Author Archive

Contract Award: Veterans Technology Services (VETS) Governmentwide Acquisition Contract (GWAC)

SBG Technology Solutions, as a partner in a joint venture called American Veterans LLC, was one of forty-four companies awarded the VETS GWAC.

The Veterans Technology Services (VETS) Governmentwide Acquisition Contract (GWAC) is a small business set-aside contract for service-disabled veteran-owned (SDVO) small technology firms. It is the result of Executive Order 13360 that is designed to strengthen federal contracting opportunities for SDVO technology firms. VETS presents a new way for federal agencies to achieve small business goals through purchase of Information Technology solutions from small businesses owned by services-disabled veterans.

Contract Award: Space Systems Open Architecture Engineering Services

The Space and Naval Warfare Systems Command (SPAWARSYSCOM), on behalf of the Program Executive Office – Space Systems (PEO-SS), awarded a Service-Disabled Veteran-Owned Small Business (SDVOSB) $3,000,000 cost-plus-fixed-fee contract to SBG Technology Solutions of Stafford, Virginia.

SBG Technology Solutions will provide PEO Space Systems with program management, and engineering, analytical and technical services support possessing experience with the MUOS Program, the Navy’s ForceNet Program, the Global Information Grid, Open Architecture software/hardware issues and Operational Experience across traditional naval warfare and space domains to provide technical analysis, implementation collaboration and meeting liaison in support of PEO IWS, MUOS, ForceNet, Open Architecture, NESI, and Global Information Grid Navy- wide Enterprise Team initiatives. The Space Open Architecture requirement surfaced as a result of the USD (AT&L) promulgated guidance memoranda concerning implementing Modular Open Systems Approach (MOSA), directing the services to implement Open Architecture tenets. In response to this mandate, PEO IWS created the Open Architecture Enterprise Team (OAET) to oversee and facilitate OA implementation across PEO domains. PEO Space Systems participates in the Open Architecture (OA) effort, the Netcentric Enterprise Solutions for Interoperability (NESI) effort, ForceNet Working Groups, Global Information Grid Working Groups, and the Geospatial Intelligence Working Group (GWG) to develop the technical architecture, OA implementation guidance, OA technical criteria and reusable software components that can facilitate design, implementation and maintenance for information systems that support Network Centric Warfare (NCW) and contribute to the development of ForceNet capable systems for Space Systems. These initiatives are further closely inter-related to ongoing ForceNet and GIG Navy/DoD initiatives.

The Program Executive Officer for Space Systems is pursuing efforts sanctioned by PEO IWS to support functions and participation on numerous OA related working groups. Extensive contractor program support will be required to augment PEO Space System’s and PEO IWS’s limited staff and accomplish these efforts within the aggressive schedule constraints that have been established by PEO IWS. Technical support requirements will include program management, program support, systems engineering and integration analysis, acquisition management, contract management analysis, risk management, program scheduling and planning, contract planning, extensive briefing support, and the final development and staffing of requirements, specifications, planning documents, program plans, and concept documents to support existing and future PEO IWS requirements as well as ongoing Open Architecture/ForceNet Risk Reduction Experimentation initiatives.

SBG Technology Solutions also will assist PEO Space Systems and PEO IWS in monitoring ongoing OA efforts at other agencies and organizations. Contractor support will include close liaison with the National Reconnaissance Office and PEO IWS

Contract Award: Langley Air Force Base Mass Notification System

SBG Technology Solutions will engineer, furnish, install and test (EFI&T) a Mass Notification System (MNS) consisting of a GIANT VOICE Public Address system with High Power Notification capabilities. The system will be a fixed multi-cell 121 decibel (at 100 feet) Omni-Directional, High Power Siren/Public Address Base Notification System (with 3000 watt amplifiers) capable of standard Federal Emergency Management Agency (FEMA) alarm signals and associated voice components (Music & Audio Messages) with controls, amplifiers and speakers. The system will have redundant control/user interface capability from two geographically separated locations. Radio links will be narrow band compliant in accordance with approved ACC frequencies. The system will have a user interface central station control encoder/decoder, auxiliary board for remote activation, noise canceling microphone, two-way narrow band controls and status option capability. Status options will at a minimum inform the user of alarms, system operational or non-operational status, and battery/power information. The system will also have remote station digital voice, voice recording and programming capabilities.

SBG will utilize an IPT Project Management team approach to develop and implement the system. A System Planner, Project Administrator and Project Manager will be assigned to the project to insure agreement regarding design, documentation, training and commissioning requirements. A detailed project review will be conducted with Langley AFB personnel to verify that the design approach and expected results are in line with expectations. Engineering and Professional Services Incorporated (EPS), a factory trained and authorized regional installation contractor who specializes in siren systems and control systems, will be utilized for the installation of the activation/control points, the Giant Voice Outdoor Electronic Sirens, and the indoor warning controllers and speakers.

SBG will install the Central Control Points at the start of the installation process, allowing Operator and Administrator training to commence once the control points are complete and the initial field and/or building controllers are in place. Siren and Controller installation will then continue until completion. Upon completion of the installation and system optimization any additional training will be scheduled. Our training team will provide the training materials and training sessions utilizing actual product and simulating actual operation. Hands on demonstrations and operations are employed to insure that complete understanding is achieved.

Contract Award: Navy Seaport-e idiq Contract

SBG Technology Solutions is one of 503 companies being awarded indefinite-delivery, indefinite-quantity multiple award contracts for support services for all phases of weapon systems acquisition and life-cycle support including Research & Development Support, Prototyping, Acquisition Logistics, Modeling, Test & Evaluation Trials, and Engineering Support for the Naval Sea Systems Command, Naval Air Systems Command, Space and Naval Warfare Systems Command, Naval Supply Systems Command, Military Sealift Command, Naval Facilities Engineering Command, Strategic Systems Programs, and the United States Marine Corps.

These contracts are in addition to the existing 150 contracts already awarded under the SeaPort Enhanced (SeaPort-e) acquisition program for services procurements. The Government estimates a maximum of $5,300,000,000 of services will be procured per year via orders issued under the SeaPort-e multiple award contracts. The awards have a four-year base period with one five-year award term and one additional one-year award term.

These contracts were competitively procured via the Navy Electronic Commerce Online (NECO), with 515 offers received and 504 contracts awarded. Contract funds will be obligated at the time of task order award and as such, multiple funding types (with varying expiration dates) may be used, consistent with the purpose for which the funds were appropriated. The Naval Sea Systems Command, Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Va. is the contracting activity.

The award of these contracts is a result of the SeaPort-e Rolling Admissions solicitation that expanded the SeaPort-e user base from the Naval Sea Systems Command, its field activities and affiliated Program Executive Offices (PEOs), to include the Naval Air Systems Command, Space and Naval Warfare Systems Command, Naval Supply Systems Command, Military Sealift Command, Naval Facilities Engineering Command, Naval Supply Systems Command, Strategic Systems Programs, and the United States Marine Corps. The SeaPort-e acquisition is comprised of seven regional zones in which task orders will be competed based upon the principal place of performance. These awards contain provisions to set aside requirements for small businesses, service disabled veteran owned small businesses, and historically under-utilized business zone small businesses. Under these multiple award contracts, each contractor will be provided a fair opportunity to compete for individual task orders solicited within their zone or zones of performance.

Funding: Contract funds will be obligated at time of task order award and multiple funding types may be used. The funding for task orders to be issued under these contracts will come from a variety of sources and will be consistent with the purpose for which the funds were appropriated.