Monday, November 4, 2013

U.S. DOD CONTRACTS FOR NOVEMBER 4, 2013

FROM:  U.S. DEPARTMENT OF DEFENSE 
CONTRACTS

DEFENSE LOGISTICS AGENCY

Pacific Unlimited Inc., Barrigada, Guam, has been awarded a maximum $262,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for prime vendor subsistence support. This is a sixty-four month base contract with no option periods. This contract is a competitive acquisition, and three offers were received. Location of performance is Guam with a March 3, 2019 performance completion date. Using military services are Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-14-D-3735).

Labatt Food Service, San Antonio, Texas, has been awarded a maximum $18,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for prime vendor full line food distribution. This is a one-year base contract. This contract is a sole-source acquisition. Location of performance is Texas with a Nov. 8, 2014, performance completion date. Using military services are Army, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-14-D-3715).

Government Services Corp.,* Moscow, Idaho, has been awarded a maximum $13,830,840 fixed-price with economic-price-adjustment contract for winter grade ultra-low sulfur diesel. This is a two-year base contract with no option periods. This contract is a competitive acquisition, and four offers were received. Location of performance is Idaho with an Oct., 31, 2016 performance completion date. Using military service is Army. Type of appropriation is fiscal year 2014 through fiscal year 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8501).

NAVY

BAE Systems Information and Electronic Systems Integration Inc. - Electronic Solutions, Wayne, N.J., is being awarded a $48,000,000 modification with cost-plus-incentive-fee pricing under a previously awarded indefinite-delivery/indefinite-quantity contract (N00039-10-D-0060) for systems engineering and integration of the Multifunctional Information Distribution System Low Volume Terminals (MIDS-LVTs). Corresponding delivery order 0015 shall procure MIDS-LVT Block Upgrade 2 software and test equipment on behalf of the United States, France, Italy, Germany and Spain. Work will be performed in Wayne, N.J., and is expected to be completed by March 2017. Fiscal 2013 research, development, test and evaluation contract funds in the amount of $1,651,000 will be obligated at the time of award, and will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-4 International Agreement, 10 U.S.C. 2304(c)(4). The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.

ViaSat, Carlsbad, Calif., is being awarded a $39,182,647 modification with cost-plus-incentive-fee pricing under a previously awarded indefinite-delivery/indefinite-quantity contract (N00039-10-D-0032) for Block Upgrade 2 (BU2) development and retrofits. The existing contract is for Multifunctional Information Distribution System-Low Volume Terminal (MIDS-LVT) production and engineering services. Corresponding delivery order 0035 shall procure MIDS-LVT BU2 design and development on behalf of the United States. Work will be performed in Carlsbad, Calif., and is expected to be completed by Dec. 31, 2016. Fiscal 2013 research, development, test and evaluation contract funds in the amount of $1,318,017 will be obligated at the time of award, and will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1 - only one responsible source and no other supplies or services will satisfy agency requirements and 10 U.S.C. 2304(c)(1). Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.

Data Link Solutions LLC, Cedar Rapids, Iowa, is being awarded a $32,874,867 contract modification with cost-plus-incentive-fee pricing under a previously indefinite-delivery/indefinite-quantity contract (N00039-10-D-0031) for Block Upgrade 2 (BU2) development and retrofits of Multifunctional Information Distribution System-Low Volume Terminal (MIDS-LVT) production and engineering services. Corresponding delivery order 0043 shall procure MIDS-LVT BU2 design and development on behalf of the United States. Work will be performed in Wayne, N.J. (50 percent), and Cedar Rapids, Iowa (50 percent), and is expected to be completed by Dec. 31, 2016. Fiscal 2013 research, development, test and evaluation contract funds in the amount of $1,500,000 will be obligated at the time of award, and these funds will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1 and 10 U.S.C. 2304(c)(1). The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.

General Dynamics Electric Boat Corp., Groton, Conn., is being awarded an $18,195,519 cost-plus-fixed-fee modification to previously awarded contract (N00024-12-C-2100) for reactor plant planning yard services for nuclear-powered submarines and support yard services for the Navy’s moored training ships. The contractor will furnish, fabricate, or acquire such materials, supplies and services as may be necessary to perform the functions of the planning yard for reactor plants and associated portions of the propulsion plants for nuclear powered submarines. Work will be performed in Groton, Conn. (95 percent), and Charleston, S.C. (5 percent), and is expected to be completed by September 2014. Fiscal 2014 operations and maintenance, Navy funds in the amount of $17,964,812 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1) - only one or limited number of sources and no other suppliers will satisfy the requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Thales Communication Inc., Clarksburg, Md., is being awarded $8,815,933 for firm-fixed-price delivery order 7002 against previously awarded contract (N00383-13-G-003F) for the repair of six items for the airborne low frequency sonar system for the H-60 helicopter. Work will be performed at Clarksburg, Md. (28 percent); Brest, France (54 percent); and Johnstown, Pa. (18 percent), and work is expected to be completed Nov. 1, 2015. Fiscal 2014 Navy working capital funds in the amount of $6,611,949 will be obligated at the time of award, and will not expire before the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1). NAVSUP Weapon Systems Support, Contracting Department, Philadelphia Office, Philadelphia, Pa., is the contracting activity.

Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded a $6,539,431 modification to a previously awarded firm-fixed-priced contract (N00019-09-C-0069) to exercise an option for the procurement of AN/ARC-210(V) electronic radios and ancillary equipment for a variety of aircraft. Equipment being procured includes 63 MT-6567/ARC, four RT-1990(C)/ARC, and 70 RT-1990(C)/ARC. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in October 2014. Fiscal 2013 aircraft procurement Navy contract funds in the amount of $6,539,431 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.

ARMY

Navistar Defense LLC, Lisle, Ill., was awarded a $7,260,077 cost-plus-fixed-fee contract for engineering, logistic and travel support for the acquisition of the contract data requirements list and program and logistics support management for the Mine Resistant Ambush Protected MaxxPro M1235A3 Dash with MaxxPro Survivability Upgrade (MSU). The contractor shall include MSU content as well as variation in vehicle content for both the objective gunner protection kit and common remotely operated weapon system. Work will be performed in Lisle, Ill., with an expected completion date of December 2014. Fiscal 2013 procurement funds in the amount of $7,260,077 are being obligated at the time of the award. One bid was solicited and one received. Army Contracting Command, Tank and Automotive, Warren, Mich., is the contracting agency (W56HZV-10-C-0011).


*Small, In HubZone, Disadvantaged Business

Search This Blog

Translate

White House.gov Press Office Feed