Thursday, March 27, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR MARCH 27, 2014

FROM:   U.S. DEFENSE DEPARTMENT
U.S. DEFENSE DEPARTMENT 
CONTRACTS

AIR FORCE

The Centech Group Inc.*, Falls Church, Va.,( FA8732-14-D-0010); Epsilon Systems Solutions Inc.*, San Diego, Calif., (FA8732-14-D-0011); Smartronix Inc.*, Hollywood, Md., (FA8732-14-D-0012); SMS Data Products Group Inc.*, McLean, Va., (FA8732-14-D-0013); Indus Corp.*, Vienna, Va., (FA8732-14-D-0014); Technica Corp.*, Sterling, Va., (FA8732-14-D-0015); Telos Corp.*, Ashburn, Va., (FA8732-14-D-0016); Sumaria Systems Inc.*, Danvers, Mass., (FA8732-14-D-0017); BTAS Inc.*, Beavercreek, Ohio, (FA8732-14-D-0018); American Systems Corp.*, Chantilly, Va., (FA8732-14-D-0019); STG, Inc.*, Reston, Va., (FA8732-14-D-0020) and MicroTechnologies LLC*, Vienna, Va., (FA8732-14-D-0021) have been awarded a maximum $5,790,000,000 multiple-award, indefinite-delivery/indefinite-quantity (ID/IQ) contract for Network-Centric Solutions-2 (NETCENTS-2) network operations and infrastructure solutions. This contract vehicle will provide solutions to support network operations, core enterprise services and infrastructure development and operations, includes network management/defense, services oriented architecture infrastructure, enterprise level security/management and implementation/operations, telephony infrastructure and services. This contract vehicle is the mandatory source for all Air Force units purchasing services that fall under the scope of the contract, and it is available for use by Army, Navy, other department of defense and federal agencies. Funding and the location of performance will be cited on individual task orders issued against this IDIQ. Each company will receive a minimum guarantee of $2,500 at award. The ordering period is a three year basic period with four 12-month options, if exercised, resulting in seven years of ordering. Task orders are limited to five years of performance, and performance may extend three years beyond the expiration of ordering. This award is the result of a small-business competition; offers were solicited electronically through the Hanscom Electronic Request for Proposal Bulletin Board and FedBizOpps, and twenty-nine offers were received. The contracting activity is Air Force Life Cycle Management Center/HICK, Maxwell Air Force Base-Gunter Annex, Ala.

Northrop Grumman Technical Services Inc., Hill Air Force Base, Utah, has been awarded a $13,719,542 modification to cost-plus-award fee F42610-98-C-0001 for sustaining engineering services for the ICBM weapon system. The location of performance is Utah with an expected completion date of Sept. 30, 2014. Fiscal 2014 operations and maintenance funds in the amount of $12,925,702 are being obligated at award. Air Force Nuclear Weapon Center/PZBE, Hill Air Force Base, Utah, is the contracting activity.

ARMY

Hensel Phelps Construction, Chantilly, Va., was awarded a $245,125,000 firm-fixed-price contract for construction of the Joint Operations Center, Fort George G. Meade, Md. Work will be performed at Fort George G. Meade, Md. Estimated completion date is March 26, 2017. Fiscal 2014 military construction funds in the amount of $57,000,000 were obligated at the time of the award. Bids were solicited via the Internet with five received. U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-14-C-0016).

Lockheed Martin Corp., Liverpool, N.Y., was awarded a $145,921,161 modification (P00022) to contract W15P7T-12-C-C015 for an additional thirteen AN/TPQ-53 radar systems, along with 13 corresponding sets of on-board spares. Work will be performed in Liverpool, N.Y. Estimated completion date is Nov. 30, 2016. Fiscal 2014 other procurement, Army funds in the amount of $145,921,161 were obligated at the time of the award. Army Contracting Command, Aberdeen, Md., is the contracting activity.

Northrop Grumman Technical Services, Sierra Vista, Ariz., was awarded a $20,236,014 modification (P00020) to contract W58RGZ-13-C-0010 for contractor logistic services for the Hunter unmanned aircraft system. Work will be performed in Sierra Vista, Ariz., and Afghanistan. Estimated completion date is March 30, 2015. Fiscal 2014 operations and maintenance, Army funds in the amount of $5,236,014 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Manson Construction Co. Seattle, Wash. was awarded a $16,822,500 firm-fixed-price contract for dredging along the U.S. West Coast. Work will be performed in Astoria, Ore., and in San Francisco and Humboldt, Calif. Estimated completion date is Sept. 15, 2014. Fiscal 2014 operations and maintenance, Army funds in the amount of $16,822,500 were obligated at the time of the award. Bids were solicited via the Internet with two received. U.S. Army Corps of Engineers, Portland, Ore., is the contracting activity (W9127N-14-C-0018).

ICx Technologies Inc., doing business as Agentase Inc., Elkridge, Md., was awarded a $12,316,540 modification (P00090) to contract W911SR-08-C-0075 to procure 12 dismounted reconnaissance sets, kits, and outfits army configuration systems. Work will be performed in Elkridge, Md. Estimated completion date is March 25, 2015. Fiscal 2014 research, development, testing and evaluation funds in the amount of $12,316,540 were obligated at the time of the award. Army Contracting Command, Aberdeen, Md., is the contracting activity.

Chimes District of Columbia,Inc., Baltimore, Md., was awarded an $11,548,303 modification (P00002) to contract W91247-12-D-0029 for custodial services at Fort Bragg, N.C. Funding and work location will be determined with each order. Estimated completion date is March 31, 2015. Army Contracting Command, Fort Bragg, N.C., is the contracting activity.

NAVY

Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $106,999,970 undefinitized contract action to provide intermediate, depot level maintenance and related logistics support for approximately 223 in-service T-45 F405-RR-401 Adour engines. Work will be performed at the Naval Air Station (NAS) Meridian, Miss (47 percent); NAS Kingsville, Texas (46 percent); NAS Pensacola, Fla. (6 percent); and NAS Patuxent River, Md. (1 percent), and is expected to be completed in March 2015. No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-D-0016).
Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded a $59,703,818 modification to a previously awarded advanced acquisition contract (N00019-13-C-0023) for the procurement of long-lead items for the manufacture and delivery of 15 Lot 12 UH-1Y Build New Aircraft and 11 Lot 12 AH-1Z Build New Aircraft for the Marine Corps. Work will be performed in Fort Worth, Texas (60 percent) and Amarillo, Texas (40 percent), and is expected to be completed in September 2015. Fiscal 2014 aircraft procurement, Navy funds in the amount of $59,703,818 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.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $52,141,562 modification to a previously awarded cost-plus-incentive-fee contract (N00019-02-C-3002) to execute phase 3 of the Joint Strike Fighter Autonomics Logistics Information System (ALIS) Standard Operating Unit Version 2 (SOUv2) capability development effort. Phase 3 includes integration of the SOUv2 with the ALIS sustainment system and the F-35 air system. Work will be performed in Orlando, Fla. (70 percent) and Fort Worth, Texas (30 percent), and is expected to be completed in August 2015. Fiscal 2013 research, development, test and evaluation, Air Force ($9,067,217) and fiscal 2014 research, development, test and evaluation Navy ($14,396,512) and Marine Corps ($14,309,644) funds in the amount of $37,773,373 will be obligated at time of award, $9,067,217 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Guam MACC Builders A Joint Venture, Honolulu, Hawaii, is being awarded $45,450,600 for firm-fixed-price task order 0003 under a previously awarded multiple award construction contract (N62742-10-D-1309) for the design and construction of a high bay maintenance hangar to support forward operations and maintenance functions for the Unmanned Aircraft System MQ-4C Broad Area Maritime Surveillance platform at Andersen Air Force Base, Guam. The MQ-4C requires interior and enclosed maintenance space to accomplish scheduled inspections, airframe repairs, pre- and post-flight operations, as well as technical order compliance and aircraft modifications. The task order also contains two unexercised options, which if exercised would increase cumulative task order value to $46,719,102. Work will be performed in Yigo, Guam, and is expected to be completed by April 2016. Fiscal 2010 and fiscal 2014 military construction, Navy and fiscal 2014 other procurement, Navy contract funds in the amount of $45,450,600 are obligated on this award and will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

BAE Systems Information and Electronics, Nashua, N.H., is being awarded a $37,443,252 firm-fixed-price contract to procure 1,372 Advanced Precision Kill Weapon Systems (APKWS) II WGU-59/B Guidance Section, the Navy shipping and storage container; and supporting programmatic documentation for the APKWS II WGU-59/B Guidance Sections. Work will be performed in Nashua, N.H. (70 percent); and Austin, Texas (30 percent), and is expected to be completed in September 2015. Fiscal 2014 procurement ammunition, Navy and Marine Corps, and overseas contingency operations funds in the amount of $37,443,252 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-C-0044).

Exelis Inc., Information Systems Division, Herndon, Va., is being awarded a $17,789,717 modification to previously awarded contract (N00174-11-D-0002) for the continued procurement of post-production maintenance support of Navy crew fixed site systems and procurement and support of the transmitting set, counter measure AN/PLT-4 systems. This action fills a requirement for equipment, maintenance and support for the Joint Service Explosive Ordnance Disposal Counter Radio Controlled Improvised Explosive Device Electronic Warfare (JSEOD CREW) program and for continued maintenance and support, including original equipment manufacturer field service representatives, for Legacy Navy CREW systems. The JSEOD CREW program provides all military explosive ordnance disposal (EOD) services with a new electronic warfare capability to counter the threat from improvised explosive devices. JSEOD protects EOD forces of all services, including those currently located in Operating Enduring Freedom, Afghanistan. Work will be performed in Boalsburg, Pa., and is expected to be completed by March 2015. No funds are being obligated at the time of award and contract funds will not expire at the end of the current fiscal year. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity.

PAE Applied Technologies LLC, Fort Worth, Texas, is being awarded a $15,403,392 cost-plus-fixed-fee contract to meet the operations maintenance and logistics support of all range systems, equipment, government furnished databases and management systems and also determine, supply, and provide system support responsibilities, which include logistics support of isolated range equipment on, around, above and under the waters of San Clemente Island. The contract contains options, which if exercised, will bring the contract value to $167,597,135. Work will be performed in San Diego, Calif., and is expected to be completed by Sept. 30, 2014. If all options are exercised, work will continue through March 31, 2019. Fiscal 2014 operations and maintenance, Navy funds in the amount of $2,000,000 will be obligated at the time of award, and will expire at the end of the current fiscal year. This was competitively solicited through the Federal Business Opportunities website, with one offer received. The NAVSUP Fleet Logistics Center, San Diego, Calif., is the contracting activity (N00244-14-C-0007).

Sikorsky Aircraft Corp., Stratford, Conn., is being awarded a $14,947,975 cost-plus-fixed-fee delivery order against a previously awarded Basic Ordering Agreement (N00019-14-G-0004) under the Cabin Interior Phase IIA Program, to include a cabin redesign to reduce the total gross weight allowing for greater lift capability of the VH-3D In-Service Presidential Helicopter. Work will be performed in Stratford, Conn. (98 percent) and Quantico, Va. (2 percent), and is expected to be completed in July 2016. Fiscal 2014 aircraft procurement, Navy contract funds in the amount of $14,947,975 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.
Bell Helicopter Textron Inc., Hurst, Texas, is being awarded an $11,413,510 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0009) to exercise an option to provide systems engineering and program management support for the production and delivery of AH-1Z and UH-1Y aircraft for the Marine Corps. Work will be performed in Hurst, Texas, and is expected to be completed in December 2014. Fiscal 2014 aircraft procurement, Navy funds in the amount of $11,413,510 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.

DEFENSE LOGISTICS AGENCY

Cardinal Health Inc., Waukegan, Ill, has been awarded a maximum $16,760,817 modification (P00007) exercising the second option period on a one-year base contract (SPM2DE-12-D-7346) with four one-year option periods for various laboratory supplies. This is a fixed-price with economic-price adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Illinois with an April 12, 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.
Veyance Technologies Inc., Fairlawn, Ohio, has been awarded a maximum $10,638,028 firm-fixed-price contract for track shoe assemblies for the M88 vehicle. This is a competitive acquisition, and two offers were received. Location of performance is Ohio with a Jan. 21, 2015 performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 through fiscal 2015 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Mich., (SPRDL1-14-C-0071).
*Small Business

Search This Blog

Translate

White House.gov Press Office Feed