Wednesday, February 12, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR FEBRUARY 12, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

AIR FORCE

Sallyport Global Services (part of KS International, LLC), McLean, Va., has been awarded a $215,000,000 firm-fixed-price, undefinitized contract action for Iraq base renovation and reconstruction of key facilities at Balad Air Base, Iraq, in support of the upcoming arrival of F-16 aircraft in September 2014.  Work will be performed at Balad Air Base, Iraq, and is expected to be completed by June 2015.  This award is the result of a sole-source acquisition.  This requirement is 100 percent foreign military sales for the government of Iraq.  Air Force Life Cycle Management Center/WWMK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8615-14-C-6021).

The Boeing Co., St. Louis, Mo., has been awarded a $51,233,782 firm-fixed-price modification (P00023) to an existing firm-fixed-price contract (FA8634-12-C-2651) for the procurement of integration of additional weapons, integration of ARC-210 RT 1990 Gen 5 radios, and integration of Honeycomb structure to the aircraft on the F-15SA aircraft for the Royal Saudi Air Force.  Work will be performed at St. Louis, Mo., and will be completed by Feb. 29, 2020.  Foreign military sales funds for Saudi Arabia in the amount of $19,835,000 are being obligated at time of award.  The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $16,814,091 bilateral modification (P00171) for an existing firm-fixed-price, cost-plus-fixed-fee contract (FA8611-08-C-2897) for engineering change proposal (ECP) 0533, follow-on agile sustainment for the F-22 Raptor, Reliability and Maintainability Maturation Program Project AF100 Acceleration Plan.  This effort is to procure retrofit kits that will provide a more durable material for the actuated doors on the bottom of the aircraft to improve availability of the aircraft.  ECP 0533 is the first of two phases to incorporate the new material on the doors and panels of the aircraft.  Work will be performed at Fort Worth, Texas, and is expected to be complete by September 2016.  Fiscal 2013 aircraft procurement funds in the amount of $16,814,091 are being obligated at time of award.  Air Force Life Cycle Management Center/WWUK, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

ARMY

Honeywell International Inc., Tempe, Ariz., was awarded a $9,943,752 modification (P00004) to firm-fixed-price, sole-source, indefinite-delivery/indefinite-quantity contract W911N2-13-D-0011 to exercise option year one for the purchase of 58 (estimated) gas turbine engines to support the Aviation Ground Power Unit reset at Letterkenny Army Depot.  Funding and performance location will be determined with each order.  The estimated completion date is Feb. 14, 2015.  The U.S. Army Contracting Command-Letterkenny Army Depot, Chambersburg, Pa., is the contracting activity.

HNTB Corp., Kansas City, Mo., was awarded a $9,500,000 firm-fixed-price ‘Architect and Engineering’ indefinite-delivery/indefinite-quantity contract for civil works and military projects throughout the Corps of Engineers and environmental projects throughout the Kansas City district of the Corps of Engineers.  Funding and performance location will be determined with each order.  The contract was solicited via the Web with 11 bids received.  The estimated completion date is Feb. 11, 2019.  The U.S. Army Corps of Engineers-Kansas City District, Kansas City, Kan., is the contracting activity (W912DQ-14-D-1000).

NAVY

Statistical Research Inc.*, Tucson, Ariz. (N62473-14- D-1412); Far Western Anthropological Research Group Inc.*, Davis, Calif. (N62473-14- D-1413); Ultra Systems Environmental Inc.*, Irvine, Calif. (N62473-14- D-1414); ASM Affiliates Inc.*, Carlsbad, Calif. (N62473-14- D-1415), and Tierra Environmental Services Inc.*, San Diego, Calif. (N62473-14- D-1416), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award contract for cultural resources services at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR) and other locations nationwide.  The maximum dollar value including the base period and four option years for all five contracts combined is $50,000,000.  The work to be performed provides for the contractors to furnish all labor, management, supervision, tools, materials, travel, lodging/subsistence, equipment, and transportation to provide cultural resources related studies, investigations, preparation of historic and archaeological documents, and implementation of plans in accordance with Sections 106 and 110 of the National Historic Preservation Act of 1966, as amended.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  No task orders are being issued at this time.  All work on this contract will be performed primarily within the NAVFAC Southwest AOR which includes California (94 percent), Arizona (1 percent), Colorado (1 percent), Nevada (1 percent), New Mexico (1 percent), and Utah (1 percent).  Work may also be performed in the remainder of the continental U.S. (1 percent).  The term of the contract is not to exceed 60 months with an expected completion date of February 2019.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $25,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with seven proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Sealaska Environmental Services LLC*, Juneau, Alaska, is being awarded a maximum amount $30,794,172 indefinite-delivery/indefinite-quantity contract for long term monitoring, operations, and maintenance environmental remediation services for facilities in the Naval Facilities Engineering Command Northwest areas of responsibility.  Task order 0001 is being awarded at $421,091 for operation and maintenance of two environmental remediation systems located at Naval Base Kitsap, Silverdale, Wash.  Work for this task order is expected to be completed by March 2015.  Work on this contract will be performed at various installations including but not limited to Washington (75 percent), Alaska (21 percent), Idaho (1 percent), Montana (1 percent), Oregon (1 percent), and Wyoming (1 percent).  The term of the contract is not to exceed 60 months with an expected completion date of March 2019.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $421,091 are obligated on this award and will expire at the end of the current fiscal year.  The contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received.  The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-14-D-9011).

The Boeing Co., St Louis, Mo., is being awarded $18,977,907 for firm-fixed-price delivery order 0050 against a previously issued basic ordering agreement (N68335-10-G-0012) for procurement of major structural repair and maintenance equipment for the F/A-18E/F and EA-18G aircraft.  Work will be performed in St. Louis, Mo., and is expected to be completed in January 2018.  Fiscal 2013 aircraft procurement, Navy funds in the amount of $18,977,907 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

L-3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded a $6,530,626 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for maintenance and logistics services in support of the KC-130J aircraft for the government of Kuwait under the Foreign Military Sales Program.  Work will be performed at Al Mubarak Airbase, Kuwait, and is expected to be completed in August 2015.  Foreign military sales funds in the amount of $6,530,626 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals; four offers were received.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-D-0015).

DEFENSE LOGISTICS AGENCY

Fujifilm SonoSite Inc., Bothell, Wash., has been awarded a maximum $39,672,731 modification (P00104) exercising the fifth option year on a one-year base contract (SPM2D1-09-D-8339) with seven one-year option periods for radiology systems, subsystems and components.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is Washington with a Feb. 18, 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.

Tullahoma Industries Inc.*, Tullahoma, Tenn., has been awarded a maximum $9,201,000 modification (P00102) exercising the second option year on a one-year base contract (SPM1C1-12-D-1024) with two one-year option periods for universal camouflage pattern jackets.  This is a firm-fixed-price contract.  Locations of performance are Tennessee and Alabama with a Feb. 15, 2015 performance completion date.  Using military service is Army.  Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Honeywell International Inc., Minneapolis, Minn., has been awarded a maximum $8,642,970 firm-fixed-price contract for inertial navigation units.  This contract is a sole-source acquisition.  Location of performance is Minnesota with a May 31, 2016 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 Maritime, Mechanicsburg, Pa., (SPM4A1-11-G-0010-1002).

*Small Business

Search This Blog

Translate

White House.gov Press Office Feed