Friday, March 7, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR MARCH 7, 2014

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

Tactical & Survival Specialties Inc.**, Harrisonburg, Va., (SPM8EJ-14-D-0003); W.S. Darley & Co.*, Itasca, Ill., (SPM8EJ-14-D-0004); ADS Inc.*, Virginia Beach, Va., (SPM8EJ-14-D-0005); Federal Resources Supply Co.*, Stevensville, Md., (SPM8EJ-14-D-0006); Source One Distributors Inc.***, Wellington, Fla., (SPM8EJ-14-D-0007); H Squared Inc., doing business as Quantico Tactical**, Aberdeen, N.C., (SPM8EJ-14-D-0008), have been awarded a maximum $10,000,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for support of special operational equipment tailored logistics support program.  This is a two-year base contract with three one-year option periods.  This contract is a competitive acquisition and 20 offers were received.  Locations of performance are Virginia, Illinois, Maryland, Florida, and North Carolina with a March 6, 2016 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 2016 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Tactical & Survival Specialties, Inc.**, Harrisonburg, Va., (SPM8EJ-09-D-0001); W.S. Darley & Co.*, Itasca, Ill., (SPM8EJ-09-D-0002); Atlantic Diving Supply, Inc.*, Virginia Beach, Va., (SPM8EJ-09-D-0002); Source One Distributors Inc.***, Wellington, Fla., (SPM8EJ-09-D-0004), have been awarded a maximum $84,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for various types of tactical, survival, and rescue equipment.  This is a two-month base contract with no option periods.  This contract is a competitive acquisition, and 14 offers were received.  Locations of performance are Virginia, Illinois, and Florida with a May 8, 2014 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.

Sysco Central Florida, Ocoee, Fla., has been awarded a maximum $39,375,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support.  This contract is a competitive acquisition and one offer was received.  This is a two-year base contract with one one-year option and one two-year option periods.  Location of performance is Florida with an April 16, 2019 performance completion date.  Using military services are Army, Navy, Air Force, and Job Corps.  Subsistence outside of the continental United States (OCONUS) prime vendors will order from this contract in support of OCONUS military customers.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-14-D-3000).

Shore Terminals LLC, doing business as NuStar, San Antonio, Texas, has been awarded a maximum $32,333,197 modification (P00075) exercising the third option period on a five-year base contract (SP0600-99-C-5926) with three five-year option periods for petroleum storage services.  This is a firm-fixed-price contract.  Locations of performance are Texas and California with a March 6, 2019 performance completion date.  Using military services are Army, 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 Energy, Fort Belvoir, Va.

Pentaq Manufacturing Corp.****, Sabana Grande, Puerto Rico, has been awarded a maximum $27,244,510 modification (P00102) exercising the first option period on a one-year base contract (SPM1C1-13-D-1036) with four one-year option periods for various coats.  This is a firm-fixed-price contract.  Locations of performance are Puerto Rico and Mississippi with a March 17, 2015 performance completion date.  Using military service is Army.  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.

Raytheon Co., Space and Airborne Systems, El Segundo, Calif., has been awarded a maximum $8,970,000 firm-fixed-price contract for aircraft circuit card assemblies.  This contract is a sole-source acquisition.  This is a five-year base contract with no option periods.  Location of performance is California with a Nov. 30, 2016 performance completion date.  Using military service is Navy, Canada, and Australia.  Type of appropriation is fiscal 2013 through fiscal year 2016 Navy and foreign military sales funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPRPA1-11-G-003X-5006).

Imperial Sales Co.*, Watsonville, Calif., has been awarded a maximum $8,152,137 modification (P00202) exercising the third option period on a one-year base contract (SPM3S1-11-D-Z188) with four one-year option periods for various commercial components for unitized group rations.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is California with a March 10, 2015 performance completion date.  Using military services are Army and Marine Corps.  Type of appropriation is fiscal 2013 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

NAVY

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $76,100,722 modification to the previously awarded V-22 fixed-price-incentive-fee lot 17-21 multiyear contract (N00019-12-C-2001).  This modification exercises an option for the manufacture and delivery of one CV-22 tiltrotor aircraft for the U.S. Air Force.  Work will be performed in Fort Worth, Texas (24.6 percent); Ridley Park, Pa. (19.2 percent), Amarillo, Texas (10.4 percent), Dallas, Texas (4.3 percent); East Aurora, N.Y. (2.5 percent); Park City, Utah (1.7 percent); El Segundo, Calif. (1.3 percent); Endicott, N.Y. (1 percent); Ontario, Canada (.9 percent); Tempe, Ariz. (.8 percent); Rome, N.Y. (.7 percent); Torrance, Calif. (.7 percent); Luton, United Kingdom (.6 percent); Clifton, N.J. (.6 percent); Salisbury, Md. (.6 percent); Los Angeles, Calif. (.6 percent); Cobham, United Kingdom (.6 percent); Irvine, Calif. (.6 percent); San Diego, Calif. (.5 percent); Yakima, Wash. (.5 percent); Brea, Calif. (.5 percent); Rockmart, Ga. (.5 percent); McKinney, Texas (.4 percent); Albuquerque, N.M. (.4 percent); Whitehall, Mich. (.4 percent); Wolverhampton, United Kingdom (.4 percent); Tucson, Ariz. (.4 percent); Erie, Pa. (.3 percent); Vergennes, Vt. (.3 percent); Kilgore, Texas (.3 percent); Shelby, N.C. (.3 percent); Avon, Ohio (.2 percent); Santa Clarita, Calif. (.2 percent); Garden City, N.Y. (.2 percent); El Cajon, Calif. (.2 percent); Corinth, Texas (.2 percent); Sylmar, Calif. (.2 percent); Westbury, N.Y. (.1 percent); and various other locations inside and outside the United States (21.8 percent), and is expected to be completed in December 2016.  Fiscal 2014 aircraft procurement, Air Force and Special Operations Command funds in the amount of $76,100,722 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.

Vigor Shipyards Inc., Seattle, Wash., is being awarded a $30,703,417 cost-plus-incentive-fee, cost-plus-award-fee contract to definitize a previously awarded undefinitized contract action (N00024-11-C-4401) for repair and alteration of naval assets.  This body of work is being awarded under an existing five-year contract for planning and execution of repair and alteration to surface ships while in drydock. The USS Momsen (DDG 92) will be undergoing a docking selected restricted availability which is the opportunity in the ship’s life cycle to primarily conduct repair and alteration to systems and hull not available when the ship is waterborne.  Work will be performed in Seattle, Wash., and is expected to be completed by October 2014.  Fiscal 2014 operations and maintenance, Navy funding in the amount of $8,405,188 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Wash., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $7,696,166 undefinitized modification to the previously awarded low rate initial production lot 6 advanced acquisition contract (N00019-11-C-0083) for the F-35 Lightning II Joint Strike Fighter aircraft.  This modification provides for the procurement of non-recurring sustainment activities for the government of the United Kingdom, to include procurement of site activation planning efforts for Royal Air Force Marham.  Work will be performed in Warton, United Kingdom (65 percent); and Fort Worth, Texas (35 percent), and is expected to be completed in June 2014.  International partner funds in the amount of $3,848,083 will be obligated at time of award, none of which expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

ARMY

D&S Consultants Inc., doing business as DSCI, Eatontown, N.J., has been awarded an $8,734,140 firm-fixed-price, sole-source contract for Information Technology operations and maintenance support services for United States Southern Command Joint Task Force-Guantanamo Bay, Cuba.  Work will be performed in Cuba with Sept. 6, 2014 estimated completion date.  Fiscal 2014 operations and maintenance Army funds in the amount of $6,833,026 were obligated at time of award.  U.S. Army Contracting Command – Fort Sam Houston, Texas is the contracting activity (W912CL-14-C-0008).


Ronal Industries Inc.*, Troy, Mich. was awarded a $7,422,150 firm-fixed-price, multi-year indefinite-delivery/indefinite-quantity contract for 2,075 fan vaneaxials for the M109 howitzer.  Funding and work performance location will be determined with each order.  Estimated completion date is July, 31, 2019.  Bids were solicited via the Internet with two received.  Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-14-D-0042).

*Small Business
**Service-Disabled Veteran Owned Small Business
***Veteran Owned Small Business
****Small Disadvantaged Business

Search This Blog

Translate

White House.gov Press Office Feed