Friday, February 28, 2014

U.S. DEFENSE CONTRACTS FOR FEBRUARY 28, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
ARMY

Raytheon Co., Andover, Mass., was awarded a $655,413,297 firm-fixed-price, sole-source contract for two PATRIOT fire units and associated initial spares.  This is a foreign military sales to Kuwait.  Fiscal 2010 other procurement funds in the amount of $65,541,330 were obligated at the time of the award.  Estimated completion date is April 30, 2018.  One bid was solicited with one received.  Work will be performed in Andover, Mass., Chatsworth, Calif., and in Greece.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-14-C-0052).

Lockheed Martin Aculight Corp., Bothell, Wash., was awarded a $25,162,654 cost-plus-fixed-fee contract to design, develop, fabricate, test and deliver a 60 kilowatt spectrally combined high power fiber laser to support High Energy Laser Mobile Demonstrator operation on Army and Department of Defense test ranges and other outdoor locations.  Fiscal 2014 incrementally funded research, development, testing, and evaluation funds in the amount of $3,300,000 were obligated at the time of the award.  Estimated completion date is Dec. 27, 2016.  One bid was solicited with one received.  Work will be performed in Bothell, Wash.  Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity (W9113M-14-C-0008).

Northrop Grumman Information Technology, McLean, Va., was awarded a $15,904,914 modification (P000433) to contract W91QUZ-06-D-0005 for contractor support to program management office biometric enabling capabilities for the continuation of development, maintenance and sustainment of the Department of Defense Automated Biometric Identification System.  Incremental funding is applied.  Fiscal 2014 research, development, testing, and evaluation funds in the amount of $3,108,608 were obligated at the time of the award.  Estimated completion date is Feb 28, 2015.  Work will be performed in McLean, Va.  Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.

PRIDE Industries, Roseville, Calif., was awarded a $13,844,609 modification (P00014) to multi-year contract W9124G-13-C-0002 for the Department of Public Works-Base Operations, Fort Rucker, Ala.  Fiscal 2014 operations and maintenance, Army funds in the amount of $1,071,008 were obligated at the time of the award.  Estimated completion date is Feb. 28, 2015.  Work will be performed at Fort Rucker, Ala.  Army Contracting Command, Fort Rucker, Ala., is the contracting activity.

Quinlivan, Pierik & Krause, Architects/Engineers LLP*, Syracuse, N.Y., was awarded a $9,900,000 firm-fixed-price contract for general architectural and engineering services primarily within New York District boundaries and Corps of Engineers locations within North Atlantic Division boundaries.  Funding and work location will be determined with each order.  Estimated completion date is Feb. 28, 2019.  Bids were solicited via the Internet with 12 received.  Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-14-D-0002).

Survice Engineering Co., LLC, Belcamp, Md., was awarded a $9,000,000 firm-fixed-price, multi-year contract for the development of test and evaluation documentation, blast analysis, lethality strategies, assessment plans, detailed test plans , and training programs to support research and development, procurement, and sustainment activities for Tank-Automotive Research, Development and Engineering Center, Ground System Survivability, Joint Program Office, Mine Resistant Ambush Program, and Program Manager Family of Special Operations Vehicles.  Funding and work performance location will be determined with each order.  Estimated completion date is March 2, 2017.  Bids were solicited via the Internet with one received.  Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-14-D-0056).

Walker Miller Equipment Co, Inc.*, Orlando, Fla., was awarded an $8,4221,000 firm-fixed-price contract for a vibratory plate compactor for compacting soil and asphalt in areas inaccessible to larger equipment or for compacting smaller areas.  Funding and work location will be determined with each order.  Estimated completion date is June 7, 2019.  Bids were solicited via the Internet with five received.  Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-14-D-L001).

BAE Systems, Nashua, N.H., was awarded a $7,918,125 modification (P00003) to contract W58RGZ-13-D-0245 for AN/AAR-57(V) Common Missile Warning System (CMWS) and associated spare parts and systems engineering, technical, and logistics support services for both CMWS and OT-255/ALQ-212(V) Advanced Threat Infrared Countermeasures.  Funding and work location will be determined with each order.  Estimated completion date is Feb 28, 2015.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Manufacturing Support Industries doing business as MSI*, Salisbury, Md. (W15QKN-14-D-0029), and OG Technologies Inc.*, New York, N.Y. (W15QKN-14-D-0030), were awarded a $7,612,000 firm-fixed-price contract for M4 carbine ambidextrous fire control selector assemblies. The selector switch will be combined with other weapon components to form a single modification kit to convert fielded M4 carbines to M4A1 carbines.  Funding and work location will be determined with each order.  Estimated completion date is Feb. 28, 2018.  Bids were solicited via the Internet with three received.  Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.

SRCTec Inc., Syracuse, N.Y., was awarded a $7,222,543 firm-fixed-price, sole-source contract with options for procuring, installing and providing spare parts for the ground based dense and avoid lightweight surveillance and target acquisition radar.  Fiscal 2013 other procurement, Army funds in the amount of $7,222,543 were obligated at the time of the award.  Estimated completion date is Oct. 30, 2015.  One bid was solicited and one received.  Work will be performed in Syracuse, N.Y.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-14-C-0036).

NAVY

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $351,009,568 modification to a previously awarded cost-plus-incentive, fixed-price incentive-fee contract (N00019-09-D-0008) for V-22 Joint Performance Based Logistics support.  Work will be performed in Fort Worth, Texas (40 percent); Ridley Park, Pa. (40 percent); various locations within the continental United States (15 percent) and locations outside the continental United States (5 percent), and is expected to be completed in November 2016.  No funding will be 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.

Federal Staffing Resources LLC.*, Annapolis, Md. (N62645-14-D-5013); Loyal Source Government Services*, Orlando, Fla.(N62645-14-D-5014); MedTrust LLC.*, San Antonio, Texas (N62645-14-D-5015); Rao Radiologists Inc.*, Gaithersburg, Md. (N62645-14-D-5016), are each being awarded a 39-month, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award task order contract for various nursing services that include the labor bands of advanced practice nurse and nursing.  The aggregate not-to-exceed amount for these multiple award contracts combined is $152,250,696.  The four companies will have the opportunity to bid on each individual task order as they are issued.  Work will be performed at the following Military Treatment Facilities in the Northeastern Region of the United States:  Naval Medical Center Portsmouth, Va. and its affiliated clinics (86 percent); Naval Health Clinic Quantico, Va. (4 percent); Naval Health Clinic Annapolis, Md. (2 percent) ; Naval Health Clinic Great Lakes, Ill. (2 percent); Naval Health Clinic Patuxent River, Md. (1 percent); Naval Health Clinic Newport, R.I. (1 percent); Naval Branch Health Clinic Groton, Conn. (1 percent); Naval Branch Health Clinic Portsmouth, N.H. (1 percent); Naval Branch Health Clinic Saratoga Springs, N.Y. (1 percent); and any associated branch clinics in the Northeast Region of the United States (1 percent), and work is expected to be completed Sept. 30, 2017.  Fiscal 2014 Defense health program funds in the aggregate amount of $20,000 will be obligated at the time of award, and the funds will expire at the end of the current fiscal year.  Funding is predominantly from the Defense Health Program; however, other funding initiatives such as psychological health/traumatic brain injury, overseas contingency operations and wounded, ill, and injured may be used.  These are all one-year funding types.  These contracts were solicited via a multiple award electronic request for proposals as a 100 percent small business set-aside, with 50 offers received.  The Naval Medical Logistics Command, Fort Detrick, Md., is the contracting activity.

Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $54,305,623 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for depot level repair of engines, propellers and other propulsion system components for 50 KC-130 aircraft for the U.S. Marine Corps (47) and the government of Kuwait (3).  Work will be performed in Indianapolis, Ind. (92 percent), Al Mubarak, Kuwait (2.1 percent); various locations in Japan (2 percent); Cherry Point. N.C. (1.3 percent); Miramar, Calif. (1.3 percent); and Fort Worth, Texas (1.3 percent), and is expected to be completed in February 2015.  Fiscal 2014 operations and maintenance, Navy funds in the amount of $24,517,676 are being obligated on this award, all of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  This contract combines purchases for the U.S. Marines Corps ($50,163,909; 92 percent) and the Government of Kuwait ($4,141,714; 8 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-D-0007).

The Boeing Co., St. Louis, Mo., is being awarded $22,401,663 for cost-plus-fixed-fee, delivery order 0166 against a previously issued basic ordering agreement (N00019-11-G-0001) for supplies and services to support follow-on test and evaluation of the F/-18 E/F and EA-18G aircraft.  Work will be performed at the Naval Air Station Patuxent River, Md. (76 percent), St. Louis, Mo. (22 percent), El Segundo, Calif. (1 percent), and Bethpage, N.Y. (1 percent) and is expected to be completed in January 2015.  Fiscal 2014 aircraft procurement, Navy funds in the amount of $22,401,663 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.

General Dynamics Electric Boat Corp., Groton, Conn., is being awarded a $19,898,974 modification to previously awarded contract (N00024-11-C-2109) for engineering and technical design services to support advanced submarine technology research and development (R&D) for current and future submarine platforms.  Advanced submarine R&D includes studies to support the manufacturability, maintainability, producibility, reliability, manning, survivability, hull integrity, performance, structural, weight/margin, stability, arrangements, machinery systems, acoustics, hydrodynamics, ship control, logistics, human factors, materials, weapons handling and stowage, submarine safety, and affordability.  The program also supports near term insertion of Virginia class technology; identification of Ohio class replacement technology options; future submarine concepts; and core technologies.  Work will be performed in Groton, Conn., and is expected to be completed by October 2014.  Fiscal 2014 research, development, test and evaluation contract funds in the amount of $249,400 will be obligated at time of award and will not expire at the end of the fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Airborne Systems Ltd., Bridgend, United Kingdom, is being awarded a $17,976,844 firm-fixed-price job order to previously awarded basic ordering agreement (N00164-13-G-WM55-0003) for the procurement of components in support of the MK 59 Mod 0 Decoy Launch System (DLS).  The MK 59 DLS is a deck-mounted countermeasure system that is used to launch an advanced inflatable radar decoy cartridge to confuse hostile tracking and homing associated with anti-ship missiles by simulating the radar cross section of the ship.  Work will be performed in Bridgend, United Kingdom, and is expected to be completed by December 2015.  Fiscal 2014 other procurement, Navy funding in the amount of $17,976,844 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity.

Electric Boat Corp., Groton, Conn., is being awarded a $15,978,977 cost-plus-fixed-fee modification to previously awarded contract (N00024-13-C-2128) for procurement of missile tube long-lead-time material in support of the Ohio Class Replacement Program.  The contractor will be designing and manufacturing hardware to support the manufacture of the common missile compartment.  This contract combines purchases for the government of the United Kingdom (67 percent) and the U.S. Navy (37 percent) under the Foreign Military Sales (FMS) Program.  Work will be performed in Groton, Conn., and is scheduled to be completed by February 2016.  FMS and fiscal 2014 research, development, test and evaluation funding in the amount of $15,978,977 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, Groton, Conn., is the contracting activity.

NVE Inc.*, Herndon, Va., is being awarded a $14,858,122 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for janitorial services at Naval Support Activity Bethesda.  The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, and incidental engineering and other items necessary to provide janitorial services.  The maximum dollar value including the base period and four option years is $77,324,605.  Work will be performed in Bethesda, Md., and is expected to be completed by March 2015.  Fiscal 2014 operations and maintenance, Navy; fiscal 2014 working capital funds, Defense; and fiscal 2014 health program, Defense contract funds in the amount of $1,619,093 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received.  The Naval Facilities Command, Washington, Washington, D.C., is the contracting activity (N40080-14-D-2010).

Lockheed Martin Corp., Baltimore, Md., is being awarded a $10,798,739 modification to previously awarded contract (N00024-11-C-2300) to exercise an option for post-delivery support for the USS Milwaukee (LCS 5).  Lockheed Martin will perform the planning and implementation of deferred design changes that have been identified during the construction period.  Work will be performed in Marinette, Wis. (57 percent); Hampton, Va. (14 percent); Moorestown, N.J. (11 percent); San Diego, Calif. (11 percent); and Washington, D.C. (7 percent), and is expected to be completed by October 2015.  Fiscal 2010 shipbuilding and conversion, Navy funding in the amount of $10,798,739 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Allen & Shariff*, Columbia, Md., is being awarded $8,895,680 for firm-fixed-price task order 0027 under a previously awarded multiple award construction contract (N40080-10-D-0496) for the repair of chillers and air handlers, installation of ventilation in corridors and installation of an elevator in building 15 at the Marine Corps Base, Quantico.  The work to be performed provides for an addition of a hydraulic elevator with new elevator structure to support the elevator function.  The addition of a corridor structure connecting the A-4 and C-3 wings to the elevator.  The replacement of the bedroom and stairwell doors and fire rated doors and the replacement of stair handrails and fire alarm system and the complete replacement of the mechanical equipment in the building with the exception of gas fired boilers.  Work will be performed in Quantico, Va., and is expected to be completed by May 2016.  Fiscal 2014 operation and maintenance, Navy contract funds in the amount of $8,895,680 are being obligated on this award and will expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command Washington, Washington, D.C., is the contracting activity.

Rolls-Royce Corp., Indianapolis, Ind., is being awarded an $8,021,387 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) for the procurement of 11 low power CV-22 repairs under the Mission Care™ contract.  Work will be performed in Oakland, Calif. (70 percent) and Indianapolis, Ind. (30 percent), and is expected to be completed in February 2015.  Fiscal 2014 operations and maintenance, Air Force funds in the amount of $8,021,387 are being obligated on this award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Austal USA, Mobile, Ala., is being awarded a $7,120,153 modification to previously awarded contract (N00024-11-C-2301) to exercise an option for post-delivery support for the USS Jackson (LCS 6).  Austal USA will perform the planning and implementation of deferred design changes that have been identified during the construction period.  Work will be performed in Mobile, Ala. (70 percent); Pittsfield, Mass. (20 percent); and San Diego, Calif. (10 percent) and is expected to be completed by September 2015.  Fiscal 2010 shipbuilding and conversion, Navy funding in the amount of $7,120,153 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

SupplyCore*, Rockford, Ill., has been awarded a maximum $340,000,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for maintenance, repair, and operations tailored logistics support prime vendor programs.  This contract is a competitive acquisition and five offers were received.  This is a five-year base contract with no option year periods.  Location of performance is Illinois with a Feb. 28, 2019 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM8EG-14-D-0001).

TW Metals, Carol Stream, Ill., has been awarded a maximum $78,768,905 modification (P00101) exercising the third option year on a two-year base contract (SPM8E5-10-D-0005) with three one-year option periods for various carbon steel bar and plate materials. This is a fixed-price with economic-price adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Illinois with a March 1, 2015 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 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

US Worldmeds LLC*, Louisville, Ky., has been awarded a maximum $29,978,934 modification (P00002) exercising the first option year on a one-year base contract (SPM2D0-13-D-0002) with seven one-year option periods for various pharmaceuticals.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Kentucky with a March 3, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 war-stopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

GE Datex Ohmeda Inc., Madison, Wis., has been awarded a maximum $19,847,688 modification (P00101) exercising the fifth option year on a one-year base contract (SPM2D1-09-D-8348) with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables, spare and repair parts, and training.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is Wisconsin with a March 5, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

General Electric Co., Cincinnati, Ohio, has been awarded a maximum $12,756,275 firm-fixed-price, definite-quantity contract for 10,826 turbine rotor blades.  This contract is a sole-source acquisition.  This is a one-year base contract.  Location of performance is Ohio with a Dec. 31, 2015 performance completion date.  Using military service is Air Force.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va., (SPRTA1-12-G-0006-TY7C).

CORRECTION:  The contract announced Dec 27, 2013 to Brother’s Produce, Inc. was incorrect.  The contract was actually awarded on Feb. 27, 2014.  The maximum funds, estimated completion date and contract number were incorrect. The correct information is: Brothers Produce, Inc.,* Houston, Texas, has been awarded a maximum $8,658,596 fixed-price with economic-price-adjustment, indefinite-quantity contract for the procurement of full line fresh fruit and vegetable support to non-Department of Defense customers in the Dallas-Fort Worth schools zone.  This contract is a competitive acquisition, and three offers were received. Location of performance is Texas with a Sept 2015 estimated performance completion date. Using service is U.S. Department of Agriculture school customers.  Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE300-14-D-S607).

AIR FORCE

Infoscitex Corp., Waltham, Mass. (FA8650-14-D-6500) and Ball Aerospace and Technologies Corp., Systems Engineering Solutions, Boulder, Colo. (FA8650-14-D-6501), have each been awarded a $60,100,000 indefinite-delivery/indefinite-quantity contract for research and development.  The goal of these contracts is to provide the 711th Human Performance Wing (HPW)/RHC with research to perform the mission of "increase warfighter lethality and enhance combat survivability while reducing information processing demands through revolutionary human interface technology."  The 711th HPW/RHC is transforming its portfolio to emphasize the technology priorities of: control of remotely piloted aircraft; decision making and autonomy; multi-sensory technologies; conceptual design and demonstration of advanced information operations workstations; advanced visualizations, technology and human cognitive modeling. These technologies will be used to transform the following concepts of operations objectives:  battlespace visualization, planning and assessment tools; find, fix, track, target, engage and assess and seamless decision support.  Work will be performed at Dayton, Ohio, and Wright Patterson Air Force Base, Ohio, and is expected to be complete by May 28, 2020.  This award is the result of a competitive broad agency announcement, BAA-12-04-HPW/RHC, in which three offers were received and two were awarded.  Fiscal 2013 research and development funds in the amount of $50,000 for each contract are being obligated at time of award to the first task order (0001) for each contract.  Air Force Research Laboratory/RQKHA, Wright Patterson Air Force Base, Ohio, is the contracting activity.

Battlespace Flight Services LCC, Arlington, Va., has been awarded an $8,649,020 modification to TO 0003 and a $7,168,732 modification to TO 0004 to exercise option year one under an existing single award indefinite-delivery/indefinite-quantity contract (FA4890-13-D-0001).  Support shall include aircraft maintenance management; aerospace ground equipment and ground support equipment maintenance; supply support; command, control, communications, computer, intelligence, surveillance, and reconnaissance systems; quality control; and ancillary support programs.  The program supports Air Combat Command (ACC), the Air National Guard, and other major command and combatant command customers to sustain the combat and training capability.   Work will be performed at tasked locations worldwide, and is expected to be completed by March 31, 2015.  Fiscal 2014 operations and maintenance funds in the amount of $720,752 will be obligated with the exercise of option year one for TO 0003 modification 09 and $597,394 will be obligated for TO 0004 modification 08.  Headquarters ACC, Acquisition Management and Integration Center, Newport News, Va., is the contracting activity.

*Small Business

Search This Blog

Translate

White House.gov Press Office Feed