Thursday, February 20, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JANUARY 20, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

 ARMY 

Ameresco, Inc. (W912DY-14-D-0036), Framingham, Mass.; Wheelabrator Technologies, Inc. (W912DY-14-D-0041), Hampden, N.H., were awarded a maximum $7,000,000,000 firm-fixed-price, multiple-award, indefinite-delivery/indefinite-quantity contract for biomass technology.  Funding and performance location will be determined with each order.  Estimated completion date is Feb. 12, 2024.  Bids were solicited via the Internet with fifty-two received.  Army Corps of Engineers, Huntsville, Ala. is the contracting activity.

Ameresco, Inc. (W912DY-14-D-0031), Framingham, Mass.; M. Arthur Gensler, Jr. & Assoc., (W912DY-14-D-0032), Dallas, Texas; *Infigen Energy US Development LLC (W912DY-14-D-0033), Dallas, Texas were awarded a maximum $7,000,000,000 firm-fixed-price, multiple-award, indefinite-delivery/indefinite-quantity contract for wind technology.  Funding and performance location will be determined with each order.  Estimated completion date is Feb. 12, 2024.  Bids were solicited via the Internet with forty-five received.  Army Corps of Engineers, Huntsville, Ala. is the contracting activity.

Ameresco, Inc. (W912DY-14-D-0016), Framingham, Mass.; Chevron Energy Solutions Co. (W912DY-14-D-0017), San Francisco, Calif.; Constellation NewEnergy, Inc. (W912DY-14-D-0018), Baltimore, Md.; *Distributed Sun, LLC (W912DY-14-D-0019) Washington, D.C.; *Energy Ventures, LLC (W912DY-14-D-0020), Rockville, Md.; First Solar Development, Inc. (W912DY-14-D-0021) San Francisco, Calif.; *FLS Energy (W912DY-14-D-0022), Asheville, N.C.; Linc Government Services, LLC (W912DY-14-D-0023), Hopkinsville, Ky.; RE Independence Co. LLC (W912DY-14-D-0024) San Francisco, Calif.; *Sun Edison Government Solutions, LLC (W912DY-14-D-0025), Beltsville, Md.; Sun Edison LLC (W912DY-14-D-0026), Beltsville, Md.; SunWize Technologies, Inc. (W912DY-14-D-0027), San Jose, Cal.; *TransGen Energy, Inc. W912DY-14-D-0028) Rockville, Md.; Victory Renewables, LLC: W912DY-14-D-0029), Juno Beach, Fla.; EDF Renewable Energy (W912DY-14-D-0030), San Diego, Calif. were awarded a maximum $7,000,000,000 firm-fixed-price, multiple-award, indefinite delivery/indefinite quantity contract for solar technology.  Funding and performance location will be determined with each order.  Estimated completion date is Feb. 12, 2024.  Bids were solicited via the internet with 114 received.  Army Corps of Engineers, Huntsville, Ala. is the contracting activity.

NAVY

Engility, Chantilly, Va., is being awarded a $24,882,608, cost-plus-fixed-fee, indefinite-delivery/indefinite quantity, multiple-award contract for engineering and technical support at the Indian Head Explosive Ordnance Disposal Technology Division.  The contractor will advise and assist with various tasks in support of engineering support, system engineering and technical analysis, development of programs and improvised explosive device defeat technology.  Work will be performed in Indian Head, Md., and is expected to be completed by February 2017.  Fiscal 2014 Defense business operations funds in the amount of $10,000 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with three offers received. Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity. (N00174-14-D-0005)

A-T Solutions, Fredricksburg, Va., is being awarded a $23,538,703 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, multiple-award contract for engineering and technical support at the Indian Head Explosive Ordnance Disposal Technology Division.  The contractor will advise and assist with various tasks in support of engineering support, system engineering and technical analysis, development of programs and improvised explosive device defeat technology.  Work will be performed in Indian Head, Md., and is expected to be completed by February 2017.  Fiscal 2014 Defense business operations funds in the amount of $10,000 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with three offers received.  Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity (N00174-14-D-0004).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $9,515,086 cost-plus-incentive-fee modification to the previously awarded F-35 Lightning II Low Rate Initial Production Lot VI contract (N00019-11-C-0083).  This modification provides for Netherlands-specific, non-recurring sustainment activities to include procurement of Autonomic Logistics Information Systems equipment and logistics support for non-recurring engineering activities.  Work will be performed in Fort Worth, Texas (35 percent); El Segundo, Calif. (25 percent); Warton, United Kingdom (20 percent); Orlando, Fla. (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent), and is expected to be completed in April 2015.   International Partner funds in the amount of $4,757,543 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.

AIR FORCE
 
APRO International, Inc., Vienna, Va. (FA4890-14-D-0001 for $38,306,747), Goldbelt Falcon LLC, Chesapeake, Va. (FA4890-14-D-0002 for $45,565,135), Science & Management Resources, Inc., Pensacola, Fla., (FA4890-14-D-0003 for $49,261,610), United Paradyne Corp., Santa Maria, Calif. (FA4890-14-D-0004 for $40,769,565),Y-Tech Services, Inc., Anchorage, Alaska (FA4890-14-D-0005 for $46,782,310), were awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-vendor award for Air Force Enterprise Contracted (AFEC) Precision Measurement Equipment Laboratories (PMEL).   This was a competitive acquisition with five bids received.  The contractor shall provide all management, personnel, equipment, tools, materials, supervision, and other items and services necessary to perform the PMEL services as defined in the Performance Work Statement.  Work will be performed at Barksdale Air Force Base, La.; Beale AFB, Calif.; Cannon AFB, N.M.; Dyess AFB, Texas; Ellsworth AFB, S.D.; Minot AFB, N.D.; Moody AFB, Ga.; Offutt AFB, Neb.; Royal Air Force (RAF) Feltwell, United Kingdom; and Whiteman AFB, Mo., and is expected to be complete by Sept. 2019.  Fiscal year 2014 operations and maintenance funds will be awarded subject to availability of funds.  Headquarters Air Combat Command, Acquisition Management and Integration Center, Langley AFB, Va., is the contracting activity.


* Small Business

Search This Blog

Translate

White House.gov Press Office Feed