Thursday, April 10, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

AIR FORCE

General Atomics Aeronautical Systems Inc., Poway, Calif., has been awarded a $141,444,171 delivery order (0089) to contract (FA8620-10-G-3038) to accomplish non-recurring engineering development of the Block 50 ground control stations (GCS) and production of two system test and qualification system integration laboratories (SIL), one technical order development SIL, two fixed GCS, two mobile GCS, two software developer kits, and the associated spares for the Block 50 configuration. Block 50 includes the updated design goals from the legacy GCS of creating an ergonomic crew workstation, enhancing situational awareness, and reducing or eliminating known deficiencies in legacy GCS. Block 50 includes the installation and integration of six 24 inches touchscreen displays, an enhanced heads-up display, primary control display, F-16 modeled stick and throttle, and new control panels that provide one touch access to critical and common functions. This award is the result of a sole-source acquisition. Work will be performed at Poway, Calif., and is expected to be completed by Feb. 18, 2018. Fiscal 2014 through fiscal 2018 research and development funds in the amount of $19,363,327 will be obligated at time of award. Air Force Life Cycle Management Center/WIIK, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Jacobs Technology Inc., Tullahoma, Tenn., has been awarded an estimated $67,000,000 modification (14) for an existing indefinite-delivery/indefinite-quantity contract (FA9200-12-D-0085) with multiple funding appropriations at the task order level for technical and engineering acquisition support services. This modification provides for the exercise of an option for additional diverse engineering, technical and acquisition support services being provided under the basic contract. Work will be performed at Eglin Air Force Base, Fla., and is expected to be completed by Oct. 18, 2014. The current action includes unclassified foreign military sales to Australia, Bahrain, Belgium, Canada, Chile, Czech Republic, Denmark, Finland, Germany, Greece, Hungary, Israel, Italy, Japan, Jordon, Kuwait, Malaysia, Morocco, Norway, Oman, Pakistan, Poland, Portugal, Republic of Korea, Saudi Arabia, Singapore, Sweden, Switzerland, Taiwan, Turkey, United Arab Emerites and United Kingdom. The portion of the current effort that supports FMS is 2.56 percent. Fiscal 2013 and 2014 research development test and evaluation, operations and maintenance, and procurement funds will be obligated incrementally when available. Air Force Test Center/PZZ, Eglin Air Force Base, Fla., is the contracting activity.

ARMY

Sierra Nevada Corp., Sparks, Nev. was awarded a sole-source $46,500,000 cost-plus-fixed-fee multi-year, indefinite-delivery/indefinite-quantity contract for dismounted counter radio-controlled, improvised explosive device, electronic warfare spares and services to sustain the Thor III and Baldr CREW systems. Funding and work performance location will be determined with each order. Estimated completion date is April 9, 2017. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-14-D-0041).
UNIT Co., Anchorage, Alaska, was awarded a $25,546,700 firm-fixed-price contract with options to design and construct a warm storage hangar at Fort Wainwright, Alaska. Fiscal 2014 military construction funds in the amount of $25,546,700 were obligated at the time of the award. Estimated completion date is Dec. 31, 2015. Bids were solicited via the Internet with six received. Work will be performed in Fairbanks, Alaska. U.S. Army Corps of Engineers, Elmendorf Air Force Base, Alaska, is the contracting activity (W911KB-14-C-0007).

Northrop Grumman Information Systems, McLean, Va., was awarded a $25,220,493 modification (P00016) to contract W15QKN-13-F-0017 to exercise option year one for Army Knowledge Online Enterprise Services web-based enterprise information services. Fiscal 2014 operations and maintenance, Army funds in the amount of $10,473,522 were obligated at the time of the award. Estimated completion date is April 12, 2015. Work will be performed at Fort Belvoir, Va. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.

Louisiana Workforce Commission, Baton Rouge, La., was awarded a $9,580,960 modification (P00006) to contract W9124E-12-D-0002 to provide full food service to training units at the 162nd Infantry Brigade and rotational training units at the Joint Readiness Training Center, Fort Polk, La. Funding and work performance location will be determined with each order. Estimated completion date is May 9, 2015. Army Contracting Command, Fort Polk, La., is the contracting activity.

Tunista Construction LLC,* Anchorage, Alaska, was awarded a $9,525,000 firm-fixed-price contract to construct a company operations facility at Fort Wainwright, Alaska. Fiscal 2014 military construction funds in the amount of $9,525,000 were obligated at the time of the award. Estimated completion date is Oct. 16, 2015. Bids were solicited via the Internet with three received. Work will be performed at Fort Wainwright, Alaska. U.S. Army Corps of Engineers, Elmendorf Air Force Base, Alaska, is the contracting activity (W911KB-14-C-0005).

NAVY

Kiewit Infrastructure West Co., Vancouver, Wash. (N44255-14-D-9003); Manson Construction Co., Seattle, Wash. (N44255-14-D-9004); Marathon Construction Co.,* Lakeside, Calif. (N44255-14-D-9005); Nova Group, Inc., Napa, Calif. (N44255-14-D-9006); Triton Marine Construction, Bremerton, Wash. (N44255-14-D-9007); Watts Construction LLC, Honolulu, Hawaii (N44255-14-D-9008), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for design-build or design-bid-build construction of marine waterfront facilities located primarily within the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The maximum dollar value for all six contracts combined is $99,000,000. The work to be performed provides for new construction, repair, alteration, and renovation. Types of projects include, but are not limited to, piers, wharves, quay walls, bulkheads, sea walls, dry docks, boat ramps, docks and marinas, shore protection, rip rap, breakwaters, wave attenuation, mooring dolphins, buoys, primary and secondary fendering, pile driving, sheet piles, and dredging and disposal. Work also includes the design and construction of all utilities and other facilities in the marine waterfront area and/or related to marine waterfront operations to support Navy vessels and port operations. Work will be performed primarily within the NAVFAC Northwest AOR which includes Washington (92 percent), Oregon (2 percent), Alaska (2 percent), Idaho (1 percent), Montana (1 percent), and Wyoming (1 percent). Work may also be performed in the remainder of the United States (1 percent). The term of the contract is not to exceed 60 months, with an expected completion date of April 2019. Navy working capital funds in the amount of $150,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 10 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity.

Guam MACC Builders A Joint Venture, Honolulu, Hawaii, is being awarded $25,692,000 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N62742-10-D-1309) for the design and construction of an emergent repair facility at Naval Base, Guam. The work to be performed provides for the design and construction of a low rise (two-story) addition to the existing emergent repair facility. The project will expand the existing two story reinforced concrete structure with pile foundation, reinforced concrete walls and roof structure, and beam column frame. Built in equipment includes a passenger/freight elevator, an overhead crane and an emergency diesel generator and a radon mitigation system. The task order also contains one unexercised option, which if exercised would increase cumulative task order value to $28,007,544. Work will be performed in Santa Rita, Guam, and is expected to be completed by May 2016. Fiscal 2010 and 2014 military construction, Navy contract funds in the amount of $25,692,000 are being obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Phoenix Air Group Inc., Cartersville, Ga., is being awarded a $16,320,996 firm-fixed-price, cost-reimbursable indefinite-delivery/indefinite-quantity contract for contractor owned and operated aircraft for range clearing services for missile testing and fleet training in support of the commander, naval air forces, and various Department of Defense agencies. Work will be performed in Barking Sands, Hawaii, and is expected to be completed in April 2019. No funds are being obligated at time of award. Funds will be obligated against individual delivery orders as they are issued. This contract was competitively procured via a request for proposals; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-14-D-0023).
Huntington Ingalls Inc., Newport News, Va., is being awarded a $7,674,064 modification under a previously awarded contract (N00024-11-C-2103) to exercise an option for engineering and technical design services to support research and development of advanced submarine technologies for current and future submarine platforms. The contract provides for R&D studies to support the manufacturability, maintainability, producibility, reliability, manning, survivability, hull integrity, performance, structural, weight/margin, stability, arrangements, machinery systems, acoustics, hydrodynamics, ship control, logistics, human factors, materials, weapons handling and stowage, submarine safety, and affordability of submarines. The program also supports near term insertion of Virginia class technology; identification of Ohio class replacement technology options; future submarine concepts; and core technologies. Work will be performed in Newport News, Va., and is expected to be completed by January 2015. Fiscal 2014 research, development, test and evaluation contract funds in the amount of $279,451 will be obligated at the time of modification award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded a $6,632,674 modification to a previously awarded firm-fixed-price contract (N68335-10-C-0491) for eight Reconfigurable Transportable Consolidated Automated Support System - Depot (RTCASS-D) conversion kits. These kits include the hardware and software required to convert eight base configuration RTCASS stations into RTCASS-D configurations, RTCASS-D specific test program sets development training, and the development and integration of eight high speed sub-system ancillary sets. Work will be performed in St. Louis, Mo., and is expected to be completed in August 2015. Fiscal 2012, 2013, and 2014 aircraft procurement, Navy funds in the amount of $6,632,674 will be obligated on this award, $1,704,605 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.

DEFENSE LOGISTICS AGENCY

River Trading Company Ltd.,* Cincinnati, Ohio, has been awarded a maximum $16,871,250 firm-fixed-price contract for bituminous coal. This is a competitive acquisition, and four offers were received. This is a one-year base contract with no option periods. Locations of performance are Ohio, West Virginia, and Kentucky with a May 31, 2015 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2014 through fiscal 2015 military service funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SPE600-14-D-0651).
Carter Industries Inc.,** Olive Hill, Ky., has been awarded a maximum $12,761,280 modification (P00102) exercising the third option period on a one-year base contract (SPM1C1-11-D-1067) with three one-year option periods for flyer’s coveralls. This is a firm-fixed-price contract. Location of performance is Kentucky with an April 15, 2015 performance completion date. Using military services are Navy, Air Force, and 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.
Elbit Systems America Fort Worth Inc., Fort Worth, Texas, has been awarded a maximum $12,255,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for helicopter improved signal data converter. This is a sole source acquisition. This is a two-year base contract with no option periods. Location of performance is Texas with an April 9, 2016 performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Md., (SPRBL1-14-D-0004).
*Small Business
**Small In HubZone Business

Search This Blog

Translate

White House.gov Press Office Feed