Thursday, January 23, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JANUARY 23, 2014

FROM:  DEFENSE DEPARTMENT CONTRACTS

DEFENSE LOGISTICS AGENCY

Metals USA, I-Solutions Group, Fort Washington, Pa., has been awarded a maximum $99,253,923 modification (P00049) exercising the third option year period of a two-year base contract with three one-year option periods for various metal items in support of the Metals Prime Vendor West Region.  This is a fixed-price-with economic-price adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Pennsylvania with a Jan. 25, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps 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., (SPM8EG-09-0013).

Voto Manufacturing Sales Company,* Steubenville, Ohio, has been awarded a maximum $10,000,000 modification (P00008) exercising the fourth option year period of a five-year base contract (SPM8EE-10-D-0001) with four one-year option periods for multiple leg slings.  This base is a fixed-price-with economic-price adjustment contract.  Location of performance is Pennsylvania with a Jan. 28, 2015 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

MIL-Base Industries,* New Cumberland, Pa., has been awarded a maximum $10,000,000 modification (P00007) exercising the fourth option year period of a five-year base contract (SPM8EE-10-D-0002) with four one-year option periods for multiple leg slings.  This base is a fixed-price-with economic-price adjustment contract.  Location of performance is Pennsylvania with a Jan. 28, 2015 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

NAVY

BAE Systems Hawaii Shipyards, Honolulu, Hawaii, is being awarded a $37,439,506 not-to-exceed, firm-fixed-price contract for fiscal 2014 USS Chung Hoon (DDG 93) dry-docking selected restricted availability.  The availability will include maintenance and modernization efforts.  This contract will complete the FY14 Dry-Docking Selected Restricted Availability (DSRA) on the USS Chung Hoon (DDG 93). Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by August 2014.  Fiscal 2014 operation and maintenance, Navy funding in the amount of $10,929,436 will be obligated at 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.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-14-C-4411).

Kemron Environmental Services, Inc.,* Atlanta, Ga. (N69450-14-D-0008); Sovereign Consulting, Inc.,* Robbinsville, N.J. (N69450-14-D-0009); Bhate Environmental Associates, Inc.*, Birmingham, Ala. (N69450-14-D-0010); North Wind, Inc.,* Greenville, S.C. (N69450-14-D-0011); Zapata, Inc.,* Charlotte, N.C. (N69450-14-D-0012); PPM Consultants,* Spanish Fort, Ala. (N69450-14-D-0013) are being awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for remedial actions at environmentally contaminated sites located primarily within the Naval Facilities Engineering Command Southeast area of responsibility.  The work to be performed provides for environmental remedial actions; removal actions; remedial design; expedited and emergency response actions; pilot and treatability studies; remedial action systems operation and maintenance; and other related activities associated with returning sites to safe and acceptable levels of contamination.  Remedial actions may include, but are not limited to capping landfills, pump-and treat remediation, bioremediation, soil vapor extraction, natural attenuation, bioventing, air sparging, thermal treatment, phytoremediation, soil washing, and free product recovery.  Work will be performed in South Carolina (40 percent); Texas (30 percent); Mississippi (10 percent); Alabama (5 percent); Georgia (5 percent), and Louisiana (5 percent).  Work may also be performed in the remainder of the United States (U.S.) and outside continental U.S. (5 percent).   Sovereign Consulting, Inc.* is being awarded task order 0001 at $159,594 for the removal of debris from Solid Waste Management Unit at Marine Corps Air Station Beaufort, S.C.  Work for this task order is expected to be completed by July 2015.  The term of the contract is not to exceed 36 months, with an expected completion date of January 2017.  Fiscal 2014 environmental restoration, Navy funds in the amount of $184,594 are obligated at the time of this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 16 proposals received.  These six contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

L-3 Corp. Systems West, Salt Lake City, Utah, is being awarded a $17, 611,443 modification to a previously awarded indefinite-delivery, indefinite-quantity contract (N00019-13-D-0001) for supplies and services associated with Surface Terminal Equipment for Hawklink Tactical Common Data Link (TCDL) and the Littoral Combat Ship configurations, and the Vortex Mini-TCDL Shipset components.  These supplies and services are in support of the Vertical Take-off and Landing Unmanned Aerial Vehicle Fire Scout MQ-8B/8C.  Work will be performed in Salt Lake City, Utah (90 percent), Point Mugu, Calif. (5 percent), and the Patuxent River Naval Air Station, Md., (5 percent), and is expected to be completed in December 2014.  No funds are being obligated at time of award.  Funds will be obligated on individual delivery orders as they are issued.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Huntington Ingalls Inc., Newport News Shipbuilding, Newport News, Va., is being awarded a not to exceed, $9,800,000 unpriced contract action to previously awarded contract (N00024-08-C-2110) for onboard repair parts in support of the USS Gerald R. Ford (CVN 78) construction.  This contract action is necessary to begin the procurement of onboard repair parts in advance of contract award.  The funding of warehouse labor is a separate contract action; this contract action is for material only.  Work will be performed in Newport News, Va., and is expected to complete by September 2014.  Fiscal 2011 shipbuilding and conversion, Navy funding in the amount of $3,500,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  Supervisor of Shipbuilding Conversion and Repair, Newport News, Va., is the contracting activity.

*Small Business

Search This Blog

Translate

White House.gov Press Office Feed