Monday, February 10, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR FEBRUARY 10, 2014

FROM:  DEFENSE DEPARTMENT 
CONTRACTORS
CONTRACTS
DEFENSE LOGISTICS AGENCY

Vermilion Valley Produce Company Inc.*, Danville, Ill., has been awarded a maximum $12,937,595 fixed-price with economic-price-adjustment contract for fresh fruit and vegetable support.  This contract is a competitive acquisition, and four offers were received.  This is an 18-month base contract with two 18-month option periods.  Locations of performance are throughout Illinois with an Aug. 9, 2018 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and Department of Agriculture schools.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE300-14-D-P246).

Racoe, Inc.**, Celina, Tenn., has been awarded a maximum $8,709,452 modification (P00009) exercising the first option year on a one-year base contract (SPM1C1-13-D-1022) with four one-year option periods for Marine Corps combat utility uniform trousers.  This is a firm-fixed-price, indefinite-quantity contract.  Locations of performance are Tennessee and Mississippi with a Feb. 13, 2015 performance completion date.  Using military service is Marine Corps.  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.

AIR FORCE

Alion Science and Technology Corp., McLean, Va., has been awarded a $12,851,147 modification (P00116) on an existing cost-plus-award-fee and cost-reimbursable contract (FA7014-07-C-0009) value estimated at $970,000,000 for technical and analytical support.  This contract provides the following acquisition support services:  programmatic analyses; policy analyses; budget analyses; administrative technical support; facilities engineering services; business reengineering analyses; database development; internet/intranet development; software application development; legislative analyses; engineering/technical consulting support; and acquisition consulting services.  Government customers include the assistant secretary of the Air Force for acquisition, Joint Strike Fighter Program Office, SAF/FML (Congressional), Air Force Program Executive Office, Aircraft & Space Launch, Air Force Life Cycle Management Center, the Air Force Scientific Advisory Board and other Headquarters Air Force organizations.  This modification rebaselines the current program for the last option period four (Jan. 1 2013 through July 31, 2015) and reinstitutes the original, intended period of performance to Jan. 1, 2001 through Dec. 31, 2015, increasing the estimate.  Option period four was exercised and announced in 2012; however, due to the period of performance extension as a result of the rebaselining effort, this announcement is reporting new work.  Work will be performed at Arlington, Va., and Washington, D.C., and is expected to be completed by Dec. 31, 2015.  The following fund types will be incrementally funded onto this contract:  Air Force research and development, procurement, operations and maintenance and foreign military sales to Israel, Japan, Korea, Saudi Arabia, Singapore, and Spain.  The Air Force District of Washington Contracting Directorate, Strategic Sourcing Division, Joint Base Andrews, Md., is the contracting activity.

ARMY

HELLFIRE SYSTEMS, LLC, Orlando, Fla., was awarded a $157,362,903 modification (P00068) to firm-fixed-price contract W31P4Q-11-C-2042, to exercise option for fiscal 2014 Hellfire II missile production requirements.  This contract involves foreign military sales to Saudi Arabia, Jordan and Indonesia.  Fiscal years 2012, 2013 and 2014 funds in the amount of $157,362,903 are being obligated on award.  The performance location is Orlando, Fla., with an estimated completion date of Nov. 30, 2016.  The U.S. Army Contracting Command – Redstone Arsenal (Missile), Redstone, Ala., is the contracting activity.

Weeks Marine, Inc., Covington, La., was awarded a $9,570,000 firm-fixed-price contract for work consisting of furnishing one fully crewed and equipped ‘cutterhead’ dredge, with a dredge discharge size of 30-inches inside diameter complete in all respects, including all attendant plant and crew.  Fiscal 2014 operations and maintenance funds in the amount of $9,570,000 are being obligated on award.  The contract was solicited via the Web with two bids received.  The performance location is Pilottown, La., with an estimated completion date of July 25, 2014.  The U.S. Army Corps of Engineers – New Orleans District, New Orleans, La., is the contracting activity (W912P8-14-C-0023).

U.S. SPECIAL OPERATIONS COMMAND

Oregon Iron Works, Inc., of Clackamas, Oregon was one of two companies previously awarded indefinite-delivery/indefinite-quantity contract H92222-11-D-0080 in September 2011 in support of the Combatant Craft Medium Mark One (CCM Mk1). The CCM Mk I Program is an  acquisition program to develop, test, produce, field, and sustain a modern, clandestine, agile, adaptive, technically relevant, reliable, and operationally capable combatant craft system in support of U.S. Special Operations Command.  The government has tested and evaluated the test articles provided by the two Phase II CCM Mk 1 awardees during Phase III of this evaluation, evaluated final proposal revisions and has made a final down select decision awarded to Oregon Iron Works, Inc.  The total IDIQ contract ceiling, previously announced, remains $400,000,000, and the period of performance inclusive of all options and ordering periods is through December 2021.  Funds in the amount of $17,500,290 will be obligated at this time for test article refurbishment as well as support the purchase of long lead items and low rate initial production  units.  The majority of the work will be performed in Clackamas, Oregon.  This contract was originally solicited through the Web as a 100 percent set aside for small business in accordance with Federal Acquisition Regulation 19.502-2 with six proposals received.  U.S. Special Operations Command, Tampa, Fla., is the contracting activity.

*Small Business
** Small Business, In HubZone, Woman Owned

Search This Blog

Translate

White House.gov Press Office Feed