier2 in the call centers. Quality assurance monitoring and mystery shopping services for call center operations.
Procure administrative support services in support of FOIA backlog.
Verification Information System (VIS) Enhancements, Operations and Maintenance Support for the United States Citizenship and Information Services (USCIS)
Administrative Support Service for various USCIS HQ program offices.
201169521 611430201169531 541519 Section 508 compliance support
201169972 561499201169505 611430 Leadership for non-supervisors training
201169519 611430
201169966 611430
201170232 541922
201169513 518210
201169797 541519201169846 541519 Oracle software purchase
201170071 541512
201169965 423430
201170064 812112
201170061 512110
201169506 541519
201170167 423430
201169515 541511
Training support - Coaching for Performance
services to provide Performance Management Support Services & Facilitation
services to provide mentor development, implementation and training.
Training - Fundamentals of Mission Support Training
Video Production Technical Services (Videographer) to produce training videos.
support services for Labor and Employees Relations (LER) Case Management database.
purchase IBM Rational Build Forge Software and training services.
1-year Oracle support services for Standard Management Analysis Reporting Tool (SMART IV).
purchase Microsoft Windows Server and SQL Server Licenses
purchase annual Symantec software licenses maintenance
Purchase 88 Oracle Data Guard software licenses, with one year of support.
Renewal of support of Adobe Products under DHS Adobe Enterprise License BPA.
Software licenses for SQL Unlimited and the Enterprise CAL (eCAL) Suite and licenses.
annual renewal of Troux software maintenance and support.
201169517 541611
201170313 561499
201170349 541512
201169484 541519
201170008 541519
201170009 541511201169520 541519 off-site backup and storages services
201170015 541512
201170191 541512
201169932 423430
Provide planning, anyalysis, design, corrective maintenance, systems enhancements and O&M for FOIA/PA Information Processing System (FIPS). Support will also provide Scan on Demand (SODA) functions which includes scanning A-files from paper format into electronic format upon customer's requests to access a specific file.
Distributed streaming video solution to support all USCIS employees and contractors
MS Premier Exchange Designated Support Engineer to support USCIS MS Premier Exchange
Procure engineeing support services for OPNET tools and software.
1yr maintenance renewal for Global 360 software licenses.
procure Project Management and Migration support services to BASICS Program
purchase Metadata Repository Solution services, training and software licenses
Consulting services to support custom web-based application development, COTS integration, J2EE and Section 508 Compliant user interfaces which are consistent across multiple business processes and systems. Additional services include full lifecycle development, testing, certification and accreditation, change control, release management and training.
Renewal of the current maintenance on the Burst Point Starbak software for the period of 30 Sep 2011-29 Sep 2012 to continue to provide mission critical services to support the USCIS end user community.
201169974 541519
201169969 541519201169499 423110 Mini VTEL equipment
201169886 541519
201169717 541519
201169483 541519
201170033 541519
201169845 541519
201170202 541519
201169663 541519
201170314 541519
201170072 541519
201170058 541519201170037 541519 Purchase HP Blade Chassis
201170034 541519 To Purchase Hardware SUN T-5240 servers
purchase data switches and routers for all USICS field offices, and upgrade existing data circuits.
purchase Cisco data switches only. USCIS will configure and install.
procure Kovair ALM software, licenses, maintenance support and training
Annual maintenance renewals for OPNET ACE LiveDirector software.
Purchase OPNET performance management software and hardware modules for network modeling and simulation for application performance.
Annual Maintenance renewal Blackberry Client Access (CAL)
Dynacomm Connectivity Series (DCS) 9.3 software, license, maintenance and training
Hewitt Packard (HP) HP Performance Center, virtual users, and 1 year of software maintenance support plus 4 optional software maintenance years
Security related hardware, software and service support
Procure 1 year maintenance for 12 iTKO LISA Product Suite licenses
Purchase 1 year Symantec technical support (24x7x365 and 6 on-site visits/year) for enigneering and supporting Symantec products for backup functions.
Purchase AIX Power 7 series servers and maintenance
201170035 541519
201169968 541519
201169503 541519
201170354 541519201169575 541519 Tibco Software Maintenance renewal
201169970 541519
201169740 541513201170316 541519 Cisco Hardware
201170111 541519
201170109 541519
201170105 541519
To purchase an upgrade of USCIS exisiting VM Ware License to Enterprise Plus License to support greater than 4 Virtual CPUs per VM (up to 12 cores/CPU), enhances networking with vNetwork Distributed Switch, with automated resource allocation and Simplified Operations.This is a one-time buy
purchase hardward for additional network data storage
renewal of Symantec Command Central Maintenance
Dell Server Hardware maintenance (1 year renewal)
Purchase 4 Cisco ASA 5585 firewall (and supporting equipment), 12 Cisco Nexus 5000/2000 switches (and supporting equipment), 6 Cisco Ace 4710 load balancer (and supporting equipment), and 80 10-Gb fibre optics modules (and supporting equipment) for TECC, DC 1 and DC 2.
Hardware purchase in support of network upgrades.
Purchase 34 Symantec netbackup licenses and 16 Symantec netbackup client application licenses, with one year of maintenance and support.
Purchase 68 VMware vSphere 4 enterprise software licenses, and one VMware VCenter Server software license, with one year of maintenance and support.
Purchase two Cisco SAN switches with accessories, 2 Cisco Load Balancers with accessories, 68 small form-factor pluggable (SFP) interface converters, and 52 SFP modules .
201170065 541519
201170004 541519
201170096 541519
201170059 541519
201170107 541519
201170108 541519
201170060 541519
201170062 541519
201170104 541519
201170029 541519
PurchaseOpnet hardware (with bundled software) and one year of maintenance
memory upgrades for 1,900 Dell workstations
Purchase 22,900 licenses of Microsoft FIMS ID Manager Licenses with one year maintenance and support.
Purchase a quantity of 4,000 LTO-4 tapes (Linear Tape Open).
Purchase brand name NetApp storage array solution to provide storage. Solution consists of 38 NetApp products (hardware, software, and services) in varying quantities.
Purchase 1 brand name Quantum Scalar i6000 LTO tape library, with accessories in varying quantities including 15 LTO-5 tape drives and 1,000 Quantum data cartridges.
Purchase 3 IBM Power HA software licenses.
Purchase Opnet disk shelf with needed parts and one year of maintenance; purchase Opnet FAS3270 controllers with necessary cabling, software, and one year of maintenance; purchase Opnet 256Gb Flash cache and brand name Opnet 512Gb Flash cache (with one year of maintenance.
Purchase three (3) brand name Hewlett-Packard windows servers and desktop virtualization solutions including installation services. Solution consists of 29 separate product numbers in sufficient quantities for the three blade enclosures.
Purchase two Citrix Netscaler MPX 9700, with one year of maintenance, five days of training; 2 rail adaptors and switches for the Netscaler in support of Federal Information Processing Standard (FIPS),
201170031 541519
201170032 541519
201170030 541519
201169500 541519201169501 541519 Oracle Enterprise Agreement renewal201169504 541519 renewal Symantec Enterprise Vault
201169567 541512201170003 541720 Survey research design and execution.
201169971 541720201170238 518210 web support services
Purchase 300 licenses for Symantec Netbackup with one year maintenance and support plus purchase 150 seats of Symantec Command Central with one year of maintenance and support.
purchase six (6) external storage servers; six (6) server chassis with redeundant power supplies, cooler fans, and network/fiber interface connectors; and forty-eight (48) blade servers. These components should be acquired as one solution with delivery to six different locations-each solution is one storage server, one server chassis, and eight blade servers and Installation, training, and one year of maintenance support
urchase 192 licenses for VMWare VSphere for Enterprise with one year maintenance and support and purchase six licenses of VMWARE Vcenter server for VSphere (including orchestraor and linked mode) with one year of maintenance and support.
Symantec Back-up licenses for performing NDMP backups of the TECC production NetApp FAS6070 and V6070, DC1 Production NetApp FAS 6080, DC2Production NetApp FAS6080 and TECC engineering NetApp FAS3070.
purchase video teleconference equipment for USCIS Field Offices.
Professional Services to evaluate the E-Verify Program. Services will consist of executing two national web user surveys as well as multiple special studies.
201169474 541512
201170254 541519
201170284 532420
201170309 484122
201169952 517110
201169502 532420
201170305 541990
201169723 541611201169754 326199 Badge Holder201169753 334111 Web Based Appointment Scheduling201170047 Fingerprint Services201170163 541380 IDMS Testing Environment
201170147 561210 Ground Maintenance Services for BRTHSS
Procure IBM High Power High Availability (HA) brand software and maintenance services.
purchase Documentum Business Process Integrator Software and Software Maintenance Support.
Lease and Maintenance on Copiers for the Texas Service Center
truck shipments of documents for storage/alternating weekly pick up and delivery of facility boxes of files from the CSC federal building in Laguna Niguel, Ca to Lee's Summit, MO and to Harrisonburg, VA storage facilities
Telephone manintenance support for as-needed repair and service.
Lease and Maintenance on Copier fo the Nebraska Service Center.
Program management, systems engineering and other technical support to the Acquisition Program Management Division/Cost Analysis Division (APMD/CAD) in order to support major acquisition program decisions for the Department of Homeland Security.
Performance and Accountability Reports/Future Years Homeland Security Program Report. The purpose of this task order is to obtain research, analysis, consulting services, editorial desktop publishing support, to the DHS Office of the Chief Financial Officer for the planning, preparation, review and revision, and production of required annual reports.
201170146 532420
201170066 541512
201170172 238220
201170169 236220201170171 238220 Building 61 HVAC Renovation
201170168 238140201170170 236220 Dormitory Building 277 renovation.
201170256 236220
201170260 423620201170319 515210 Cable Services
201169568 561210201170178 541310 Design Renovations of Bldg 680
201170312 236220201170174 236220 Renovation Building 262
Copier Leasing and Maintenance Services for Louisiana Recovery Offices (LRO)
Provide technical services and support for the Office of National Capital Region Coordination's regional risk initiative.
Install 60 Direct Digital Controls to the Noble Variable Air Volume air handling units
This project requires providing construction services to renovating the HAZMAT Training Lanes in the main complex building located at 61 Responder Drive. The work involves removing concrete masonry walls, installing metal doors, installing accordion walls, providing a sound, smoke, video monitoring control system. This project will allow the CDP to provide advanced training for the nation’s first responders.
Repair damaged exterior brick walls at the Noble Training Facility.
Emergency Room renovation at the Noble Training Facility
Radio system. A stand alone, trunked radio system to support both training and day-to-day activities at the Center for Domestic Preparedness. Will be used campus-wide indoors and outdoors.
Provide logistical support services to the Firearms Division of the Federal Law Enforcement Training Center
Construct Administrative Facility, Bldg 99 for DHS/FLETC/HCOD
201170322 561210201170320 561720 Housing Management Services
201170360 812930201170361 713990 Firing Range for New York Field Office
201169572 541611201169875 332994 Firearms-Parts
201169659 332994
201169956 926150
201170344 519190
201170399 541620
Uniform/Equipment Issue & Laundry Support Services
82 PARKING SPACES NEEDED FOR GOVMT VEHICLES AT SAN FRANCISCO FIELD OFFICE
Professional Services contract support to improve and modernize efforts to identify and remove criminal aliens from the United States in the Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Secure Communities (SC), Enforcement Removal Operations (ERO)..
Firearm - Personal Defense Weapon, 5.56mm.
SCHOOL CERTIFICATION AND ACCREDITATION CONTRACTOR SUPPORT
Provide a daily media monitoring and analysis service that delivers exceptional quality and value to the agency.
The U.S. Immigrations and Customs Enforcement (ICE) Workforce Project Program Management Office (PMO) manages a process to assess staffing levels & inform leadership and facilitate decisions regarding the effective use of the Federal workforce in accomplishing the mission of ICE. The contractor position proposed will support PMO functions through activities such as the identification, tracking and reporting of Human Resources-related actions (primarily staffing), to achieve the goals established by the PMO.
201170271 561110
201170275 561110
201170274 541511
201169762 561110
201169960 561110 287G Program contractor support services.
The ICE TECS Modernization program (herein referred to as TECS Modernization) has a critical need for comprehensive Independent Verification and Validation Program (IV&VP) services across planning, management, technical, and programmatic aspects.
The Task Management System (TMS) will automate the current tasking process while eliminating the need for manually tracking e-mails and managing paper-based forms using a commercial-off-the-shelf (COTS) web-based Business Process Management (BPM) software. TMS seamlessly automates and integrates ad-hoc tasks with structured processes to enable assignment and routing of tasks / documents throughout the organization to drive visibility, control and productivity across all tasks within an organization.
This task order is to replace the existing 287(g) Access database system, including enhanced functionality. The system will be developed on the ICE MOSS 2007 platform. Key activities include: project management, requirements gathering and analysis, design, development, implementation, and testing. This task order also includes migration of the existing data from Access to SharePoint.
PFM Policy and Planning Branch Support - Program Management, Financial Management, and Other Support Services
201169593 541110
201170272 541519, (Footnote 18)
201170268 541511
201170270 541511201170190 541611 PROJECT SUPPORT SERVICES201170187 541611 Program Management Support Services201170094 541990 IT Services - Washington, DC
201170000 541519201169976 511210 Operations Division / EOB Cisco Maint.
The objectives of this task order are to provide IT operations and maintenance (O&M) services for FFMS and financial services for the DHS components.
The primary objective of this Task Order is to ensure that the Application Hosting Section and SharePoint Development Team and other operational entities of the ICECT (SharePoint) have the proper resources at their disposal to troubleshoot, indentify and resolve any potential or actual problems within the ICECT (SharePoint) production environment (both infrastructure and /or application related).
The purpose of this solicitation is to modify the existing ACRIMe Modernization application so that it can call and ingest responses from the Automated Threat Prioritization (ATP) Service. The ATP Service will provide and ICE Crimminal Offense Level (COL) for all IAQs that ACRIMe receives. The ACRIMe System will need to display the ICE COL to the end-user and will allow the LESC the ablility to prioritize the processing of IAQs.
Application and hardware hosting, helpdesk, technical support services, and general O&M support for the ICE Health Service Corps (IHSC) for enterprise medical applications and overall IT infrastructure in use at IHSC HQ and twenty-two (22) medical units throughout the country.
HSI Modular Radio Equipment and Accessories
201169860 334119
201169807 541519
201169873 541519
201169621 541519
201169642 541990
201169571 111110
201169608 518210
201169798 541199
Compact durable scanner to capture fingerprints.
Contractor support providing world-wide enterprise level Information Technology (IT) Operations & Maintenance (O&M) services.
Contractor support providing world-wide entererprise level Information Technology (IT) Operations and Maintenance (O&M) services.
Tactical Communications management services, Acquisition support services, Operational project management, and Enterprise Operations Center (EOC) project support services
To provide IAD with products and services that support the DHS/ICE initiatives and ensure compliance with the mandated information assurance requirements as established by the Federal Information Security Management Act (FISMA); DHS, ICE; the Department of Commerce’s National Institute of Standards and Technology (NIST); the Office of Management and Budget (OMB); as well as other federal agencies, laws, and regulations. ICE management shall approve staffing levels proposed by the Contractor.
Guard service at the Migrant Operation Center in GTMO
Information Technology Services are needed to provide database and technical support to the Homeland Security Investigations Office Counterterrorism and Criminal Exploitation Unit (HSI/CTCEU).
Management Support Personnel for Asset Forfeiture Unit offices nationwide
201169713 493110
201170234 315999
201170224 443120
201169737 561210
201170342 541611
201170253 541611
to provide on-site (government facilities) support for warehouse and inventory management
Purchase of tactical clothing and equipment for Homeland Security Investigations, Office of International Affairs (HSI OIA) personnel. We are looking to use BPA contract vehicle to acquire tactical clothing and equipment.
Market Research conducted to procure IT computer to support vetted units in Mexico
The contractor will provide expert operational, administrative, and analytical support for ICE/Office of Detention Oversight (ODO) inspections, reviews, investigations, and special assignments. The primary function will be providing detention facility expertise while accompanying ODO detention facility inspection teams on facility inspections with an emphasis on reviewing medical detention standards.
Obtain Engineering and Technical Support Services to Support Marine Safety Center Vessel Design Plan Review Program.
Obtain Project Management, Technical, and Documentation Support Services. Logistics Support Element Metl.
201169881 484210201169949 336412 Power Turbine Module
201169680 336413
201169495 334511201170006 336413 FLIR Turret and CEU spare201169989 336413 GSE tools to support the HC144
201169990 336413
201170022 336413
201170026 336413
201170014 336413
201170327 336413
201170363 336413
201170013 336413
201170024 336413
USCGA must complete an asbestos abatement of Waesche Hall. The USCG museum gallery must be emptied in advance of the final phase (August 2011). Artifacts must be packed, transported and stored offsite for the duration of construction into either the USCG Exhibit Center or into a contractor arranged storage room designed for delicate historical artifacts. . Contractor is to evaluate, document and pack artifacts for transport and storage.
Two way voice and data communications equipment for the CASA HC144A
This requirement is for the procurement of a Signal Processor and an antenna pedestal for the HC144A aircraft.
GSE tools to support the HC144 for the HC144
Aviation Engineering Support . Solicitation HSCG38-11-Q-200094.
Repair/Overhaul Float Bag and Cylinder. Solicitation HSCG38-11-Q-200090
Aviation Technical Support. Solicitation HSCG38-11-Q-200095.
Spare parts for the SRR USCG aircraft. Solicitation# HSCG38-11-Q-200118.
Spare parts for the SRR USCG aircraft. Solicitation# HSCG38-11-Q-200119.
Spare parts for the Short Range Recovery USCG aircraft. Solicitation HSCG38-11-Q-200099.
Spare parts for the Short Range recovery USCG aircraft. Solicitation HSCG38-11-Q-200100
201170325 336413
201170326 336413
201170332 334511
201170070 541330
201169728 334511201169630 561320 Administrative Assistants201169893 336413 ICP Parts for CASA HC-144
201170192 336413
201169719 336413
201169720 336413
201169715 336413
201169698 336413
201169694 336413 Multiple spare buys for the SRR aircraft.
201169692 336413
201169695 336413
201169688 336413
201169687 336413
201169683 336413
Spare parts for the SRR USCG aircraft. Solicitation #HSCG38-11-Q-200103
Spare parts for the SRR USCG aircraft. Solicitation# HSCG38-11-Q-200117
Procurement of EFI-550 kits for use on the USCG C130 aircraft
Engineering Support Services for the USCG Long Range Sruveillance product line
Purchase of Multi-Mode Radar antenna for use on the USCG C130J aircraft
Repair Swashplate Assemblies NSN 1615-01-221-2615, P/N 70104-08000-048, QTY 3 each.
Repair/Overhaul/Modify Rotor Heard Assemblies used on the M/H60 Helicopter.
Purchase Cherry Max Rivets/ Numerous part numbers & NSN's for use on Aircraft.
Upgrade MTU due to MH60 CAAS conversion
Repair of Electronic Components; utilized on the USCG SRR aircraft.
Spare parts for the USCG Short Range Recovery (SRR) aircraft.
Spare parts for the Short Range Recovery (SRR) aircraft.
Repair electrical components for the USCG Short Range Recovery (SRR) aircraft.
Spare parts for the USCG Short Range Recovery (SRR) aircraft.
Spare parts for the USCG Short Range Recovery (SRR) aircraft.
201169724 238210
201169816 541512
201169973 541990
201170175 541511
201170141 334119201169814 236210 Sault Ste. Marie Replace Fuel Tanks
201170318 237990
201169537 213112
201169855 333414
201169829 237990
201170308 237110
201169551 236210
201169550 237990
TrueStone contract for Flight Deck Video support, configuration management, next-generation flight deck video development and prototyping.
Professional Services/Engineering-Technical Services
Software testing, technical support services, etc.
Task order against existing Truestone contract for DGPS NCS software development and system administration services.
The purpose of this acquisition is to acquire CISCO network equipment and CISCO SmartNet services for the Coast Guard’s One Network (CGONE) Recapitalization Initiative. This includes the procurement of CISCO routers, switches, hubs, bridges, and other miscellenous network equipment.
Sector Guam: Design-Build Consolidated Storage Building
Air Station Barbers Point: Clean and Inspect JP5 Fuel Tanks
Portable Hotwater Boiler for Air Station Sitka
Asphalt and concrete paving and draining repairs at the for the Homer family Housing roadway, driveway, and driveway aprons.
Repairs to Steam Distribution System at the Baltimore Yard Baltimore, MD
TEMP AAP NO. SILCC-82004 REPLACE MATAGORDA SHIP CHANNEL LIGHT 11 AT USCG ANT PORT O'CONNOR, TX (11-PMV118) AH
TEMP AAP NO. SILCC-82003 REHABILITATION ENGINEERING SHOP & OFFICE BUILDINGS, USCG STATION PORT O'CONNOR, TX (11-PMVA13) AH
201170113 236220
201169573 237990
201170112 237990
201169756 237990
201169755 237990
201169738 237990
201169729 237990
201169745 237990
201169759 237990
201169731 237990
201169739 237990
201169735 237990
201170200 236210
201169545 236210
201170144 236210
201170143 236210
201169903 236210
REPAIRS TO HILLSBORO LIGHTHOUSE - 11-B-PMVA22 AH (PNUM 3441362)
HANGAR ROOF REHABILITATION AT USCG AIRSTA NOLA (11-PMVA18) AH
WATERFRONT BLDG REPLACEMENT OF HVAC AT SOUTH PADRE ISLAND - (PREVIOUSLY AAP# 66743) PMVA14 LM
ATON - REPLACE MATAGORDA B RFL - 3441605
EXPAND MESS DECK & TRAINING ROOM AT CG STATION FORT PIERCE - 07-M6297
RELOCATE SECTOR OFFICES TO THE NAVSEA BUILDING AT SECTOR LOWER MISSISSIPPI - 676357
UPH REHAB AT SECTOR KEY WEST - 3579171
ATON - REPLACE MAYPORT BASIN PRL/RFL - 3441597
REPLACE CHRISTIANSTED HARBOR LIGHTS - 3441589
REPLACE WINDOWS & REHAB HEADS AT CG STATION YAKEETOWN - 3360736
HOUSING UNITS REHAB AT SECTOR SAN JUAN - 3788262
PROVIDE ANT BUILDING AT CG STATION GEORGETOWN - 07-M05094
HANGAR 1 LOCKER ROOMS AT USCG ATC MOBILE, AL - 2821231 - 11-3AT006
PROPERTY GRADING AND EROSION CONTROL, STATION GRAND ISLE, LA
3648885 (PQQ109) FY11, REPAIR SPRINKLER SYSTEM AT STATION GRAYS HARBOR, WA
2549065 (695000) FY 11, INSTALL 400 HZ CONVERTER & INSTALL NEW REEL AT AIR STATION HUMBOLDT BAY, CA
2615308 (PFP014) FY11 INSTALL POOL ENCLOSURE (GFP) AT TRAINING CENTER PETALUMA, CA
201169774 236210
201170148 236210
201169764 541330
201169800 236210
201170197 541330
201169803 541910
201169930 236210
201170145 236210
201169913 236210
201170150 236210
201170151 236210
3057654 (PQQ080) HEATING VENTILATION AIR CONDITIONING SYSTEM REPAIR AT THE BOAT BAY IN BLDG. 7 AT BASE SUPPORT UNIT SEATTLE, WA
3310115 (PQQ056) FY11, REPAIR CATTLE POINT LIGHT FOUNDATION IN THE SAN JUAN ISLANDS, WA
3768165 (PQQ079), HYDROGRAPHIC SURVEYS FOR COAST GUARD DISTRICTS 11 AND 13
3769760 (PFP007) FY11 INSTALL GREASE INTERCEPTORS AT TRAINING CENTER PETALUMA, CA
3776595 (PXA002) FY11, ASSIST COAST GUARD IN COORDINATION/NEGOTIATION WITH THE CA DEPARTMENT OF TOXIC SUBSTANCE CONTRACTOR TO RESOLVE ECOLOGICAL RISK ISSUES FOR SAN CLEMENTE, SAN NICOLAS, SANTA BARBARA, SANTA ROSA, AND SANTA CATALINA ISLANDS, CA
3820019 (PXA007) FY 11 CONDUCT STORMWATER SAMPLING FOR THE MARINE SAFETY UNIT PORTLAND, OR
INSTALL SIDING, WINDOWS, & DOORS; AND PERFORM HAZARDOUS WASTE ABATEMENT ON HOUSINGS BUILDINGS 400,401, AND 402 AT TRAINING CENTER PETALUMA, CA
11-000078 (PQQ064) FY11, REFINISH HANGAR DECK AT AIR STATION SACRAMENTO, CA
2668667 (PQQ067)FY11, WATERFRONT REPAIRS AT STATION MONTEREY, CA
3045682 (PQQ134) FY11, DEMO THE PEDESTRIAN BRIDGE AT CAPE ARAGO, WA
3249399 (PQQ144) FY11, RENOVATE GALLEY & CREW LOCKER @GROUP PORT ANGELES, WA
201169763 541330
201169810 236210
201170315 236210
201169772 237130
201170091 236210
201169773 236210
201169801 236210
201169842 236210
201169787 236210
201169799 236210
201169770 237210201170203 238990 BSU Boston Parking Lot Paving Repairs
201170181 237990 Station Fire Island Maintenance Dredging
3394155 (PQQ087), FY11 DESIGN 9 MECHANICAL-ELECTRICAL PROJECTS FOR WEST COAST COAST GUARD STATIONS IN CALIFORNIA, OREGON, AND WASHINGTON
482375 (PQQ049) CONSTRUCT FUEL TRUCK GARAGE AT SECTOR HUNBOLDT BAY, MCKINLEYVILLE, CA
686538 (PQQ149) FY11, REROOF HOUSING AND SHOPS AT CAMSPAC, POINT REYES STATION, CA
2111881 (PQQ070) FY11 INDEFINITE-DELIVERY, INDEFINITE-QUANTITY CONTRACT FOR TOWER LIGHTING REPLACEMENT AT VARIOUS COAST GAURD LORAN STATIONS NATIONWIDE
2502551 (PQQ011) FY 11, FENDER REPLACEMENT & REPAIRS TO WHEC PIER, SAN PEDRO, CA
3301379 (PQQ077) FY 11, BLDG 1 LIFE SAFETY MODIFICATIONS @ BASE SEATTLE, WA
3410597 (PQQ023) FY11 REHABILITATE LOCKERBERTHING ROOMS AND REHABILITATE MECHANICAL CONTROLS AT STATION LOS ANGELES/LONG BEACH, LOS ANGELES, CA
3582531 (PQQ094) FY11 BOAT HAULOUT REPAIR AT SECTOR SAN FRANCISCO, YERBA BUENO ISLAND, SAN FRANCISCO, CA
469384 (PQQ010) FY 11 HEATING VENTILATION AIR CONDITIONING AT BASE SUPPORT UNIT SAN PEDRO, CA
491587 (PQQ071) FY11 CONSTRUCTION NARWHAL BUILDING AT SECTOR LOS ANGELES/LONG BEACH, CORONA DEL MAR, CA
3850540 (PVCJ43) FY 11 WEST COAST FACILITY ENERGY AUDITS
201170079 238220
201170201 238350
201170077 238350 USCG Sta Shinnecock Window Replacement201170184 236220 Sta Castle Hill Building and Site Repairs
201169950 237310
201169779 238220
201169809 238160 COAST GUARD ACADEMY ROOF REPAIRS
201169780 237990
201169782 541690
201170247 541611
201170036 926120
201170102 624190
AIR STA Cape Cod Upgrade A/C in Barracks Building
Sta Point Judith Window Replacement, Narragansett, RI
Airfield Pavement repairs to the Portland cement concrete (PCC) pavement and the bituminous concrete pavement at various taxiways.
CG Sector NY UPH (Bldg. 215) Repairs, Staten Island, NY
CG Renovations to Pier Two, Naval Station Newport, RI
CADD/GIS/DATAMAPPING and ENGINEERING services in support of overal operational objectives of organization.
Task Order for Strategic Management to be Issued Against BPA HSCG23-06-A-HCE002. There is No Travel Cost Associated with This Task Order.
Atmospheric testing and hazardous gas detection
The CG requires a service-wide confidential, non-medical counseling and assistance program, including information and referral services for members,civilian employees and all dependents of full-time employees. Additionally, also needed are on-site critical incident intervention assistance, and mental health provider consultation services on Critical Incident Teams convened by the CG to address workplace safety issues related to allegations of workplace violence or threats.PR:21-11-231PMD151
201170117 518210
201170118 541611
201170355 443120
201169987 611430201169525 315211 Winter Dress Blue Shirt
201170301 541612
201170300 541612
201170048 551112
PURCHASE ORDER FOR U. S. COAST GUARD INFORMATION SYSTEMS OPERATIONS AND MAINTENANCE, ENGINEERING, TECHNICAL PR # 21-11-231PMG117
Procurement of support contract to assist with CG credentialing and priviledging processing, verification, corrdination and tracking. PR# 21-11-231PMG147
Zebra Printers ZM400 PR# 21-11-231PMG157
IAW COMDTINST 5100.47 and the Mishap Investigation Guide, This is a funding request for USCG Flight Safety Officers and the required accident investigation "C" Schools, Aircraft Accident Investigation, Aviation Human Factors, Gas Turbine Investigation, Safety Management Systems, AVENG Accident Investigation, Investigation Management.
Manpower Requirements Analysis (MRA) of the Maritime Force Protection Units (MFPU)
Manpower Requirements Analysis (MRA) of the WTGB 140’ (Bay) Class Icebreaking Harbor Tug.
MANPOWER REQUIREMENTS ANALYSIS (MRA) COAST GUARD JUDGE ADVOCATE GENERAL (CG JAG)
201170137 541614
201169622 541614
201169963 541380
Contractor shall provide documentation support services. Examples of tasks include: providing initial research, gathering detailed information, conducting subject matter expert (SME) interviews, facilitating coordination meetings for stakeholders, conducting internal reviews with responsible parties, coordinating the writing and editing of documents, holding informal and formal vetting sessions and complying with CG concurrent clearance procedures to achieve final publication of the logistics policy and pro
The purpose of this contract is to obtain Contractor assistance for U.S. Coast Guard (USCG) to research best practices, provide findings along with supporting documentation, assist with developing policy and processes, facilitate meetings and events and support implementation actions for the USCG Configuration/Technical Data Management program.
The purpose of this IDIQ contract is to obtain Contractor support for Depot level (D-Level) Self Contained Breathing Apparatus (SCBA) maintenance support services for the USCG, to include SCBA inspections, cylinder inspections and compressor air quality tests. Specifically, Contractor support is required to perform SCBA Posi-check air flow testing, SCBA repairs, SCBA five-year rebuilds, & 5-year SCBA cylinder hydrostatic testing.
201170140 541611
201170182 541611
201169957 541611
201170106 541611
201169878 541611
201170357 541611
201170235 541611
Enhancements to the USCG Model and Processes Developed to Assess and Map Maritime Terrorism Risks Within Geographic Areas and Develop Recommendations to Enhance USCG Enterprise System Capabilities. Contractor to Provide Support as Outlined in the Performance Work Statement.
Support Services for Security Risk Analysis Items.
Task order for CG-54222 - Outreach Management Support Services for Coast Guard Boating Safety Divisiion
Obtain Contractor Support Services for the USCG Domestic Port Security Evaluation Division to conduct Domestic Integrated Port Security Assessments. Obtain Contractor Technical and Administrative Support Services for Security Risk Assessments.
Contractor will compile a working database of final USCG regulatory actions since 1993 and populate that database with cost and benefit information as available.
Obtain Contractor Support to Assist with Project Management & Development, Technical Writing and Editing of National and Coast Guard Doctrine, Protocol, and/or Policy for the Office of Incident Management and Preparedness.
Operate and Maintain the National Ballast Information Clearinghouse as Mandated by the National Invasive Species Act of 1996.
201170160 541611
201170162 541611
201170279 541611
201170359 541611
201170304 541611
Obtain Technical Support Services Needed to Assist the US Coast Guard in Developing and Implementing a Research Program to Support Current and Potential Future Rulemakings by Identifying and Quantifying the Risk Reduction Provided by International Convention on Standards of Training, Certification and Watchkeeping for Seafarers (STCW) and Associated Training Programs.
Obtain Technical Support Services Needed to Assist the US Coast Guard. The Contractor Shall Support the US Coast Guard by Conducting a Retrospective Analysis on the Effectiveness of the Maritime Transportation Security Act.
Obtain Contractor Support Services for the USCG to Complete the Deployable Specialized Forces Stem-to-Stern Review Action Items. Contractor Shall Provide Comprehensive Program Management, Performance Analysis, and Administrative/Technical Management Support.
Obtain Technical Support Services to Assist the US Coast Guard in Developing a Meta-Analysis of Data and Sources Used in Past and Current Regulatory Analyses Augmented with Various Other Relevant Private and Open Source Data.
Provide Various Commercial Fishing Vessel Safety Training and Outreach Programs for Commercial Fisherman, Coast Guard Personnel, and the Public in Alaska and Selected Locations in Continential U.S.
201170204 541611
201169594 541611
201169813 541511
201170025 541611201169657 327910 c130 aircrew training
201170088 541611 New Dry Suit Contract (Initial Purchase).
201170364 541611
Contractor Technical Support Services to Assist the US Coast Guard in a Retrospective Analysis of Regulatory Actions Resulting from Final Rule: Automatic Identification Sysem (AIS); Vessel Carriage Requirements as Promulgated in 2003.
Obtain Contractor technical, program, and administrative support services for the U.S. Coast Guard Port Security Directorate.
This is a request to obtain Contractor technical analysis and maintenance, technical assistance, software maintenance, trouble shooting, software bug correction, configuration management and documentation support, system and database administration within the maintenance and test environments that support the Production Baseline of the U.S. Coast Guard (USCG)’s Core Accounting System (CAS) suite within alpha/maintenance and beta/Quality Assurance (QA) environments housed and maintained at the U.S. Coast Gua
Contractor support services for CG-69 System Development Life Cycle and ITAR acquisition support
Procure Contractor Support Services in the Development of a Watch Qualification System for the US Coast Guard Office of Cutter Forces. Contractor Shall Gather and Analyze the Performance Needs of Crew Members of USCG Endurance Cutter.
201170125 541611
201170336 541990
201170046
Obtain Contractor Technical Support Services for US Coast Guard Office of C4 and Sensors (CG-761). Contractor Shall Provide Services to Assist USCG in Initiating, Planning, Managing, Executing, and Closing Out (C4ISR) Programs and Projects.
The USCG Finance Center (FINCEN) has a requirement for a brand name only procurement for software maintenance and support peculiar to one manufacturer, NetApp, for a NetApp 6040 array, NetApp Virtual Tape Library (VTL), two NetApp 3020 arrays, and two NetApp 3140 arrays.
AN/APS-143 Desktop Trainer (DTT) will operate on a standard personal computer system utilizing Microsoft Windows XP or 7 and utilize a standard 115VAC, 60Hz power supply. Student will be limited to one 19" monitor. Radar Software should emulate all operating modes of the AN/APS-143(C)V3 radar system. Software menu options will mirror the mission system pallet options. Control of aircraft and environmental conditions required. Gaming area will cover Texas to Florida and surrounding areas.
201170311 541611
201169555 541990
201170265 423710
201170100 541611 USCGC STRATTON commissioning ceremony201170051 811310 US diesel inspector program
201169566 541512
201169825 334290
201169934 423110
The purpose of this Performance Work Statement (PWS) is to obtain Contractor financial and audit support services to assist the United States Coast Guard (USCG) Acquisition Directorate (CG-9) in improving financial management processes and procedures, reconciling financial accounts, correcting previous audit findings, developing or updating program specific financial management documentation and procedures, and monitoring and executing program specific internal control processes and procedures.
Litigation and Contract Claims support for surface asset acquisitions.
Kitting and delivering of tool kits to multiple locations.
COTS Software for the enterprise Coast Guard Logistics Information Management System (CG-LIMS)
Console subsystem for the Rescue 21 Western Rivers project. The console subsystem shall consist of the operator positions hardware and software and associated equipment necessary to connect the remote radio high sites to the system as well as commercial services to provide installation support, training and technical support.
Regulatory Development Support for CG-533
201169512 611519
201170134 562910
201170087 236220201170115 236220 Upgrade of Barracks 4 at BSU Kodiak
201170092 238320
201170133 236220201170010 236220 Rehad Auto Hobby shop, Bldg 162
201169656 236220
201170119 236220
201169655 236220
201169653 236220201169868 541330 Construction Inspection IDIQ
201169654 236220
201169652 236220
The requirement is to conduct courses onsite at TRACEN Yorktown in order to train USCG mechanics on the technical aspects and maintenance requirements of Motor Turbine Unit (MTU) Diesel engines. The contractor shall provide all training and materials to properly train Coast Guard personnel on the operation, maintenance, troubleshooting, and repair of the 396 series MTU diesel engine and control systems that is used onboard the U.S. Coast Guard 87’ WPB’s. Florida Detroit Diesel Allison, Inc. is the Original
Building Demolition and Asbestos Removal in Building S14
Replacement of Roof and Chimney Stacks of N24 Steam Plant Building under the Kodiak MATOC
Exterior Painting of Tank N-12 to Meet EPA Requirements
Upgrade Mechanical Rooms of the Married Officer's Quarters
Basketball Gym Renoviations, TRACEN Cape May, NJ
Design Build the new and modify the existing infrasture required for Homeporting the new Fast Response Cutters (FRC) at US Coast Guard Sector San Juan, San Juan, Puerto Rico
Renoviation of Canfield Hall, TRACEN Yorktown, VA
Design-Build of Administration Building, UPH and Services Building, SFO Galveston, TX
Gym AC and Roof Replacement, TRACEN Cape May, NJ
Replace/Expand Welding Lab Ventilation, TRACEN Yorktown, VA
201170011 423430
201169977 541611
201169918 541330
201169919 541330 Evaluation of Douglas Mantis/SHH Systems
201170281 541720
201169911 541330201170278 541330 Point Defense Mission Analysis Report
201169906 541720201169904 541330 Biometrics Technical Field Support201169937 541330 CG C4ISR CAMP201169936 541330 CGMOES Requirements Analysis
201169915 541330
201169914 541330 HSI Modeling for USCG Acquisition, Phase 2
201170280 541330 Operational Analysis of Alternative Fuels201169912 541330 UHF Operational Communications
201169938 541330 Updated Design Standards for USATONS
The purpose of this requirement is to obtain contractor support to procure, configure, and install upgrades to the USCG FAS270 Storage and Replication System . Additionally, the NPFC has a requirement to procure, configure, install, and implement a similar system (capable of replicating at the bit level in real-time) at its contingency Site, located at the Coast Guard Finance Center (FINCEN) in Chesapeake, Virginia.
Provide claims adjusting support services (CASS) for the Oil Spill Liability Trust Fund (OSLTF) within the United States and its territories
Automatic Identification System (AIS) Technical Support Nationwide Automatic Identification System (NAIS) Program
Modeling & Simulation Center of Expertise SupportOperational Testing of Electro-Optical/Infrared Sensor System (ESS)
Program & Project Management/Tech Support Nationwide Automatic Identification System (NAIS) Program
Entrainment and Survival of Asian Carp in Barge Ballast Tanks Experiments
201169577 541720
201169916 541330
201169696 237990 REPAIR RUDDER ASSEMBLY FOR WLB 225
201169700 336611
201169699 336611
201169697 336111
201169978 336611
201169702 339991
201169681 335122
201169682 334511
201169689 333611
Workshop Support for FY11 Strategic Investment Teams (SITs)
Barge Services in Support of Asian Carp Experiments
INSPECTION, OVERHAUL/REPAIR, TESTING AND OEM TECHNICAL REPRESENTATIVE OF WOOD PRATT & WHITNEY FT4A FREE TURBINES AND N3 GEARBOXES INSTALLED ON U.S.C.G. 378 CUTTERS AND 400 ICEBREAKERS.
PURCHASE TWO (2) EACH FAIRBANKS MORSE ENGINE CENTER SECTION OVERHAUL KITS USED ON 378' WHEC MDE.
INSPECTION, OVERHAUL/REPAIR, AND TESTING OF WOOD GROUP PRATT & WHITNEY GAS GENERATORS AND MODULES
Dockside maintenance and repair work for USCGC MARCUS HANNA. Period of Performance is 03 August - 13 September at the cutter's homeport in South Portland, Maine. Work includes but is not limited to Ballast Tank Cleaning, Main Diesel Engine and Ship's Service Diesel Generator Overhauls, Vent Ducts Commercial Cleaning, Anchor Windlass Overhaul, Watertight Doors and Scuttle Renewal, and Interior Space Deck Preserve.
PURCHASE 6 EACH OF NSN 2040 01-537-0557; WASTSILA SEAL OVERHAUL KITS FOR THE 210' B CLASS MX-9 STERN SEAL; PART NUMBER WLP001319-001
Requirement Contract for Universal Programmable Flashers
INDEPENDENT GOV'T ESTIMATE FOR 1555MM BEACONS AND LENSES
SPARE PARTS IN SUPPORT OF 87 WPB SHIP SERVICE DIESEL GENERATORS TOP END & CENTER SECTION OVERHAULS.
201169701 336612 3 PAXMAN CRANKSHAFT ASSEMBLIES
201169684 332312
201169843 541330
201169704 541330
201169703 334511
PURCHASE WLB CROSS DECK WINCHES: NSN: 3950-01-506-5072 (3 EACH) NSN: 3905-01-506-5074 (3 EACH)
BPA under GSA Schedule for Naval Architecture Design, Development and Support. The Contractor shall provide engineering and technical support in studying, analyzing and evaluating engineering problems and developing solutions. Contractor design support shall include: assisting in the development of contract documentation and developing technical plans, specifications, cost estimates relating to the various categories of engineering support services and studies provided, and associated reports.
BPA under GSA Schedule for Naval Architecture Design, Development, and Support. The Contractor shall provide engineering and technical support in studying, analyzing and evaluating engineering problems and developing solutions. Contractor design support shall include: assisting in the development of contract documentation and developing technical plans, specifications, cost estimates relating to the various categories of engineering support services and studies provided, and associated reports.
PURCHASE UPGRADE KITS FOR DYNAMIC POSITIONING SYSTEM INSTALLED ON WLB AND WLM CUTTERS OFF GSA SCHEDULE: (GS-07F-0052U); PART NUMBERS 24003061PL-260 AND 24003061PL-280 AND PURCHASE INSTALLATION SERVICES.
201169943 333613
201170007
201170236 336611
201170366 336611
201170286 336611
Vendor to provide five (5) Zahnradfabrik Friedrichshafen AG (ZF) 255 Transmissions, Mechanical, Model Number ZF 2550 R:2.462, Part Number 3082 011 123. Transmissions shall be preserved, packaged, packed, marked and bar-coded IAW SFLC instructions.
The FRC is a new construction shipbuilding program contracted to Bollinger shipyard for detailed design and construction. As part of the specifications, the shipbuilder is required to maintain a Configuration Status Accounting (CSA) system in CDMD-OA. Additional oversight and guidance is required to develop the initial Product Baseline for the lead ship.
Requirement for technical support and training from Avtron Industrial Automation Inc. during installation of Machinery Propulsion Control Monitoring System on board 140' WTGB class vessels.
Overhaul of Ulstein Model 1350 Aquamaster marine thruster Z-drives, Starboard and Port. Engineering upgrades, remote and on-sitt technical support, training and parts. Engineering and design services to modify three Rolls-Royce propulsion systems and purchase of parts.
Dockside availability on board CGC SHERMAN with work to include welding, pipe fitting, equipment overhauls and inspections, steel deck repairs, valve overhauls, tank cleaning, etc.
201170296 336611
201170295 336611201169761 333618 USCGC BEAR, HOT FLUSH MDE#2
201169767 336611
201169766 336611
201170335 336611
201170283 336611201169795 721110 LODGING, PROVIDE
201169711 336611
201169872 336611 USCGC DILIGENCE (WMEC 616) DOCKSIDE
201170103 336611
201169564 336611
Dockside availability onboard CGC MIDGETT. Work items will include welding, pipe fitting, electrical repairs, equipment overhauls/inspections, tank cleanings, steel repairs, deck renewals, valve repairs, etc.
Dockside availability onboard CGC MORGENTHAU with work to include welding, pipe fitting, equipment/pump inspections and overhauls, steel repairs, deck repairs, electrical work, tank cleanings, etc.
CGC SPENCER (WMEC-270) DRY DOCK, TEMPORARY BERTHING
USCG 210' and 270' WMEC 5-year IDIQ contract for dry-dock availability repairs to the fleet of 27 WMEC Cutters
USCG WMEC 210-270 - R/INSULATION AND LAGGING FY11
USCG WMEC 270 B-Class; HY-130 High Yeild welding repairs on Fligh Decks of various B-Class 270' Coast Guard Cutters.
USCGC STEADFAST, dry-dock cutter, paint underwater body (100%), paint freeboard (partial) and provide temporary services.
USCGC VALIANT, provide dry-dock services, temp services and repair hull plating in two locations.
Inspection, overhaul/repair, and testing of Wood Group Pratt & Whitney gas generators and modules installed on U.S.C.G. 378' Cutters and 400' Icebreakers. COR: David Heisey 410-762-6295
201169561 336611
201169562 336611
201170343 336611
201169840 336611
201170019 336611
201170149 336611
Inspection, overhaul/repair, testing and OEM Technical Representative of Wood Group Pratt & Whitney FT4A free turbines and N3 gearboxes installed on U.S.C.G. 378' Cutters and 400' Icebreakers.
Purchase of two (2) each Fairbanks Morse Engine center section overhaul kits used on 378' WHEC Main Diesel Engines. COR: Gary Pehrson 410-762-6150
MTU main propulsion engine parts, model 20V1163 TB93, installed on U.S. Coast Gurd 418' NSC vessels.
Repair of various pumps with a requirement of mandatory and/or contingency parts. 75 NSNs used for various applications on the following vessels: 378' Cutters, 400' Icebreakers, 418' WMSL, 282' Alex Haley and 420' Healy. COR: David Heisey, 410-762-6295.
Purchase of various Wartsila Lips propeller and rudder shaft seals, and parts and overhaul kits to support the seals used onboard various U. S. Coast Guard vessel platforms. COR MKC Richard Lambert, 410-762-6965
CGC DALLAS Maintenance and Repair Period. To include electrical work, tank cleanings, steel repair, berthing head renewal, hydrostatic testing, and insulation renewal.
201170016 336611
201170042 336611
201170020 336611
201170180 333611
Dockside availability for CGC GALLATIN in the South Atlantic Region; 22 Work Items including electrical work on circuit breakers, stack and tank cleanings, deck covering renewals, potential welding for bulkhead and deck preservation/renewal, piping renewal, pump overhauls, and equipment inspections/repairs/overhauls (single point davit, ammunition elevator, commissary hoist, capstan, anchor windlass, evaporator, and oily water separator).
Dockside availability on CGC RUSH with work to include equipment inspection and repairs, pump and valve overhauls, tank cleaning and preservations, steel deck renewal, piping/insulation renewal, and deck covering renewal.
Unplanned Dockside Availability, CGC DALLAS, Diesel Engine block replacement. Requires extensive rigging for engline block removal and interference removal, lube oil flush, cooler cleaning, welding for filter pod renewal, etc.
Dockside and maintenance repairs to USCG WILLIAM TATE
201170055 336611201169791 811310 MK75, Gun Port Shield Refurbishment201169792 332995 MK75 Gun, Watershield Manufacture
201169673 336611
201170298 238320201170075 336111 USCGC VENTUROUS DRY-DOCK FY 2012
201169528 488119
201170098 562111
201170365 333415
Drydock maintenance and repair availability for CGC MOBILE BAY w/ 120' Barge. CHAIN LOCKER CHAIN LOCKERS, CLEAN; CHAIN LOCKER CHAIN LOCKERS, INSPECT;DRYDOCKING,BARGE;VERTICAL CAPSTAN, LEVEL 2 INSPECT AND REPAIR; SHAFT SEAL ASSEMBLY, REPLACEBARGE WATER TIGHT HATCH,;RENEWBARGE WATER TIGHT HATCH; OVERHAULDECK FITTINGS;, INSPECT-BARGEU/W BODY, PRESERVE PARTIAL - CONDITION B - TENDER; ANCHOR CHAIN AND GROUND TACKLE, INSPECT AND REPAIRTEMPORARY SERVICES, PROVIDE-BARGETANKS (MP FUEL SERVICE), CLEAN, TANKS
PAINTER SURGE WORKER SERVICES. SKILLED PAINTER SUPERVISOR AND PAINTERS FOR VARIOUS TASKS IAW STATEMENT OF WORK. REQUIRMENT TYPE CONTRACT BASE YEAR AND FOUR (4) OPTION YEARS.
This is a non-personnel services contract to provide Marine Surge Painter Services at the U.S. Coast Guard Yard, Baltimore, MD. The work to be performed under this contract will be performed at the U. S. Coast Guard Yard, Baltimore, MD. Work shall take place on vessels both in dry-dock vessels and pier side vessels.
AIRPORT OPERATIONS, SECURITY GUARD SERVICES AND FUEL FARM MAINTENANCE, CLEARWATER, FL
REFUSE COLLECTION AND DISPOSAL SERVICES, SEATTLE, WA
HVAC CONTROL SYSTEM, REPAIR REPLACEMENT SERVICES, KEY WEST, FL
201170345 333415
201169526 488119201169543 561210 CARETAKER SERVICES, ST. PAUL, AK
201169777 541612
201169789 712110
201169790 721110
201169783 332313
201169781 332111
201170090 337214 PACAREA Furniture Design and Installation
201169788 721110
201169775 721110
201169786 444190 Lease of Modular Officce Trailer, Kil, MS201170266 531120 Lease of Modular Office Trailer
201170292 337214
201169784 541930
Air Conditioning and Refrigeration Maintenance, Repair and Replacement Services, Key West, Florida
MAINTENANCE OF GROUND SUPPORT EQUIPMENT, BORINQUEN, PR
Environmental Operations Warehouse Manager Services for Base Support (BSU) Alameda
Emergency Evacuation and Relocation Berthing and Facilities for MSC Lake Charles, LA
Long Term Berthing for OPBAST MH60-J Air & Maintenance Crew in Providenciales, Turks & Caicos Islands
Foam Filled Steel River Buoy Manufactur and Delivery
Large Size Welded Steel Chain and Bridles; Small Size Open Link Welded Steel Chain for use in mooring aids to navigation buoys in the coastal and inland water of the US. Current contract information for Small Chain is: Contract Number HSCG23-07-D-ECB004, Columbus McKinnon Corp., POC Celena Moses, 888-611-7111; [email protected]
Emergency Evacuation and Relocation Berthing and Facilities for MSU Port Arthur, TX
Emergency Evacuation and Relocation Berthing and Facilities for USCG Sector New Orleans in Baton Rouge, LA
Plan, Design, Procure and Installation of Officer Furniture, PACAREA
Interpreter Services, Creole - USCG District Seven, Miami, FL
201169602 541618
201169988 811213
201170138 517110
201170273 315299
201169494 315299
201169796 541511201169623 532420 Copier Equipment201169625 532420 Copier Equipment
201170337 531190
201169590 541511
201170001 518210
201169884 611420
201169574 238210
To obtain support services associated with the management of USCG telecommunications circuit inventory and billing.
This proposal addresses the work required to perform Operations and Maintenance support for the Secret Internet Protocol Router Network (SIPRNET) router infrastructure at United States Coast Guard (USCG) sites.
Procurement of CISCO network equipment over a 5 year period.
MARITIME COLD WEATHER SUIT SYSTEM (MCWSS)
MARITIME COLD WEATHER SUIT SYSTEM (MCWSS)
Direct Manufacturer Support Laserfiche Software Assurance Plan
ESTABLISH MIPR WITH STATE DEPT. FOR THE RENTAL OF SPACE FOR UD/FMB IN WASHINGTON, DC. FYY11
Modernize the eInformation Network in advance of migrating to the DHS Data Center 2. Migrate the entire eInformation Network to DHS Data Center 2.
Modernization of USSS GIS programs, and migration of same to DHS data center.
Training and equipment (hardware and software) for cell phone forensic classes
Upgrade of electrical fixtures in response to Executive Order 13423 to reduce utility costs.
201169848 622110
201169785 238210
Procure an academic medical center to provide medical direction, oversight, guidance, operational support, mission medical analysis, medical consultation, training and medical treatment concerning all aspects of emergency medicine. The requirement also includes providing a medical director and a staff of physicians that are able to travel to foreign and domestic locations to support protective details.
This is to upgrade fire alarm systems Campus wide at RTC in compliance with fire life safety mandates.
Organization Code Acquisition Method Small Business Set-Aside
CBP\ PO NISH
CBP\Air and Marine\ Contract(s) NoneCBP\Air and Marine\ Contract(s) None
CBP\Air and Marine\ Contract(s) 8(a)CBP\Air and Marine\ Contract(s) 8(a)CBP\Air and Marine\ Contract(s) 8(a)CBP\Air and Marine\ Contract(s) 8(a)CBP\Air and Marine\ Contract(s) 8(a)
CBP\BP/SOG\ Contract(s) SB
CBP\BP/SOG\ PO SB
CBP\BP/SOG\ PO 8(a)
CBP\BP\ PO SB
CBP\BP\ PO SB
CBP\BP\ PO SB
CBP\BP\Del Rio Sector\ PO TBD
CBP\BP\Del Rio Sector\ PO TBD
CBP\BP\DTM\ BPA TBD
CBP\BP\DTM\ BPA TBD
CBP\BP\DTM\ BPA TBD
CBP\BP\EIT\ GSA None
CBP\BP\EIT\ASE\ PO None
CBP\BP\EIT\ASE\ PO None
CBP\BP\Laredo\ PO TBD
CBP\BP\Laredo\ PO SBCBP\BP\Laredo\ PO TBD
CBP\BP\SWB\ PO SBCBP\BP\TCA\ PO SB
CBP\Facilities Management & Engineering\ Contract(s) TBD
CBP\Facilities Management & Engineering\ Other 8(a)
CBP\Facilities Management & Engineering\ Other 8(a)
CBP\Facilities Management & Engineering\ Other SB
CBP\Facilities Management & Engineering\ Other SB
CBP\Facilities Management & Engineering\ Other HubZone
CBP\Facilities Management & Engineering\ PO TBD
CBP\Facilities Management & Engineering\ PO 8(a)
CBP\INA\ Contract(s) None
CBP\Office of Administration\ BPA TBD
CBP\Office of Administration\ BPA TBD
CBP\Office of Administration\ BPA SB
CBP\Office of Administration\ BPA None
CBP\Office of Administration\ Contract(s) 8(a)
CBP\Office of Administration\ Contract(s) 8(a)
CBP\Office of Administration\ Contract(s) SB
CBP\Office of Air and Marine Operations\ Other 8(a)
CBP\OFO\ BPA TBD
CBP\OFO\ BPA None
CBP\OFO\ Contract(s) 8(a)
CBP\OFO\ PO 8(a)
CBP\OFO\ PO TBD
CBP\OIT\BEMS\ PO TBDCBP\OIT\EDME\ BPA TBDCBP\OIT\EDME\ BPA TBDCBP\OIT\EDME\ GSA TBDCBP\OIT\EDME\ GSA TBDCBP\OIT\EDME\ Other TBDCBP\OIT\EDME\ Other TBDCBP\OIT\EDME\ Other TBDCBP\OIT\EDME\ Other TBDCBP\OIT\EDME\ Other TBDCBP\OIT\EDME\ Other TBDCBP\OIT\EDME\ Other 8(a)CBP\OIT\EDME\ Other TBDCBP\OIT\EDME\ Other TBDCBP\OIT\EDME\ Other TBD
CBP\OIT\EDME\EDCOG\ Contract(s) SBCBP\OIT\EDME\EDCOG\ PO SB
CBP\OIT\EDME|ESEG|DEB\ PO None
CBP\OIT\ENTS\ BPA None
CBP\OIT\ENTS\ BPA None
CBP\OIT\ENTS\ BPA 8(a)
CBP\OIT\ENTS\ BPA 8(a)
CBP\OIT\ENTS\ BPA 8(a)
CBP\OIT\ENTS\ BPA TBD
CBP\OIT\ENTS\ Contract(s) TBD
CBP\OIT\ENTS\ Contract(s) SB
CBP\OIT\ENTS\ Contract(s) 8(a)CBP\OIT\ENTS\ Contract(s) None
CBP\OIT\ENTS\ Contract(s) TBD
CBP\OIT\ENTS\ Contract(s) 8(a)
CBP\OIT\ENTS\ Contract(s) 8(a)
CBP\OIT\ENTS\ DWAC/EAGLE 8(a)
CBP\OIT\ENTS\ DWAC/EAGLE II TBD
CBP\OIT\ENTS\ DWAC/FirstSource TBD
CBP\OIT\ENTS\ DWAC/FirstSource TBD
CBP\OIT\ENTS\ DWAC/FirstSource SB
CBP\OIT\ENTS\ DWAC/FirstSource TBDCBP\OIT\ENTS\ DWAC/FirstSource SB
CBP\OIT\ENTS\ DWAC/FirstSource TBD
CBP\OIT\ENTS\ DWAC/FirstSource 8(a)
CBP\OIT\ENTS\ DWAC/FirstSource 8(a)CBP\OIT\ENTS\ DWAC/FirstSource 8(a)
CBP\OIT\ENTS\ DWAC/FirstSource TBD
CBP\OIT\ENTS\ DWAC/FirstSource TBDCBP\OIT\ENTS\ Other TBD
CBP\OIT\ENTS\ Other TBD
CBP\OIT\ENTS\ Other SDVOSB
CBP\OIT\TASPO\ BPACBP\OIT\TASPO\ BPA None
CBP\OIT\TASPO\ DWAC/FirstSource None
CBP\OIT\TASPO\ DWAC/FirstSourceCBP\OIT\TASPO\ Other 8(a)
CBP\OIT\TASPO\ Other 8(a)
CBP\OIT\WM\ Contract(s) 8(a)
CBP\OIT\WSPO\ GWAC/MAC None
CBP\OPA\ GSA SB
CBP\OT\ Contract(s) None
CBP\OTD\ Contract(s) None
CBP\OTD\ GSA SB
CBP\SBI\ Contract(s) TBD
DHS HQ\CIO\CISO\ DWAC/FirstSource None
DHS HQ\CIO\ITSO\ BPA None
DHS HQ\CIO\ITSO\ BPA None
DHS HQ\CIO\ITSO\ DWAC/EAGLE SB
DHS HQ\CIO\ITSO\ DWAC/EAGLE None
DHS HQ\CIO\ITSO\ DWAC/EAGLE None
DHS HQ\CIO\ITSO\ DWAC/EAGLE SB
DHS HQ\CIO\ITSO\ DWAC/EAGLE None
DHS HQ\CIO\ITSO\ DWAC/EAGLE None
DHS HQ\CIO\ITSO\ DWAC/EAGLE None
DHS HQ\CIO\ITSO\ DWAC/FirstSource SB
DHS HQ\CIO\ITSO\ DWAC/FirstSource SB
DHS HQ\CIO\ITSO\COMSEC\ DWAC/EAGLE None
DHS HQ\CIO\ITSO\WMO\ BPA None
DHS HQ\CIO\ITSO\WMO\ DWAC/FirstSource SB
DHS HQ\CIO\OAT\GMO\ BPA None
DHS HQ\CIO\OAT\GMO\ BPA None
GSA NoneDHS HQ\DNDO\PAD\ BPA NoneDHS HQ\DNDO\PAD\ BPA NoneDHS HQ\DNDO\PAD\ BPA None
DHS HQ\DNDO\PAD\ Contract(s) NoneDHS HQ\DNDO\PAD\ Contract(s) None
DHS HQ\DNDO\PAD\ Contract(s) None
DHS HQ\DNDO\National Technical Nuclear Forensics Center\
DHS HQ\NPPD\FPS\ Other None
DHS HQ\NPPD\FPS\Region 10\ Other SB
DHS HQ\NPPD\FPS\Region 10\ Other SB
DHS HQ\NPPD\FPS\Region 3\ BPA 8(a)
DHS HQ\NPPD\FPS\Region 3\ BPA SB
DHS HQ\NPPD\FPS\Region 3\ BPA 8(a)
DHS HQ\NPPD\FPS\Region 3\ BPA 8(a)
DHS HQ\NPPD\FPS\Region 4\ DWAC/PACTS SDVOSBDHS HQ\NPPD\IP\ Contract(s) TBD
DHS HQ\NPPD\IP\ Contract(s)
DHS HQ\NPPD\IP\ GSA TBD
DHS HQ\NPPD\NCS\ Contract(s) None
DHS HQ\OHA\ Contract(s) TBDDHS HQ\OHA\WMD & BIODEFENSE\ Contract(s) None
DHS HQ\OPO\ Contract(s) SB
DHS HQ\OPO\ Contract(s) SBDHS HQ\OPS\ Contract(s) TBD
DHS HQ\S&T\ BAA SB
DHS HQ\S&T\ Contract(s) None
DHS HQ\S&T\Chemical and Biological\ Contract(s) TBD
DHS HQ\S&T\Front Office\OCIO\ BPA SB
DHS HQ\S&T\Front Office\OCIO\ BPA SB
DHS HQ\S&T\Front Office\OCIO\ Contract(s) TBD
DHS HQ\S&T\Front Office\OCIO\ Contract(s) SB
DHS HQ\S&T\Front Office\OCIO\ DWAC/EAGLE TBD
DHS HQ\S&T\Front Office\OCIO\ DWAC/EAGLE TBD
DHS HQ\S&T\Human Factors\ BAA TBD
BPA TBDDHS HQ\S&T\Infrastructure and Geophysical\
BPA None
Contract(s) TBD
Contract(s) TBD
Contract(s) TBD
Contract(s) TBD
Contract(s) TBD
Contract(s) TBD
GSA TBDDHS HQ\S&T\Innovation\ Contract(s) None
DHS HQ\S&T\Laboratory Facilities\ BPA SBDHS HQ\S&T\Laboratory Facilities\ Other None
DHS HQ\S&T\OCIO\ Contract(s) SB
DHS HQ\S&T\Infrastructure and Geophysical\
DHS HQ\S&T\Infrastructure and Geophysical\
DHS HQ\S&T\Infrastructure and Geophysical\
DHS HQ\S&T\Infrastructure and Geophysical\
DHS HQ\S&T\Infrastructure and Geophysical\
DHS HQ\S&T\Infrastructure and Geophysical\
DHS HQ\S&T\Infrastructure and Geophysical\
DHS HQ\S&T\Infrastructure and Geophysical\
DHS HQ\S&T\Other Salaries & Expenses\ BPA SB
DHS HQ\S&T\Other Salaries & Expenses\ BPA SB
DHS HQ\S&T\Research\ Contract(s) SB
DHS HQ\US Visit\ Contract(s) None
DHS HQ\US Visit\ Contract(s) None
DHS HQ\US Visit\ Contract(s) None
DHS HQ\US Visit\ Contract(s) None
DHS HQ\US Visit\ DWAC/EAGLE None
DHS HQ\US Visit\ DWAC/EAGLE None
DHS HQ\US Visit\ GSA NoneDHS HQ\USCIS\CSD\ Contract(s) TBD
DHS HQ\USCIS\CSD\Call Centers\ Contract(s) SB
DHS HQ\USCIS\ESD\NRC\ Contract(s) SDVOSB
DHS HQ\USCIS\ESD\VER\ Contract(s) None
DHS HQ\USCIS\ESD\VER\ DWAC/EAGLE None
DHS HQ\USCIS\MGNT\ DWAC/PACTS SDVOSBDHS HQ\USCIS\MGNT\OCFO\ Contract(s) None
DHS HQ\USCIS\MGT\HCT\ Contract(s) TBDDHS HQ\USCIS\MGT\HCT\ DWAC/EAGLE TBD
DHS HQ\USCIS\MGT\HCT\HCMD\ BPA NoneDHS HQ\USCIS\MGT\HCT\TCDD\ Contract(s) TBD
DHS HQ\USCIS\MGT\HCT\TCDD\ Contract(s) TBD
DHS HQ\USCIS\MGT\HCT\TCDD\ Contract(s) TBD
DHS HQ\USCIS\MGT\HCT\TCDD\ Contract(s) TBD
DHS HQ\USCIS\MGT\HCT\WRD\ Contract(s) TBD
DHS HQ\USCIS\MNGT\ DWAC/FirstSource NoneDHS HQ\USCIS\MNGT\OIT\ BPA None
DHS HQ\USCIS\MNGT\OIT\ BPA SB
DHS HQ\USCIS\MNGT\OIT\ BPA None
DHS HQ\USCIS\MNGT\OIT\ BPA None
DHS HQ\USCIS\MNGT\OIT\ BPA TBD
DHS HQ\USCIS\MNGT\OIT\ BPA None
DHS HQ\USCIS\MNGT\OIT\ BPA None
DHS HQ\USCIS\MNGT\OIT\ Contract(s) None
DHS HQ\USCIS\MNGT\OIT\ Contract(s) TBD
DHS HQ\USCIS\MNGT\OIT\ Contract(s) None
DHS HQ\USCIS\MNGT\OIT\ Contract(s) None
DHS HQ\USCIS\MNGT\OIT\ Contract(s) None
DHS HQ\USCIS\MNGT\OIT\ Contract(s) TBD
DHS HQ\USCIS\MNGT\OIT\ Contract(s) NoneDHS HQ\USCIS\MNGT\OIT\ Contract(s) None
DHS HQ\USCIS\MNGT\OIT\ DWAC/EAGLE None
DHS HQ\USCIS\MNGT\OIT\ DWAC/EAGLE None
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SBDHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource None
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource None
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource None
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource TBD
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource None
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SBDHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource None
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource None
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SBDHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource NoneDHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource SB
DHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource NoneDHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource NoneDHS HQ\USCIS\MNGT\OIT\ DWAC/FirstSource None
DHS HQ\USCIS\OFO\ Contract(s) TBDDHS HQ\USCIS\OPS\ Contract(s) None
DHS HQ\USCIS\OPS\ Contract(s) TBDDHS HQ\USCIS\OPS\ DWAC/EAGLE SB
DHS HQ\USCIS\OTC\ Contract(s) None
DHS HQ\USCIS\OTC\ DWAC/FirstSource SB
DHS HQ\USCIS\SCOPS\ BPA None
DHS HQ\USCIS\SCOPS\ Contract(s) SB
DHS HQ\USCIS\SCOPS\ Contract(s) SB
DHS HQ\USCIS\SCOPS\ Contract(s) None
DHS HQ\USM\ GSA None
DHS HQ\USM\CFO\ PO NoneDHS HQ\USM\Office of Security\ Contract(s) TBDDHS HQ\USM\Office of Security\ DWAC/EAGLE NoneDHS HQ\USM\Office of Security\ Other TBDDHS HQ\USM\Office of Security\ PO TBD
FEMA\AMD\GCRO\LA\ Contract(s) SB
FEMA\AMD\GCRO\LA\ Contract(s) SB
FEMA\NCRC\ Contract(s) 8(a)
FEMA\NPD\NIC\CDP\ Contract(s) TBD
FEMA\NPD\NIC\CDP\ Contract(s) TBDFEMA\NPD\NIC\CDP\ Contract(s) TBD
FEMA\NPD\NIC\CDP\ Contract(s) TBDFEMA\NPD\NIC\CDP\ Contract(s) TBD
FEMA\NPD\NIC\CDP\ Contract(s) TBD
FEMA\NPD\NIC\CDP\ Contract(s) TBDFLETC\CIO\ Contract(s) None
FLETC\FAD\ Contract(s) SBFLETC\FMD\ Contract(s) None
FLETC\FMD\ Contract(s) HubZoneFLETC\FMD\ Contract(s) None
FLETC\PMD\ Contract(s) 8(a)FLETC\SVC\ Contract(s) SB
ICE\ PO SBICE\ PO None
ICE\A/S\ GSA NoneICE\A/S\NFTTU\ BPA None
ICE\A/S\NFTTU\ Contract(s) None
ICE\A/S\SEVP\ Contract(s) None
ICE\A/S\SEVP\ Other SB
ICE\CFO\ BPA TBD
ICE\CIO\ Contract(s) None
ICE\CIO\ Contract(s) None
ICE\CIO\ Contract(s) None
ICE\CIO\ Contract(s) SBICE\CIO\ Contract(s) 8(a)ICE\CIO\ Contract(s) NoneICE\CIO\ Contract(s) SB
ICE\CIO\ DWAC/FirstSource NoneICE\CIO\ DWAC/FirstSource TBD
ICE\CIO\ Other TBD
ICE\CIO\ PO TBD
ICE\CIO\ PO TBD
ICE\CIO\ PO TBD
ICE\CIO\ PO TBD
ICE\DRO\ Contract(s) SB
ICE\INV\ DWAC/EAGLE
ICE\INV\ Other None
ICE\INV\TechOps\ Contract(s) None
ICE\OIA\ BPA SB
ICE\OIA\ GSA TBD
ICE\OPR\ GSA None
USCG\ Contract(s) None
USCG\ Contract(s) None
USCG\Academy\USCG\CG-9121\ Contract(s) TBDUSCG\ALC\HC144\ Contract(s) None
USCG\ALC\HC144\ GSA None
USCG\ALC\MRS\ Contract(s) NoneUSCG\ALC\MRS\ GSA NoneUSCG\ALC\MRS\ Other None
USCG\ALC\MRS\ Other None
USCG\ARSC\ Contract(s) None
USCG\ARSC\ Contract(s) TBD
USCG\ARSC\ GSA None
USCG\ARSC\ PO None
USCG\ARSC\ PO None
USCG\ARSC\ PO None
USCG\ARSC\ PO TBD
USCG\ARSC\ PO None
USCG\ARSC\38/HH65/\ PO TBD
USCG\ARSC\ALC/LRS\ Contract(s) None
USCG\ARSC\ALC/LRS\ GSA SB
USCG\ARSC\ALC/LRS\ PO NoneUSCG\ARSC\ALD\ Contract(s) SBUSCG\ARSC\ESD\USCG\ALC\ PO None
USCG\ARSC\MRR\ BOA
USCG\ARSC\MRR\ Contract(s) None
USCG\ARSC\MRR\ GSA TBD
USCG\ARSC\MRR\ GSA
USCG\ARSC\USCG\ALC\ Contract(s) TBD
USCG\ARSC\USCG\ALC\ Contract(s) None
USCG\ARSC\USCG\ALC\ Contract(s) None
USCG\ARSC\USCG\ALC\ PO TBD
USCG\ARSC\USCG\ALC\ PO SB
USCG\ARSC\USCG\ALC\ PO None
USCG\ARSC\USCG\ALC\ None
USCG\C2CEN\ Contract(s) 8(a)
USCG\C2CEN\ Contract(s) None
USCG\C2CEN\ Contract(s) TBD
USCG\C2CEN\ DWAC/EAGLE None
USCG\C4IT\TISCOM\ Contract(s) SDVOSBUSCG\CEU Cleveland\ Contract(s) 8(a)
USCG\CEU Honolulu\ Contract(s) 8(a)
USCG\CEU Honolulu\ Contract(s) 8(a)
USCG\CEU Juneau\ Contract(s) None
USCG\CEU Juneau\ Contract(s) 8(a)
USCG\CEU Juneau\ Contract(s) 8(a)
USCG\CEU Miami\ Contract(s) HubZone
USCG\CEU Miami\ Contract(s) HubZone
USCG\CEU Miami\ Contract(s) TBD
USCG\CEU Miami\ Contract(s) TBD
USCG\CEU Miami\ Contract(s) TBD
USCG\CEU Miami\ Contract(s) TBD
USCG\CEU Miami\ Contract(s) TBD
USCG\CEU Miami\ Contract(s) TBD
USCG\CEU Miami\ Contract(s) TBD
USCG\CEU Miami\ Contract(s) TBD
USCG\CEU Miami\ Contract(s) TBD
USCG\CEU Miami\ Contract(s) TBD
USCG\CEU Miami\ Contract(s) TBD
USCG\CEU Miami\ Contract(s) TBD
USCG\CEU Miami\ Other HubZone
USCG\CEU Miami\ PO HubZone
USCG\CEU Oakland\ BOA 8(a)
USCG\CEU Oakland\ Contract(s) SDVOSB
USCG\CEU Oakland\ Contract(s) SDVOSB
USCG\CEU Oakland\ Contract(s) SDVOSB
USCG\CEU Oakland\ Contract(s) SDVOSB
USCG\CEU Oakland\ Contract(s) SB
USCG\CEU Oakland\ Contract(s) SDVOSB
USCG\CEU Oakland\ Contract(s) 8(a)
USCG\CEU Oakland\ Contract(s) SB
USCG\CEU Oakland\ Contract(s) SDVOSB
USCG\CEU Oakland\ Contract(s) SDVOSB
USCG\CEU Oakland\ Contract(s) SDVOSB
USCG\CEU Oakland\ Contract(s) SDVOSB
USCG\CEU Oakland\ Contract(s) SDVOSB
USCG\CEU Oakland\ Contract(s) SB
USCG\CEU Oakland\ Contract(s) SDVOSB
USCG\CEU Oakland\ Contract(s) SDVOSB
USCG\CEU Oakland\ Contract(s) SB
USCG\CEU Oakland\ Contract(s) SDVOSB
USCG\CEU Oakland\ Contract(s) SDVOSB
USCG\CEU Oakland\ Contract(s) SDVOSB
USCG\CEU Oakland\ Contract(s) SDVOSB
USCG\CEU Oakland\ Contract(s) SDVOSB
USCG\CEU Oakland\ Contract(s) SDVOSB
USCG\CEU Oakland\ GSA SBUSCG\CEU Providence\ Contract(s) SDVOSB
USCG\CEU Providence\ Contract(s) SB
USCG\CEU Providence\ Contract(s) SB
USCG\CEU Providence\ Contract(s) SB
USCG\CEU Providence\ Contract(s) TBDUSCG\CEU Providence\ Contract(s) SB
USCG\CEU Providence\ Contract(s) SB
USCG\CEU Providence\ Contract(s) HubZone
USCG\CEU Providence\ Contract(s) SB
USCG\CEU Providence\ Contract(s) SB
USCG\CEU Providence\ GSA TBD
USCG\CG-09\CG-095\ Contract(s) None
USCG\CG-1\11\ BPA TBD
USCG\CG-1\11\ Contract(s) TBD
USCG\CG-1\11\ Contract(s) TBD
USCG\CG-1\11\ Contract(s) TBD
USCG\CG-1\11\ Contract(s) TBD
USCG\CG-1\11\ Other SBUSCG\CG-1\12\ Contract(s) SB
USCG\CG-1\CG-1B1\ BPA TBD
USCG\CG-1\CG-1B1\ BPA TBD
USCG\CG-1\CG-1B1\ BPA TBD
USCG\CG-5\ BPA None
USCG\CG-5\ BPA None
USCG\CG-5\ BPA TBD
USCG\CG-5\ BPA None
USCG\CG-5\ BPA None
USCG\CG-5\ Contract(s) None
USCG\CG-5\ Contract(s) None
USCG\CG-5\ Contract(s) None
USCG\CG-5\ Contract(s) None
USCG\CG-5\ Contract(s)
USCG\CG-5\ Contract(s)
USCG\CG-5\ Contract(s) None
USCG\CG-5\ Contract(s) None
USCG\CG-5\ GSA None
USCG\CG-63\ Other SB
USCG\CG-69\ Contract(s) 8(a)USCG\CG-7\CG-711\ Contract(s) None
USCG\CG-7\CG-731\ Contract(s) None
USCG\CG-7\CG-751\ Contract(s) 8(a)
USCG\CG-9\CG-9282\ Contract(s) None
USCG\CG-9\CG-93\CG-932\ Other TBD
USCG\CG-9\CG-932\ BPA None
USCG\CG-9\CG-9321\ Contract(s) NoneUSCG\CG-9\CG-9321\ Other None
USCG\CG-9\CG-9334\ Contract(s) None
USCG\CG-938\ Contract(s) None
USCG\CG-DCO\ Contract(s) SDVOSB
USCG\DCMS-81\ Contract(s) None
USCG\FD&CC Pac\ Contract(s) 8(a)
USCG\FD&CC Pac\ Contract(s) HubZoneUSCG\FD&CC Pac\ Contract(s) SB
USCG\FD&CC Pac\ Contract(s) SB
USCG\FD&CC Pac\ HubZoneUSCG\FDCCLANT\Contracting Division\ Contract(s) 8(a)
USCG\FDCCLANT\Contracting Division\ Contract(s) 8(a)
USCG\FDCCLANT\Contracting Division\ Contract(s) None
USCG\FDCCLANT\Contracting Division\ Contract(s) SDVOSB
USCG\FDCCLANT\Contracting Division\ Contract(s)USCG\FDCCLANT\Contracting Division\ Contract(s) 8(a)
USCG\FDCCLANT\Contracting Division\ Contract(s) SDVOSB
USCG\FDCCLANT\Contracting Division\ GWAC/MAC SDVOSB
USCG\NPFC\ DWAC/FirstSource None
USCG\NPFC\ GSA None
USCG\R&D Center\ Contract(s) None
USCG\R&D Center\ Contract(s) None
USCG\R&D Center\ Contract(s) 8(a)
USCG\R&D Center\ Contract(s) NISHUSCG\R&D Center\ Contract(s) None
USCG\R&D Center\ Contract(s) 8(a)USCG\R&D Center\ Contract(s) NoneUSCG\R&D Center\ Contract(s) NoneUSCG\R&D Center\ Contract(s) None
USCG\R&D Center\ Contract(s) None
USCG\R&D Center\ Contract(s) None
USCG\R&D Center\ Contract(s) NoneUSCG\R&D Center\ Contract(s) None
USCG\R&D Center\ Contract(s) None
USCG\R&D Center\ Contract(s) 8(a)
USCG\R&D Center\ Other None
USCG\SFLC\ Contract(s) None
USCG\SFLC\ Contract(s) None
USCG\SFLC\ Contract(s) None
USCG\SFLC\ Contract(s) None
USCG\SFLC\ Contract(s) HubZone
USCG\SFLC\ Contract(s) None
USCG\SFLC\ Contract(s) None
USCG\SFLC\ Contract(s) SB
USCG\SFLC\ Contract(s) None
USCG\SFLC\ Contract(s) None
USCG\SFLC\ Contract(s) None
USCG\SFLC\ GSA None
USCG\SFLC\ GSA None
USCG\SFLC\ GSA None
USCG\SFLC\ PO TBD
USCG\SFLC\
USCG\SFLC\CPD1\ Contract(s) TBD
USCG\SFLC\CPD1\ Contract(s) TBD
USCG\SFLC\CPD1\ Contract(s) None
USCG\SFLC\CPD1\ Contract(s) None
USCG\SFLC\CPD1\ Contract(s) NoneUSCG\SFLC\CPD1\ Contract(s) SDVOSB
USCG\SFLC\CPD1\ Contract(s) SB
USCG\SFLC\CPD1\ Contract(s) TBD
USCG\SFLC\CPD1\ Contract(s) TBD
USCG\SFLC\CPD1\ Contract(s) TBDUSCG\SFLC\CPD1\ Contract(s) TBD
USCG\SFLC\CPD1\ Contract(s) TBD
USCG\SFLC\CPD1\ Contract(s) TBD
USCG\SFLC\CPD1\ Contract(s) TBD
USCG\SFLC\CPD1\uscg/sflc/cpd2/lre\ Contract(s) TBD
USCG\SFLC\CPD1\uscg/sflc/cpd2/lre\ Contract(s) TBD
USCG\SFLC\CPD1\uscg/sflc/cpd2/lre\ Contract(s) TBD
USCG\SFLC\CPD1\uscg/sflc/cpd2/lre\ Contract(s) TBD
USCG\SFLC\CPD1\uscg/sflc/cpd2/lre\ Contract(s) TBD
USCG\SFLC\CPD1\uscg/sflc/cpd2/lre\ Contract(s) TBD
USCG\SFLC\CPD2\ Contract(s) None
USCG\SFLC\CPD2\ Contract(s) None
USCG\SFLC\CPD2\ Contract(s) None
USCG\SFLC\CPD2\ Contract(s) None
USCG\SFLC\CPD2\ Contract(s) HubZone
USCG\SFLC\CPD2\ Contract(s) HubZoneUSCG\SFLC\CPD3\ Contract(s) NoneUSCG\SFLC\CPD3\ Contract(s) None
USCG\SFLC\CPD3\ Contract(s) SB
USCG\SFLC\CPD3\ GSA NoneUSCG\SFLC\MECPL\ Contract(s) TBD
USCG\SILC\PCB2\ Contract(s) None
USCG\SILC\PCB2\ Contract(s)
USCG\SILC\PCB2\ Contract(s)
USCG\SILC\PCB2\ Contract(s)
USCG\SILC\PCB2\ GSA NoneUSCG\SILC\PCB2\ GSA SB
USCG\SILC\PCB4\ Contract(s) 8(a)
USCG\SILC\PCB4\ Contract(s) None
USCG\SILC\PCB4\ Contract(s) None
USCG\SILC\PCB4\ Contract(s) SB
USCG\SILC\PCB4\ Contract(s) None
USCG\SILC\PCB4\ Contract(s) NISH
USCG\SILC\PCB4\ Contract(s) None
USCG\SILC\PCB4\ Contract(s) None
USCG\SILC\PCB4\ GSA NoneUSCG\SILC\PCB4\ GSA None
USCG\SILC\PCB4\ GSA None
USCG\SILC\PCB4\ Other None
USCG\TISCOM\tis-31\ BPA TBD
USCG\TISCOM\tis-412\ Other None
USCG\TISCOM\tis-412\ Other TBD
USCG\TraCen\ GSA SB
USCG\TraCen\ GSA SB
USSS\ Contract(s) NoneUSSS\AD-INV\ PO NoneUSSS\AD-INV\ PO None
USSS\AOD\ Other None
USSS\CID\ Contract(s) TBD
USSS\CID\ Contract(s) HubZone
USSS\CID\ PO TBD
USSS\JJRTC\ Contract(s) None
Expected Dollar Range QTR Release FY POC Name POC Number
$500K to $1M 3 2011 Ramon J Rangel 787-729-6999
$5M to $10M 4 2011 Brian Fazzone 202-344-3116$2M to $5M 3 2011 Greg A. Kenney 202-325-0224
$100K to $250K 4 2011 Sean Nealy 317-614-4806$250K to $500K 4 2011 Sean Nealy 317-614-4806$250K to $500K 4 2011 Sean Nealy 317-614-4806$250K to $500K 4 2011 Sean Nealy 317-614-4806$500K to $1M 4 2011 Sean Nealy 317-614-4806
$250K to $500K 3 2011 Steve M. Souza 915-231-2858
$250K to $500K 3 2011 Carlos Soto III 915-281-2850
$250K to $500K 3 2011 Steve M Souza 915-231-2858
$100K to $250K 2 2012 Dave Moss 509-353-2747
$100K to $250K 2 2012 Dave Moss 509-353-2747
$100K to $250K 2 2012 Dave Moss 509-353-2747
$250K to $500K 3 2011 HUGO SANTOS 830-778-7107
$500K to $1M 3 2011 HUGO SANTOS 830-778-7107
$100K to $250K 3 2011 Beverly Fundersol 586-239-2064
$100K to $250K 3 2011 Beverly Fundersol 586-239-2064
$10M to $20M 3 2011 Beverly Fundersol 586-239-2064
$500K to $1M 4 2011 Joshua Bedregal 202-325-4019
$250K to $500K 4 2011 Bruce Chisholm 202-325-4601
$500K to $1M 4 2011 bruce chisholm 202-325-4601
$100K to $250K Lety Ramos 956-764-3278
$100K to $250K 3 2011 Miguel Herrera III$100K to $250K 3 2011 Mike Herrera III 956-764-3242
$100K to $250K 4 2011 Nicole Johnson 802-868-3361$250K to $500K 4 2011 Alyssa Gastelum 520-748-3222
$250K to $500K 4 2011 Jerry Green 817-868-8967
$100K to $250K 3 2011 Kevin Joy 949-425-7052
$100K to $250K 3 2011 Kevin Joy 949-425-7052
$100K to $250K 4 2011 Kevin Joy 949-425-7052
$500K to $1M 3 2011 KEVIN JOY 949-425-7052
$500K to $1M 4 2011 Kevin Joy 949-425-7052
$100K to $250K 3 2011 Bill Dunn 949-360-2182
Under $100K 3 2011 Kevin Joy 949-425-7052
$500K to $1M 4 2011 Yvette Hunt 202-325-0809
$1M to $2M 4 2011 Dave Guzewich 202-345-4123
$250K to $500K 3 2011 Dave Guzewich 202-345-4123
$2M to $5M 3 2011 John Licud (202) 325-4299
Under $100K 3 2011 John Licud (202) 325-4299
$2M to $5M 3 2011 Brent Weiand 317-381-5475
$1M to $2M 1 2012 Dale Sims 317-614-4553
$250K to $500K 2 2011 Janna Daniels (202) 344-1924
$2M to $5M 4 2011 Darrell Bredehoeft 951-656-8013
$2M to $5M 3 2011 Diana Estevez 202-344-1024
$100K to $250K 3 2011 Mistelle Watkins 317-381-5403
$2M to $5M 4 2011 Stephanie Donahue 202-344-2273
$250K to $500K 3 2011 Chris Rice 202-344-2774
$250K to $500K 3 2011 Michael Ginn 305-471-8040
Over $100M 4 2012 Kim Sabo 571-468-5112$5M to $10M 4 2011 Kim Baranyk 703-921-6297$1M to $2M 4 2011 Susan Coonrod 703-921-7051$2M to $5M 4 2011 Delese Braxton 703-921-7446$100K to $250K 4 2011 Mike McFetridge 703-921-7058$1M to $2M 4 2011 Anthony Delsignore 703-921-6147$10M to $20M 4 2011 Brad Birch 703-921-6590$10M to $20M 3 2011 Brad Birch 703-921-6590$20M to $50M 4 2011 Doreen Cox 571-468-5254$20M to $50M 4 2011 Horace Richardson 571-468-6460$10M to $20M 3 2011 James Orrel 703-921-6180$2M to $5M 4 2011 James Rice$20M to $50M 4 2011 Judy Wright 571-468-4155$10M to $20M 4 2011 Kathleen Joseph 703-921-6013Under $100K 3 2011 Kim Baranyk 703-921-6297
Over $100M 4 2011 Sonia Yadav 703-463-8878$2M to $5M 3 2011 Delese Braxton 703-921-7446
$2M to $5M 4 2011 Michael Kazmerski 407-975-1946
$20M to $50M 1 2012 Cynthia Ludington 571-468-3556
$100K to $250K 3 2011 Ed Sales 703-921-6144
$100K to $250K 4 2011 Jeff Dunn 802-527-3315
$100K to $250K 4 2011 Jeff Dunn 802-527-3315
$250K to $500K 3 2011 Jeff Dunn 802-527-3315
$250K to $500K 4 2011 Jeff Dunn 802-527-3315
$10M to $20M 3 2011 Darren Bishop 571-468-2163
$1M to $2M 4 2011 Ed Sales 703-921-6144
$250K to $500K 4 2011 Ed Sales 703-921-6144$500K to $1M 4 2011 John Wilkinson 703-468-3507
$10M to $20M 4 2011 Jose Ponce 571-468-3310
$100K to $250K 1 2012 Michelle Matthews 202-334-2154
$250K to $500K 3 2011 Michelle Matthews 202-344-2154
$250K to $500K 4 2011 Ed Sales 703-921-6144
$10M to $20M 2 2012 [email protected] 571-468-3556
$2M to $5M 4 2011 Ben Smuthkochorn 703-921-7854
$100K to $250K 4 2011 David Gilliam 703-921-6142
$100K to $250K 4 2011 Ed Sales 703-921-6144
$100K to $250K 3 2011 Ed Sales 703-921-6144$1M to $2M 4 2011 Ed Sales 703-921-6144
Over $100M 4 2011 Ed Sales 703-921-6144
$100K to $250K 3 2011 Jeff Dunn 802-427-3315
$100K to $250K 3 2011 Jeff Dunn 802-527-3315$100K to $250K 3 2011 Jeff Dunn 802-527-3315
$5M to $10M 4 2011 Miguel A. Rivera 703-921-6530
$100K to $250K 4 2011 Tracy Rees 703-921-7274$100K to $250K 3 2011 Elizabeth Michelsen 703-921-6161
$100K to $250K 3 2011 Elizabeth Michelsen 703-921-6161
$10M to $20M 4 2011 Miguel A. Rivera 703-921-6530
$500K to $1M 4 2011 Ashley Spears 703-553-6603$5M to $10M 4 2011 Ashley Spears 703-553-6603
$250K to $500K 3 2011 Ashley Spears 703-553-6603
$500K to $1M 4 2011 Ashley Spears 703-553-6603$2M to $5M 3 2011 Ashley Spears 703-553-6603
$500K to $1M 4 2011 Ashley Spears 703-553-6603
$10M to $20M 1 2012 Elizabeth M Lawler 703-286-4456
$100K to $250K Karina Levitas 571-468-7039
$500K to $1M 4 2011 Janiene Jones 202-344-2169
$500K to $1M 4 2011 Shana Parker 646-733-3137
$5M to $10M 3 2011 John W. Baughman 575-746-5605
$1M to $2M 4 2011 Karen Jones 202-325-7162
$2M to $5M 4 2011 Travis Brown 571-468-7494
$100K to $250K 3 2011 David M Taylor Jr 202-357-6125
Over $100M 3 2011 Rob Warren 202-447-0644
$2M to $5M 3 2011 Shantelle Coleman 202-447-0487
$5M to $10M 3 2011 Andria Settles 202-447-0830
Over $100M 3 2011 Dan Timlick 202-447-0583
$50M to $100M 3 2011 george steel 202-447-0035
Over $100M 3 2011 George Steel 202-447-0035
$5M to $10M 4 2011 Gladys Garcia 202-357-1278
Over $100M 3 2011 Pam Smith 202-447-5584
Over $100M 3 2011 Stanley Robinson 202-447-0766
$1M to $2M 3 2011 crystal combs 202-447-0490
$2M to $5M 3 2011 Tanya Beckett 202-447-0667
$2M to $5M 3 2011 Dan Nelson 540-542-3292
$2M to $5M 3 2011 Dave Campbell 202-357-7835
$250K to $500K 3 2011 Dave Campbell 202-357-7835
$20M to $50M 3 2011 David Alexander 202-447-3727
$1M to $2M 3 2011 Joel Ingram 202-447-3102
$5M to $10M 4 2011 Gerald Baird 202-254-7705$1M to $2M 3 2011 William C. Fuller Jr. 202-254-7068$250K to $500K 2 2011 William C. Fuller Jr. 202-254-7068$2M to $5M 3 2011 William C. Fuller Jr. 202-254-7068
$250K to $500K 3 2011 William C. Fuller Jr. 202-254-7068$500K to $1M 3 2011 William C. Fuller Jr. 202-254-7068
$250K to $500K 3 2011 William.C.Fuller Jr. 202-254-7068
$1M to $2M 3 2011 Kevin Reynolds 202-579-0949
$20M to $50M 2 2012 Jennifer Goss 253-815-4101
$50M to $100M 2 2012 Nan Space 253-815-4746
$20M to $50M 1 2009 Beth Arnold-Messick 215-521-2277
$2M to $5M 2 2010 Gerry Buday 215-521-2271
$2M to $5M 1 2009 Gerry Buday (CO) 215-521-2271
$20M to $50M 1 2009 Todd Wanner 215-521-2251
$5M to $10M 4 2011 Lagayla Usher 404-893-1527$10M to $20M 4 2011 Linda Kanz 703-603-4644
$20M to $50M 4 2011 Sophia Young 703-603-4680
$5M to $10M 1 2012 Linda Kanz 703-603-4644
$500K to $1M 4 2011 Giang Huynh 703-235-4227
$10M to $20M 4 2011 Mary Taylor 202-254-6824Over $100M 1 2012 Robert Ranhofer 703-647-8075
$20M to $50M 4 2011 Katelyn A. McCullough 215-521-3101
$20M to $50M 3 2011 Kristin Blackmore (215)521-2291$250K to $500K 3 2011 Kimberly Lamar 202-447-3875
$500K to $1M 3 2011 Stephen Surko 202-254-6876
$5M to $10M 4 2011 Rochele Smith 202-254-8634
$100K to $250K 4 2011 Angela Ervin (202)254-5624
$500K to $1M 4 2011 Ian Rosenblum 202-254-6638
$100K to $250K 3 2011 Scott Randels 202-254-6053
$5M to $10M 4 2011 Karen Ortiz 202-254-2421
$100K to $250K 3 2011 Millie Ives 202-254-6828
$2M to $5M 4 2011 Millie Ives 202-254-6828
$500K to $1M 4 2011 Millie Ives 202-254-6828
$500K to $1M 4 2011 Patty Wolfhope 202-254-5790
$5M to $10M 3 2011 Randy Long (202)254-5774
$2M to $5M 3 2011 Rowan Bronson (202)254-6061
$100K to $250K 4 2011 Bruce Davis (202)254-5893
$100K to $250K 4 2011 Bruce Davis (202)254-5893
$100K to $250K 4 2011 Bruce Davis (202)254-5893
$100K to $250K 4 2011 Bruce Davis (202)254-5893
Under $100K 4 2011 Bruce Davis (202)254-5893
$500K to $1M 4 2011 Mila Kennett Reston 202-254-8296
$100K to $250K 4 2011 Mila Kennett-Reston (202)254-2317$100K to $250K 3 2011 Stephen Dennis 202-254-5788
$2M to $5M 4 2011 James Helt 202-254-6050$100K to $250K 3 2011 Stephen Hancock 202-254-6909
$100K to $250K 4 2011 Gregg Piermarini 202-254-6087
$10M to $20M 4 2011 Scott Randels 202-254-6053
$500K to $1M 4 2011 Scott Randels 202-254-6053
$100K to $250K 3 2011 Lisa Sobolewski 202-254-6768
$10M to $20M 3 2011 John Ziu (202) 447-5556
$1M to $2M 3 2011 John Ziu (202) 447-5556
Over $100M 3 2011 LaShonda Keith (202) 447-5644
$50M to $100M 4 2011 Michelle Purman (202) 298-5122
$500K to $1M 4 2011 Michelle Purman (202) 298-5122
$10M to $20M 3 2011 Michelle Purman (202)298-5122
$50M to $100M 3 2011 John Ziu (202) 447-5556$1M to $2M 4 2011 Chui-Ang Yuen 202-272-1108
$1M to $2M 1 2012 Ned Ross 802-872-4197
$2M to $5M 4 2011 USCIS Office of Contracting 802-872-4111
$5M to $10M 3 2011 Karl Brimmer (202) 443-0166
$10M to $20M 3 2011 Anish Soni 202-443-0237
$5M to $10M 1 2012 Sandra McLaughlin 202-272-1569$2M to $5M Sandra McLaughlin 202-272-1569
$500K to $1M 3 2011 USCIS Contracting Office 802-872-4102$250K to $500K 3 2011 USCIS Contracting Office 802-872-4102
$500K to $1M 3 2011 USCIS Contracting Office 802-872-4102$500K to $1M 3 2011 CIS CONTRACTING OFFICE 802-872-4102
$500K to $1M 3 2011 Emily S. French 802-288-7922
$500K to $1M 4 2011 USCIS Contracting Office 802-872-4102
$500K to $1M 4 2011 USCIS Office of Contracting 802-782-4102
$250K to $500K 3 2011 CIS Contracting Office 802-872-4102
$100K to $250K 3 2011 Gary Carlson 202-272-1729$500K to $1M 3 2011 Jerold Allie 202-272-8419
$5M to $10M 4 2011 Kay Lee 202-272-9209
$100K to $250K 4 2011 Maisha O'Connor 202-272-9266
$2M to $5M 4 2011 Peter Chin 202-272-9165
$500K to $1M 4 2011 Tiffany Reed 202-272-8312
$100K to $250K 2 2011 Todd Minor 202-272-8481
$1M to $2M 3 2011 Todd Minor 202-272-8481
$100K to $250K 3 2011 Ann Nguyen 202-272-1881
$1M to $2M 3 2011 Chad Parker 802-872-4111
$2M to $5M 4 2011 Chad Tetreault 802-872-9455
$250K to $500K 4 2011 Christine Sappenfield 202-272-1126
$100K to $250K 4 2011 David Emery 202-272-9142
$250K to $500K 4 2011 Jennifer Washington 202-272-8259
$1M to $2M 3 2011 Michael Torres 202-272-9197$1M to $2M 1 2012 Todd Minor 202-272-8481
$1M to $2M 4 2011 Ann Nguyen 202-272-1881
$10M to $20M 4 2011 Kelvin Medlock 202-272-1092
$100K to $250K 4 2011 Chad Tetreault 802-872-9455
$250K to $500K 4 2011 Chad Tetreault 802-872-9455
$250K to $500K 4 2011 Cindy Pease 802-872-9452$100K to $250K 3 2011 CIS Contracting Office 802-872-4102
$100K to $250K 4 2011 Cynthia Clinton-Brown 202-272-8897
$250K to $500K 3 2011 David Emery 202-272-9124
$500K to $1M 4 2011 David Emery 202-272-9124
$100K to $250K 3 2011 Diane Haynes 202-272-1105
$2M to $5M 4 2011 Jared Goodwin 202-272-9658
$500K to $1M 4 2011 Jesse Alexander 202-272-9567
$1M to $2M 4 2011 Keith Hall 202-272-8972
$100K to $250K 4 2011 Lynne Shaw 202-272-8387
$100K to $250K 4 2011 Michael Rall 202-272-9192
$100K to $250K 4 2011 Michael Rall 202-272-9192$100K to $250K 4 2011 Michael Rall 202-272-9291
$100K to $250K 4 2011 Michael Rall 202-272-9291
$500K to $1M 4 2011 Michael Rall 202-272-9291
$100K to $250K 4 2011 Mike Rall 202-272-9192
$250K to $500K 4 2011 Mike Torres 202-272-9197
$1M to $2M 4 2011 Peter Chin 202-272-9165$1M to $2M 4 2010 Reginal Blaisdell 802-872-4197
$2M to $5M 4 2011 Suresh (Tony) Nirmal 202-272-9014
$250K to $500K 4 2011 Suresh Nirmal 202-272-9014$500K to $1M 4 2011 Suresh Nirmal 202-272-9014
$100K to $250K 4 2011 Tiffany Reed 202-272-8312
$100K to $250K 4 2011 Tiffany Reed 202-272-8312
$100K to $250K 4 2011 Tiffany Reed 202-272-8312
$1M to $2M 4 2011 Tiffany Reed 202-272-8312
$250K to $500K 4 2011 Tiffany Reed 202-272-8312
$250K to $500K 4 2011 Tiffany Reed 202-272-8312
$250K to $500K 4 2011 Tiffany Reed 202-272-8312
$2M to $5M 4 2011 Tiffany Reed 202-272-8312
$500K to $1M 4 2011 Tiffany Reed 202-272-8312
$500K to $1M 4 2011 Tiffany Reed 202-272-8312
$500K to $1M 4 2011 Tiffany Reed 202-272-8312
$500K to $1M 4 2011 Tiffany Reed 202-272-8312
$100K to $250K 4 2011 Tod Wildason 202-272-8543
$250K to $500K 4 2011 Tod Wildason 202-272-8543
$2M to $5M 4 2011 Tod Wildason 202-272-8543
$500K to $1M 4 2011 Tod Wildason 202-272-8543
$100K to $250K 3 2011 Todd Minor 202-272-8481$1M to $2M 4 2011 Todd Minor 202-272-8481$1M to $2M 4 2011 Todd Minor 202-272-8481
$100K to $250K 3 2011 USCIS Contracting Office 802-872-4102$1M to $2M 1 2012 Michael Rather 202-272-1489
$5M to $10M 4 2011 Natasha McCann 202-272-8122$500K to $1M 4 2011 Rick Sloan 202-272-1476
$100K to $250K 3 2011 Larry Simmons (202) 358-7765
$250K to $500K 4 2011 Larry Simmons 202-358-7765
$100K to $250K 3 2008 Sean Merritt 802-872-4640
$100K to $250K 1 2012 Richard Chandler 802-872-4102
$100K to $250K 4 2010 Robert Wells 802-872-4102
$500K to $1M 3 2011 Sean Merritt 802-872-4640
$5M to $10M 4 2011 Patrick Kennedy 202-447-5478
$500K to $1M 4 2011 Melissa Evans 202-447-5211$250K to $500K 3 2011 Tanya Hill 202-447-5511$1M to $2M 3 2011 Tanya Hill 202-447-5511$500K to $1M 3 2011 Tanya Hill 202-447-5511$500K to $1M 4 2011 Tanya Hill 202-447-5511
$100K to $250K 3 2011 Charmaine Hoffman (504) 762-2939
$1M to $2M Charmaine M. Hoffman (504) 762-2939
$250K to $500K 4 2011 Donald Hartmayer 202-646-3542
$100K to $250K 4 2011 Gary Topper 301-447-7280
$100K to $250K 4 2011 Gary Topper 301-447-7280$1M to $2M 4 2011 Gary Topper 301-447-7280
$250K to $500K 4 2011 Gary Topper 301-447-7280$500K to $1M 4 2011 Gary Topper 301-447-7280
$500K to $1M 3 2011 Gary Topper 301-447-7280
$500K to $1M 4 2011 Gary Topper 301-447-7280$1M to $2M 3 2011 Sheryle Wood 912-267-3590
$2M to $5M 4 2011 Cheryl Joseph 912-267-2167$500K to $1M 4 2011 Alberta Abrams (912)267-2855
$5M to $10M 4 2011 Dan Wafford 912-267-3054$10M to $20M 4 2011 James Steff (912)267-2118
$5M to $10M Sheryle Wood 912-267-3590$20M to $50M 2 2012 Sheryle Wood 912-267-3590
$100K to $250K 3 2011 Katherine R King 202-732-7406$250K to $500K 4 2011 William Quigley 202-732-2120
$20M to $50M 4 1911 David Vroom 202-732-2660$2M to $5M 4 2011 David Davis 814-946-9981
$5M to $10M 4 2011 Bert Medina 706-649-7892
$1M to $2M 4 2011 NISHA SASPAL 703-603-3400
Over $100M 4 2011 Betty Johnson 202-743-4230
$250K to $500K 4 2011 Andrea Moore 202-732-2676
$250K to $500K 4 2011 Susan Erickson 202-732-2532
$2M to $5M 4 2011 Susan Erickson 202-732-2532
$500K to $1M 4 2011 Susan Erickson 202-732-2532
$250K to $500K 3 2011 Jonathan Cykman 202-732-2048
$1M to $2M 3 2011 Linda Sollinger 202-732-7022
$50M to $100M 1 2012 Alicia C. Saars 202-732-2606
$250K to $500K 4 2011 Jeri Justice 202-732-2674
$1M to $2M 4 2011 Kimberlee Brown 202-732-2675
$2M to $5M 4 2011 Maxine Edwards 202-732-2667$500K to $1M 4 2011 MIGUEL CRUZ 202-732-2405$5M to $10M 3 2011 MIGUEL CRUZ 202-732-2405$500K to $1M 4 2011 Thomas Terrell (202) 732-7217
$2M to $5M 4 2011 Chris Wurst 202-732-2733$500K to $1M 3 2011 Jonica Woody 202-732-2064
$100K to $250K 3 2011 Linda Sollinger (202) 732-7072
$10M to $20M 3 2011 Jeff Hamilton 202-732-7164
Over $100M 3 2011 Jeffrey Hamilton (202) 732-7164
$5M to $10M 4 2011 Jonica Woody 202-732-2064
$5M to $10M 3 2011 Scott Townsend 202-732-7207
$5M to $10M 4 2011 Rogelio Gutierrez 202-732-5951
$1M to $2M 3 2011 Karen Galloway 703-235-3420
$10M to $20M 2 2011 Thurmond "Tony" Dunbar (202) 732-5764
$2M to $5M 4 2011 Dave Williams 703-495-6001
$1M to $2M 4 2011 Cheryl Shibley 202-732-8261
$100K to $250K 4 2011 Jeffrey Brown 202-732-0267
$5M to $10M 4 2011 Timothy A. orner 202-732-0533
$500K to $1M 3 2011 LT Michael A. Karnath 202-475-3377
$100K to $250K 4 2011 Phillip Boos 202-372-2577
$100K to $250K 3 2011 CHARLES MCELROY 860-444-8245$250K to $500K 1 2012 Richard Atha 252-335-6446
$100K to $250K 3 2011 Richard Atha 252-335-6446
$500K to $1M 3 1911 AVI2 Robert Atkinson 252-334-5115$500K to $1M 3 2011 Melissa Deglau 252-335-6143$100K to $250K 4 2011 Thomas Mason 252-335-6501
$5M to $10M 1 2012 Thomas Mason 252-335-6501
$1M to $2M 3 2011 Gail Payne 252-335-6821
$2M to $5M 4 2011 Luis Mojica 252-335-6409
$1M to $2M 3 2011 Gail Payne 252-335-6821
$500K to $1M 4 2011 Sheila G. Midgette 252-335-6493
$500K to $1M 4 2011 Sheila G. Midgette 252-335-6493
$250K to $500K 3 2011 Sheila Midgette 252-335-6493
$250K to $500K 3 2011 Sheila Midgette 252-335-6493
$250K to $500K 3 2011 Shiela Midgette 252-335-6493
$100K to $250K 4 2011 Debora Plymel 252-334-5372
$2M to $5M 4 2011 Cynthia Boone 252-384-7182
$100K to $250K 3 2011 Cynthia Boone 252-384-7182
$250K to $500K 3 2011 Cynthia Boone 252-384-7182$1M to $2M 3 2011 Judi Knotts 252-335-6145$100K to $250K 4 2011 Daniel House 252-384-7230
$250K to $500K 4 2011 Stanay Gibbs 252-335-6714
$5M to $10M 1 2012 Sherri Roche 252-335-6566
$250K to $500K 4 2011 Stanay Gibbs 252-335-6714
$250K to $500K 3 2011 Tammy Bunting 252-335-6815
$500K to $1M 3 2011 Ewa brown 252-334-5407
$5M to $10M 2 2012 Keith Hoffman 252-335-6822
$2M to $5M 4 2011 Tony Twiddy 252-6494
$250K to $500K 3 2011 Debora Plymel 252-334-5372
$250K to $500K 3 2011 Ryan Suchy 252-335-5472
$100K to $250K 3 2011 Sheila Midgette 252-335-6493
$2M to $5M 3 2011 Ryan Suchy 252-335-5472
$1M to $2M 3 2011 LT Kenneth Hogue 757-483-8418
$1M to $2M 4 2011 LT Lisa Garcez 757-638-2673
$500K to $1M 3 2011 Susan Miles (757) 628-4030
$250K to $500K 4 2011 Kristi Willis 757-638-2760
$20M to $50M 4 2011 Nancy Tran 703-313-5625$500K to $1M 3 2011 James E. Dinda 216-902-6223
$500K to $1M 4 2011 Lori K. Paltridge 808-535-3496
$100K to $250K 3 2011 Tammy Kao 808-535-3474
$100K to $250K 4 2011 Rich Garrison 907-463-2418
$250K to $500K 3 2011 Rich Garrison 907-463-2418
$500K to $1M 4 2011 Stephanie Garnett 206-220-7413
$100K to $250K 3 2011 ADA HOGGARD (305)278-6724
$500K to $1M 3 2011 ADA HOGGARD (305)278-6724
$250K to $500K 4 2011 ADA HOGGARD 305-278-6724
$500K to $1M 4 2011 ADA HOGGARD 305-278-6724
$250K to $500K 4 2011 LESIA MOYER 305-278-6725
$100K to $250K 1 2012 MICHELLE NAMMUR 305-278-6720
$100K to $250K 1 2012 MICHELLE NAMMUR 305-278-6720
$1M to $2M 1 2012 MICHELLE NAMMUR 305-278-6720
$1M to $2M 1 2012 MICHELLE NAMMUR 305-278-6720
$250K to $500K 1 2012 MICHELLE NAMMUR 305-278-6720
$250K to $500K 1 2012 MICHELLE NAMMUR 305-278-6720
$250K to $500K 1 2012 MICHELLE NAMMUR 305-278-6720
$500K to $1M 4 2011 MICHELLE NAMMUR 305-278-6720
$500K to $1M 1 2012 MICHELLE NAMMUR 305-278-6720
$100K to $250K 3 2011 LESIA K. MOYER 305-278-6725
$100K to $250K 3 2011 ADA HOGGARD (305)278-6724
$100K to $250K 4 2011 JEFF CROSS 510-535-7236
$100K to $250K 4 2011 JEFF CROSS 510-535-7236
$100K to $250K 3 2011 JEFF CROSS 510-535-7236
$100K to $250K 3 2011 JEFF CROSS 510-535-7236
$100K to $250K 4 2011 JEFF CROSS 510-535-7236
$100K to $250K 3 2011 JEFF CROSS 510-535-7236
$100K to $250K 3 2011 JEFF CROSS 510-535-7236
$100K to $250K 3 2011 JEFF CROSS 510-535-7236
$100K to $250K 3 2011 JEFF CROSS 510-535-7236
$1M to $2M 4 2011 JEFF CROSS 510-535-7236
$250K to $500K 4 2011 JEFF CROSS 510-535-7236
$250K to $500K 3 2011 JEFF CROSS 510-535-7236
$250K to $500K 4 2011 JEFF CROSS 510-535-7236
$250K to $500K 4 2011 JEFF CROSS 510-535-7236
$250K to $500K 3 2011 JEFF CROSS 510-535-7236
$250K to $500K 3 2011 JEFF CROSS 510-535-7236
$250K to $500K 4 2011 JEFF CROSS 510-535-7236
$2M to $5M 3 2011 JEFF CROSS 510-535-7236
$500K to $1M 3 2011 JEFF CROSS 510-535-7236
$500K to $1M 3 2011 JEFF CROSS 510-535-7236
$500K to $1M 3 2011 JEFF CROSS 510-535-7236
$500K to $1M 3 2011 JEFF CROSS 510-535-7236
$500K to $1M 3 2011 JEFF CROSS 510-535-7236
$500K to $1M 3 2011 JEFF CROSS 510-535-7236
$100K to $250K 3 2011 JEFF CROSS 510-535-7236$100K to $250K 4 2011 JEAN BRETZ 401-736-1700
$100K to $250K 4 2011 JEAN BRETZ 401-736-1700
$250K to $500K 4 2011 JEAN BRETZ 401-736-1700
$250K to $500K 4 2011 jean bretz 401-736-1700
$250K to $500K 4 2011 JEAN BRETZ 401-736-1700$500K to $1M 4 2011 JEAN BRETZ 401-736-1700
Over $100M 4 2011 JEAN BRETZ 401-736-1700
$100K to $250K 3 2011 JEAN BRETZ 401-736-1765
$100K to $250K 3 2011 JEAN BRETZ 401-736-1765
$500K to $1M 3 2011 JEAN BRETZ 401-736-1765
$500K to $1M 4 2011 JEAN BRETZ 401-736-1765
$250K to $500K 3 2011 Frank Wood 202-372-4564
$2M to $5M 4 2011 Katherine West 202-475-5204
$10M to $20M 1 2012 John S. Reibling 202-475-5161
$2M to $5M 4 2011 Mark Williams 202-475-5187
$500K to $1M 4 2011 Monica Kueny 202-475-5185
$100K to $250K 3 2011 Trenton Janda 202-475-5184
$2M to $5M 1 2012 Shana Donaldson 202-475-5199$100K to $250K 3 2011 David Rudd 202-475-5367
$100K to $250K 4 2011 Larry Adams 202-475-5021
$100K to $250K 4 2011 Larry Adams 202-475-5021
$250K to $500K 3 2011 Larry Adams 202-475-5021
$500K to $1M 3 2011 Norm Robbins 202-475-5659
$100K to $250K Shelley Diedrich 202-475-5697
$10M to $20M 4 2011 LCDR Daniel Rogers (202) 475-5725
$10M to $20M 3 2011 LCDR Christopher M. Pisares 202-372-1174
$10M to $20M 4 2011 LCDR Christopher M. Pisares 202-372-1174
$100K to $250K 4 2011 MONICA BROWN 202-475-3737
$1M to $2M 3 2011 Monica Brown 202-475-3737
$250K to $500K 3 2011 Timothy O'Brien 202-372-1539
$250K to $500K 4 2011 David R. Christofano 202-372-2238
$2M to $5M 4 2011 Melissa Perera 202-372-1446
$250K to $500K 3 2011 Monica Grasso 202-372-1469
$250K to $500K 3 2011 Monica Grasso 202-372-1469
$500K to $1M 3 2011 Robert K. Swanson 202-372-2131
$100K to $250K 3 2011 Rodney Richardson 202-372-1086
$250K to $500K 4 2011 Saprini J. Shomari 202-372-1212
$100K to $250K 3 2011 Timothy P. O'Brien 202-372-1539
$5M to $10M 3 2011 Monica Brown 202-475-3737
$20M to $50M 4 2011 Pamela A. Moore (202)475-3572
$250K to $500K 3 2011 William R. Middleton 202-475-3476$20M to $50M JOE FAUBION (202) 372-2205
$20M to $50M 4 2011 Todd R. Aikins 202-372-2463
$100K to $250K 4 2011 Brittany Davis 202-372-2340
$5M to $10M 3 2011 Jeffrey.R. McDowell 202-372-2501
$100K to $250K 4 2011 Kelly Latusa (757) 413-7392
$250K to $500K 4 2011 Mark Powley (251) 441-6167
$2M to $5M 4 2011 Laura M. King 202-475-3005
$2M to $5M 3 2011 LCDR James Kammel 202-475-5812
$2M to $5M 4 2011 Tirene Crowell 202-475-3734
$100K to $250K 4 2011 Ahmed Majumder 202-475-5816$500K to $1M 4 2011 Ahmed Majumder 202-475-5816
$5M to $10M 4 2011 Laura Spillane 202-475-3404
$2M to $5M 4 2011 LT Max Jenny 202-475-3172
$2M to $5M 3 2011 MONICA BROWN 202-475-3737
$500K to $1M 3 2011 MKCM Greg Della Rocco (202) 475-5756
$100K to $250K 4 2011 Stephanie Garnett 206-220-7413
$100K to $250K 3 2011 Stephanie Garnett 206-220-7413$1M to $2M 4 2011 Stephanie Garnett 206-220-7413
$250K to $500K 4 2011 Stephanie Garnett 206-220-7413
$500K to $1M 4 2011 Stephanie Garnett 206-220-7413$100K to $250K 4 2011 Cheryl Allen 757-852-3415
$250K to $500K 3 2011 Cheryl Allen 757-852-3415
$10M to $20M 4 2011 Dannetta Ford 757-852-3417
$1M to $2M 3 2011 Donna Miller 757-852-3422
$20M to $50M 3 2011 Donna Miller 757-852-3422$5M to $10M 4 2011 Heather Salisbury 757-852-3422
$2M to $5M 3 2011 Pamela Argilan 757-852-3449
$100K to $250K 3 2011 Pamela Argilan 757-852-3449
$250K to $500K 4 2011 Jeff Gibson 202-493-6768
$20M to $50M 4 2011 Jane T. Niesen 202-493-6833
$100K to $250K 3 2011 J. Simmons 860-271-2890
$100K to $250K 3 2011 J. Simmons 860-271-2890
$100K to $250K 4 2011 J. Simmons 860-271-2890
$100K to $250K 3 2011 J. Simmons 860-271-2890$100K to $250K 3 2011 J. Simmons 860-271-2890
$100K to $250K 2 2011 J. Simmons 860-271-2890$250K to $500K 2 2011 J. Simmons 860-271-2890$250K to $500K 3 2011 J. Simmons 860-271-2890$250K to $500K 3 2011 J. Simmons 860-271-2890
$250K to $500K 3 2011 J. Simmons 860-271-2890
$250K to $500K 3 2010 J. Simmons 860-271-2890
$250K to $500K 4 2011 J. Simmons 860-271-2890$250K to $500K 3 2011 J. Simmons 860-271-2890
$500K to $1M 3 2011 J. Simmons 860-271-2890
$100K to $250K 2 2011 Joy Simmons 860-271-2890
$100K to $250K 3 2011 J. Simmons 860-271-2890
$100K to $250K 3 2011 ANDY OLLERMAN 410-762-6827
$2M to $5M 4 2011 JOANN T YAMANE 510-637-5970
$500K to $1M 2 2011 JOANN T YAMANE 510-637-5970
$2M to $5M 4 2011 JOANN T. YAMANE 510-637-5970
$500K to $1M 3 2011 Lisa Dieli 757-628-4647
$100K to $250K 3 2011 MICHAEL HAMBURG 410-762-6897
$500K to $1M 4 2011 Sandra M Burgert 410-762-6456
$250K to $500K 4 2011 Sandra M Burgert 410-762-6546
$500K to $1M 3 2011 SCOTT WOOD 410-762-6434
$500K to $1M 3 2011 SUSANNA WIEDMANN 410-762-6502
$250K to $500K 4 2011 YVETTE R JOHNSON 410-762-6474
$20M to $50M 2 2012 Richard L. Thomas 410-762-6232
$5M to $10M 4 2011 RICHARD L. THOMAS 410-762-6232
$250K to $500K 2 2011 ROGER PRUZINSKY 410-762-6292
$250K to $500K 4 2011 Dana Solomon 410-762-6053
$1M to $2M Richard Biagiotti 410-590-7208
$250K to $500K 4 2011 CWO Rodney T. Phillips 410-762-6615
$20M to $50M 4 2011 Linda Cho 510-637-5965
$500K to $1M 1 2012 LTJG Jennifer Rest 510-637-5843
$500K to $1M 2 2012 LTJG Jennifer Rest 510-637-5843
$500K to $1M 2 2012 LTJG Jennifer Rest 510-637-5843$100K to $250K 3 2011 MABEL L. LEE 757-628-4820
$100K to $250K 3 2011 MABEL LEE 757-628-4820
$50M to $100M 1 2012 Mr. Chas Hartley 757-628-4657
$1M to $2M 1 2012 Ms. Arlene Woodley 757-628-4645
$250K to $500K 1 2012 Ms. Wanda Salmon 757-628-4639$100K to $250K 3 2011 TARA HOLLOWAY 757-628-4757
$250K to $500K 4 2011 Tara M. Holloway (757) 628-4754
$250K to $500K 4 2011 Tomeka Evans 757-628-4666
$100K to $250K 4 2011 Wanda Salmon (757) 628-4639
$2M to $5M 4 2011 JoAnn T. Yamane 510-637-5970
$2M to $5M 4 2011 JoAnn T. Yamane 510-637-5970
$500K to $1M 2 2011 JoAnn T. Yamane 510-637-5970
$5M to $10M 4 2011 JoAnn T. Yamane 510-637-5970
$5M to $10M 4 2011 JoAnn T. Yamane 510-637-5970
$5M to $10M 1 2012 Joann Yamane 510-637-5970
$250K to $500K 4 2011 LTJG Jennifer Rest 510-637-5843
$250K to $500K 3 2011 LTJG Jennifer Rest 510-637-5843
$250K to $500K 4 2011 LTJG Jennifer Rest 510-637-5843
$500K to $1M 2 2011 LTJG Jennifer Rest 510-637-5843
$500K to $1M 3 2011 Miguel Augustin 510-637-5852
$500K to $1M 3 2011 Sandra Martinez 757-628-4591$100K to $250K 4 2011 Don Sanders 410-636-3809$500K to $1M 4 2011 Don Sanders 410-636-3809
$250K to $500K 4 2011 Ron Almond 410-762-6451
$250K to $500K 3 2011 Ron Almond 410-762-6541$1M to $2M 2 2012 Wanda Salmon (757) 628-4639
$5M to $10M 4 2011 ANTHONY WESLEY 757-628-4987
$500K to $1M 4 2011 JILLIAN NOBLETT 757-628-4119
Under $100K PATTY SCOTT (757)628-4157
$100K to $250K PATTY SCOTT 757-628-4157
$1M to $2M 4 2011 ANTHONY WESLEY 757-628-4987$100K to $250K 3 2011 TRACEY STRAWBRIDGE 757-628-4130
$1M to $2M 4 2011 Janet Kodmon 757-625-4115
$1M to $2M 3 2011 Janet Kodmon 757-628-4115
$1M to $2M 4 2011 Janet Kodmon 757-628-4115
$20M to $50M 4 2011 Janet Kodmon 757-628-4115
$20M to $50M 4 2011 Janet Kodmon 757-628-4115
$250K to $500K 3 2011 Janet Kodmon 757-628-4115
$2M to $5M 4 2011 Janet Kodmon 757-628-4115
$2M to $5M 3 2011 Janet Kodmon 757-628-4115
$100K to $250K 3 2011 Janet Kodmon 757-628-4115$250K to $500K 4 2011 Janet Kodmon 757-628-4115
$250K to $500K 4 2011 Janet Kodmon 757-628-4115
$500K to $1M 4 2011 Janet Kodmon 757-628-4115
$100K to $250K 3 2011 CDR Joe Staier 703-313-5604
$250K to $500K 3 2011 John Macy (703) 313-5464
$20M to $50M 4 2011 Nancy Tran 703-313-5625
$100K to $250K 3 2011 Lerna Shafakian (202) 475-3780
$250K to $500K 3 2011 Lerna Shafakian
$250K to $500K 3 2011 Kim Spangler 202-406-6820$100K to $250K 2 2011 Patricia Kiely$100K to $250K 2 2011 Patricia Kiely
$1M to $2M 4 2011 SHERI CORLEY 202-406-6403
$500K to $1M 3 2011 April Delancy 202-406-6808
$500K to $1M 4 2011 April Delancy 202-406-6940
$250K to $500K 4 2011 James Darnell 918-582-2297
$100K to $250K 3 2011 Danielle Donaldson 202-406-6812
$500K to $1M 3 2011 Danielle Donaldson 202-406-6812
$250K to $500K 4 2011 Frederic T Wyatt 240-624-3020
[email protected]@dhs.gov
[email protected]@dhs.gov
[email protected]@[email protected]@[email protected]@[email protected]@[email protected]@[email protected]
[email protected]@[email protected]
[email protected]@dhs.gov
[email protected]@cbp.dhs.gov
[email protected]@cbp.dhs.gov
[email protected]@DHS.Gov
[email protected]@dhs.gov
[email protected]@cbp.dhs.gov
[email protected]@[email protected]@dhs.gov
[email protected]@dhs.gov
[email protected]@hq.dhs.gov
[email protected]@dhs.gov
[email protected]@dhs.gov
[email protected]@hq.dhs.gov
[email protected]@dhs.gov
[email protected]@dhs.gov
[email protected]@dhs.gov
[email protected]@dhs.gov
[email protected]@dhs.gov
[email protected]@dhs.gov
[email protected]@uscis.dhs.gov
[email protected]@dhs.gov
[email protected]@dhs.gov
[email protected]@dhs.gov
[email protected]@dhs.gov
[email protected]@dhs.gov
[email protected]@dhs.gov
[email protected]@[email protected]@fins3.dhs.gov
[email protected]@dhs.gov
[email protected]@uscg.mil
[email protected]@USCG.MIL
[email protected]@USCG.MIL
[email protected]@uscg.mil
Timothy.P.O'[email protected]
Timothy.P.O'[email protected]
[email protected]@USCG.MIL
[email protected]@USCG.MIL
[email protected]@USCG.MIL
[email protected]@USCG.MIL
[email protected]@uscg.mil
[email protected]@USSS.DHS.GOV