Tuesday, November 26, 2013

DOD DEFENSE CONTRACTS FOR NOVEMBER 26, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
NAVY

Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $57,146,970 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) to exercise an option for MissionCareTM maintenance services in support of the V-22’s inventory of AE1107C engines. The services being performed will include O-level supply support, Repair of Repairable engine components and whole engines, field service representatives, low power repairs, program management, various site support and delivery of all Contract Data Requirements Lists.  Work will be performed in Oakland, Calif. (70 percent) and Indianapolis, Ind. (30 percent), and is expected to be completed in February 2015.  Fiscal 2013 aircraft procurement, Air Force; fiscal 2014 research, development, test and evaluation, Navy; fiscal 2014 aircraft procurement, Navy; fiscal 2014 operations and maintenance, Navy; fiscal 2014 operations and maintenance, Navy Reserve; fiscal 2014 operations and maintenance, Navy overseas contingency operations; fiscal 2014 operations and maintenance, Special Operations Command; fiscal 2014 operations and maintenance, Air Force overseas contingency operations contract funds in the amount of $57,146,970 will be obligated on this award, $55,580,178 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

BAE Systems Electronics, Intelligence & Support/Electronic Solutions, Nashua, N.H., is being awarded a $28,167,428 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0010) to exercise an option for the procurement of  procure 262 AN/ALE-55 fiber optic towed decoys (FOTDs) and 70 electronic frequency converters (EFC).  The AN/ALE-55 FOTDs and EFCs are components of the integrated defensive electronic counter measures suite.  The AN/ALE-55 provides the capability to transmit complex electronic countermeasures techniques from an off-board transmitter.  Work will be performed in Nashua, N.H. (80.6 percent); Mountain View, Calif. (12 percent); and Chelmsford Essex, United Kingdom (7.4 percent), and is expected to be completed in November 2015.  Fiscal 2013 and 2014 aircraft procurement, Navy and fiscal 2014 procurement of ammunition, Marine Corps contract funds in the amount of $28,167,428, will be obligated at the time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Atlantic NICC Joint Venture LLC*, Falls Church, Va., is being awarded a maximum amount $19,500,000 indefinite-delivery/indefinite-quantity job order contract for construction, alteration and repair of industrial, commercial, and utility projects to government facilities at various Department of Defense activities within Maryland, Virginia, and Washington, D.C.  The maximum dollar value, including the base period and four option years, is $97,500,000.  No task orders are being issued at this time.  Work will be performed in Patuxent River, Md. (31 percent), Dahlgren, Va. (30 percent), Indian Head, Md. (22 percent), and Annapolis, Md. (17 percent), with an expected completion date of November 2014.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $50,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was originally competitively procured via the Navy Electronic Commerce Online website with 20 proposals received.  This contract action is a re-award as a result of corrective action taken due to a Government Accountability Office protest.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-14-D-0352).

Atlantic NICC Joint Venture LLC*, Falls Church, Va., is being awarded maximum amount $19,500,000 indefinite-delivery/indefinite-quantity job order contract for construction, alteration and repair of industrial, commercial, and utility projects to government facilities at various Department of Defense activities within Maryland, Virginia, and Washington, D.C.  The maximum dollar value, including the base period and four option years, is $97,500,000.  No task orders are being issued at this time.  Work will be performed in Naval Support Activity Washington, Washington, D.C. (30 percent), Regional Officer in Charge of Construction Quantico, Va. (27 percent), Naval Support Activity Bethesda, Md. (25 percent), and Joint Base Anacostia-Bolling, Washington, D.C. (18 percent), with an expected completion date of November 2014.  Fiscal 2014 operation and maintenance, Navy contract funds in the amount of $50,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was originally competitively procured via the Navy Electronic Commerce Online website, with 21 offers received.  This contract action is a re-award as a result of corrective action taken due to a Government Accountability Office protest.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-14-D-0353).

BREMCOR Joint Venture, Arlington, Va., is being awarded an $18,922,837 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62470-06-D-4611) to exercise option seven for base operation support services at Naval Station Guantanamo Bay.  The work to be performed provides for base operation support services to include but not limited to:  port operations, base support vehicles and equipment, elevator maintenance, equipment maintenance, heating ventilation and air conditioning maintenance, environmental, pest control, janitorial services, transportation, fire alarms, and facility management.  Work also provides for service calls consisting of repairs of base facilities, transportation, janitorial, pest control, and fire alarm systems.  The total contract amount after exercise of this option will be $129,287,881.  Work will be performed in Guantanamo Bay, Cuba, and work is expected to be completed November 2014.  Fiscal 2014 operations and maintenance, Navy; fiscal 2014 Navy working capital funds; fiscal 2014 defense health fund; and fiscal 2014 Department of Defense schools contract funds in the amount of $7,099,162 are obligated on this award and will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded an $18,064,906 modification to a previously awarded cost-plus-incentive-fee contract (N00019-09-D-0008) for additional joint performance based logistics support for the Marine Corps (MV-22), Air Force, and Special Forces Operations Command (CV-22) aircraft.  Work will be performed in Amarillo, Texas (50 percent); and Philadelphia, Pa. (50 percent), and is expected to be completed in January 2014.  Fiscal 2014 operations and maintenance, Air Force; fiscal 2014 operations and maintenance, Navy; fiscal 2014 operations and maintenance, Special Operations Command; fiscal 2014 aircraft procurement, Navy; fiscal 2013 aircraft procurement, Air Force; and fiscal 2013 Defense-wide procurement, Special Operations Command contract funds in the amount of $18,064,906 will be obligated at time of award, $14,658,487 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Motorola Solutions Inc., U.S. Federal Government Markets Division, Columbia, Md., is being awarded a $17,248,849 modification under a previously awarded firm-fixed-price contract (N39430-13-C-1220) to exercise option period one for global sustainment of enterprise land and mobile radio systems at 53 military installations worldwide.  The work to be performed provides for preventive and corrective maintenance to sustain the enterprise land and mobile radio system and associated equipment and Information Assurance Vulnerability Alert compliance/patch management.  This includes fixed, mobile and portable units, dispatching equipment and all associated equipment currently deployed as part of Naval Facilities Engineering Command’s enterprise land and mobile radio systems worldwide.  Responsibility of troubleshooting, removal, and replacing of the equipment for these units is also included as part of this requirement.  The total contract amount after exercise of this option will be $48,429,904.  Work will be performed at 53 military installations worldwide, and work is expected to be completed December 2014.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $17,248,849 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif., is the contracting activity.

US Information Technologies, Chantilly, Va., is being awarded a $12,952,659 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N00033-11-D-6505) with firm-fixed-price and/or firm-fixed-price level-of-effort task orders to exercise an option for support services for maintenance and development of Military Sealift Command’s Oracle based information systems.  Work will be performed in Washington, D.C., and is expected to be completed by December 2014.  Fiscal 2014 working capital contract funds in the amount of $12,952,659 are being obligated, and will not expire at the end of the current fiscal year.  The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-11-D-6505).

Insitu Inc., Bingen, Wash., is being awarded an $8,845,101 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0054) to exercise an option for the procurement of one Low Rate Initial Production II RQ-21A Blackjack Unmanned Aircraft System, to include air vehicles, ground control stations, launch and recovery equipment, and air vehicle support equipment.  Work will be performed in Bingen, Wash., and is expected to be completed in May 2014.  Fiscal 2013 procurement, Marine Corps contract funds in the amount of $8,845,101 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Ziehm Imaging Inc.*, Orlando, Fla., has been awarded a maximum $22,156,582 modification (P00008) exercising the third one-year option period on a one-year base contract (SPM2D1-11-D-8344) with seven one-year option periods for radiology systems, subsystems, and components.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is Florida with a Nov. 29, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

Raytheon Technical Services Company LLC, Sterling, Va., has been awarded a $13,267,175 modification (P00023) to an existing firm-fixed-price contract (FA7022-11-C-0010) for radar operations and maintenance services.  This modification provides for the exercise of option year three for a period of performance from Jan. 1, 2014 through Dec. 31, 2014.  The contract modification will ensure the availability of the COBRA DANE's radar facility to collect 100 percent of the tasked data that passes through its field of view.  The necessary support shall be provided 24 hours per day, 365 days per year.  Work will performed at Eareckson Air Station, Shemya, Alaska, and is expected to be completed by Dec. 31, 2015.  Fiscal 2014 operations and maintenance funds will be incrementally funded January 2014, in the amount of $3,688,845.  The 21st Contracting Squadron, Peterson Air Force Base, Colo., is the contracting activity.

Ahntech Inc., San Diego Calif., has been awarded a $12,435,300 modification (P00008) to an existing firm-fixed-price contract (FA4890-13-C-0005) to continue to provide program support for Air Combat Command’s Primary Training Ranges Operations and Maintenance Services (PTR O&M), currently, but not limited to, PTR O&M support services.  The work under this program provides OM&S of range threat, scoring, and feedback systems.  The program also provides for target, road, grounds, and limited facility maintenance.  The contract modification is for the exercise of option year one services for the period of performance from Jan. 1, 2014 through Dec. 31, 2014.  Work will be performed at nine ACC Primary Training Ranges locations at Seymour Johnson Air Force Base , N.C., Shaw AFB, S.C., Moody AFB, Ga., Dyess AFB, Texas, Ellsworth AFB, S.D., Holloman AFB, N.M., Mountain Home AFB, Idaho and the Nevada Test and Training Range, and is expected to be completed by Dec. 31, 2014.  Fiscal 2014 operations and maintenance funds in the amount of $1,246,780 are being obligated at time of award.  ACC AMIC/PKCB, Newport News, Va., is the contracting activity.

Odyssey Systems Consulting Group Ltd., Wakefield, Mass., was awarded an $8,456,784 modification (P00008) on an existing cost-plus-fixed-fee, cost-reimbursable contract (FA8721-13-C-0022) for professional acquisition support services.  This contract modification provides for the exercise of an option for an additional six months of professional acquisition support services under the basic contract.  Work will be performed at Hanscom Air Force Base, Mass., and is expected to be completed by April 17, 2014.  This modification provides professional acquisition support services in support of Space C2 Surveillance Division and the Theater Battle Control Division of classified foreign military sales.  FMS support account for approximately 14 percent of the stated modification.  Fiscal 2013 operations and maintenance, research and development, procurement and foreign military sales funds in the amount of $65,000 were obligated at time of award.  Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM is the contracting activity.   (Awarded Sept. 3, 2013)

Bering Sea Environmental LLC, Anchorage Alaska, will be awarded a $6,762,241 modification (P00039) to an existing firm-fixed-price contract (FA4890-11-C-0004) to continue to provide program support for Air Combat Command’s (ACC), Air Combat Training System Operations and Maintenance Support Services (ACTS O&M), currently, but not limited to, ACTS O&M support services.  The work under ACTS includes all maintenance and repairs on ACTS pods and debriefing stations, transports and loading of pods onto the aircrafts and preparing data cartridges both before and after missions.  The contract modification is for the exercise of option year three services for the period of performance from Jan. 1, 2014 through Dec. 31, 2014.  Work will be performed at Eglin Air Force Base, Fla., Langley AFB, Va., Seymour Johnson, N.C., Shaw AFB, S.C., Barksdale AFB, La., Mountain Home AFB, Idaho, as well as outside of the continental United States funded sites at Lakenheath Air Base, United Kingdom, Spangdahlem AB, Germany, and Aviano AB, Italy, and is expected to be completed by Dec. 31, 2014.  This contract includes unclassified foreign military sales (1.8 percent ) for the Royal Singapore Air Force.  Fiscal 2014 operations and maintenance funds in the amount of $1,144,627 are being obligated at time of award.  ACC AMIC/PKCB, Newport News, Va., is the contracting activity.

*Small Business

Search This Blog

Translate

White House.gov Press Office Feed