Monday, November 18, 2013

U.S. DOD CONTRACTS FOR NOVEMBER 18, 2013

FROM;  U.S. DEFENSE DEPARTMENT
CONTRACTS

ARMY

Sikorsky Aircraft Corp., Stratford, Conn., was awarded a $77,524,748 modification (P00113) to firm-fixed-price contract W58RGZ-12-C-0008 to exercise an option for the procurement of seven Army UH-60M Black Hawk helicopters in accordance with contract clause H-23, “Option for Increased Quantity of Helicopters.”  Estimated completion date is June 30, 2015.  Work location is Stratford, Conn.  One bid was solicited and one received.  Fiscal 2013 other procurement funds in the amount of $77,524,748 are being obligated.  Army Contracting Command, Redstone Arsenal (Aviation), Ala., is the contracting agency.

McTech Corp.*, Cleveland, Ohio, was awarded a $51,784,000 firm-fixed-price contract with options for the construction of a dormitory and conference center, advanced training center.  Base plus all contract option contract line item numbering systems are awarded in this contract.  Estimated completion date is May 30, 2016.  Work location is Harpers Ferry, W.Va.  Thirteen bids were solicited, and thirteen received.  Fiscal 2014 other procurement funds in the amount of $51,784,000 are being obligated at time of award.  Army Corps of Engineers, Baltimore, Md., is the contracting agency (W912DR-14-C-0004).

Birdon America Inc.*, New Orleans, La., was awarded a $9,397,711 firm-fixed-price contract for hardware, test, logistics demonstration, contractor support and data deliverables for the Bridge Erection Boat.  The contract also includes options for additional production units and services.  Estimated completion date is Feb. 8, 2015.  Work location is New Orleans, La., ($7,518,169) and Clackamas, Ore. ($1,879,542).  Fiscal 2012 other procurement funds in the amount of $7,520,577 are being obligated at time of award.  Bids were solicited via the Internet, with five received.  Army Contracting Command - Tank and Automotive, Warren, Mich., is the contracting agency (W56HZV-14-C-0015).

Alliant Corp.*, Knoxville, Tenn., was awarded a $9,000,000 firm-fixed-price, architect/engineer indefinite-delivery/indefinite-quantity contract for environmental services for the Army Corps of Engineers, Louisville Mission Boundaries.  Estimated completion date is Nov. 17, 2018.  Work location and funding will be determined by each order.  Army Corps of Engineers, Louisville, Ky., is the contracting agency (W912QR-14-D-0001).


NAVY

TerraGroup Corp., Allentown, Pa., is being awarded a $49,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Lightweight Water Purification System (LWPS) in support of the product manager, expeditionary power systems, program manager, combat support systems.  The LWPS is a lightweight, modular, highly transportable, self-contained water purification system used to produce potable water from water sources such as rivers, lakes, wells, and oceans for Marines operating in austere environments.  The initial delivery order 0001 will procure LWPS and enhanced pump modules.  Work will be performed in Allentown, Pa., and is expected to be completed by November 2018.  Delivery order 0001 has an expected completion date of January 2015.  No funds will be obligated on the base contract.  Fiscal 2013 Marine Corps procurement contract funds in the amount of $14,994,714 will be obligated on delivery order 0001, and funds will not expire at the end of the current fiscal year.  This contract was competitively awarded via the Federal Business Opportunities website, with three offers received.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-14-D-5001).

Delta Resources Inc., Alexandria, Va., (N00189-14-D-Z003), Group W Inc.*, Fairfax, Va., N00189-14-D-Z004), Metron Scientific Solutions Inc., Reston, Va., (N00189-14-D-Z005), Serco Inc. Reston, Va. (N00189-14-D-Z006), and Systems Planning and Analysis Inc. Alexandria, Va., (N00189-14-D-Z007), are each being awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts to provide world class modeling and simulation services in support of the Office of the Chief of Naval Operations (OPNAV) Assessment Division (N81).  The services are for systems engineering, model development and research, model modification and improvements, and model testing, transition, and demonstration support.  The models support OPNAV in the areas of warfighting, manpower, and fleet readiness.  Work will be performed in Washington, D.C., and work is expected to be completed by Nov. 30, 2016.  These five contractors shall compete for task orders under the terms and conditions of the awarded contract.  The maximum value of all task orders will be $43,042,246.  A minimum guarantee of $30,000 will be provided to each of the five contractors at the time of award.  Fiscal 2014 operations and maintenance, Navy funds in the amount of $150,000 will be obligated at the time of award, and will expire at the end of the current fiscal year.  The requirement was competitively procured through full and open competition and solicited via the Federal Business Opportunities website, with five offers received in response to this solicitation.  NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pa., is the contracting activity.

Bell Boeing Joint Project Office, Amarillo, Texas, is being awarded a $9,256,869 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0091) to exercise an option for the procurement of four Block A to B 50 - 69 series upgrade installs for the V-22 aircraft.  Work will be performed in Philadelphia, Pa. (60 percent); Havelock, N.C. (20 percent); and Fort Worth, Texas (20 percent), and is expected to be completed in September 2015.  Fiscal 2014 aircraft procurement, Navy funds in the amount of $9,256,869 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

DMS Pharmaceutical Group Inc.**, Park Ridge, Ill., has been awarded a maximum $46,647,841 modification (P00094) exercising the second one-year option period on a one-year base contract (SPM2D0-11-D-0005) with five one-year option periods for various pharmaceutical products in support of the vendor managed inventory program which provides access to inventory to ensure material availability of medical and surgical surge, and re-supply and sustainment material.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Illinois with a Nov. 20, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 warstopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

URS Federal Technical Services Inc., Germantown, Md., has been awarded a maximum $7,976,352 modification (P00056) exercising the fourth one-year option period on a one-year base contract (SP3300-10-C-0006) with four one-year option periods for material distribution services to include receipt, storage, and issuance.  This is a fixed-price, incentive-firm-target, award-fee, hybrid contract.  Locations of performance are Maryland and Florida with a Dec. 31, 2014 performance completion date.  Using service is DLA Distribution, Pennsylvania.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pa.

AIR FORCE

Raytheon Space and Airborne Systems, McKinney, Texas, has been awarded a $9,084,334 order (0011) under basic ordering agreement (FA8620-11-G-4050) for Multispectral Targeting System (MTS)-B High Definition/Target Location Accuracy (HD/TLA) Production Readiness which entails the delivery of an economical fabrication, assembly, inspection, test, delivery readiness and ability for the contractor to achieve full-rate production readiness for an MTS-B HD/TLA turret unit.  Work will be performed at McKinney, Texas and is expected to be complete by Oct. 31, 2014.  This award is the result of a sole-source acquisition.  Fiscal 2012 procurement funds in the amount of $9,084,334 are being obligated at time of award.  Air Force Life Cycle Management Center/WIIK, Wright Patterson Air Force Base, Ohio, is the contracting activity.

*Small Business
**Woman Owned Small Business

Search This Blog

Translate

White House.gov Press Office Feed