Monday, April 14, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR APRIL 14, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

ARMY

L-3 GSS, Reston, Va., was awarded a $50,925,735 firm-fixed-price, multi-year contract to provide Automated Installation Entry hardware and software for up to 35 military installations. Funding and work location will be determined with each order. Estimated completion date is April 13, 2018. Bids were solicited via the Internet with four received. Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-14-D-0005).

AAA General Contractors, LLC,* El Paso, Texas, (W912L2-14-D-0001); Blackhawk-MILCON Joint Venture, San Antonio, Texas (W912L2-14-D-0002); Briston Construction LLC,* Mesa, Ariz. (W912L2-14-D-0003); Cerrudo Services, Inc.,* Novato, Calif. (W912L2-14-D-0004); Charpie Construction Co., Inc.,* Las Vegas, Nev. (W912L2-14-D-0005); Cherokee General Corp., Federal Way, Wash. (W912L2-14-D-0006); Direct Project Inc.,* Fontana, Calif. (W912L2-14-D-0007); E-Corp., Layton, Utah (W912L2-14-D-0008); Fortis Networks, Phoenix, Ariz. (W912L2-14-D-0009); IEC-ALL Star LLC,* Kansas City, Mo. (W912L2-14-D-0010); Komada, Escondido, Calif. (W912L2-14-D-0011); KWR Construction, Inc.,* Sierra Vista, Ariz. (W912L2-14-D-0012); Loven Contracting, Inc., Flagstaff, Ariz. (W912L2-14-D-0013); Marsh Development, Inc.,* Huachuca City, Ariz. (W912L2-14-D-0014); MIE, Inc.,* Apopka, Fla. (W912L2-14-D-0015); Menco Pacific, Inc.,* Escondido, Calif. (W912L2-14-D-0016); MW Services Inc.,* Temecula, Calif. (W912L2-14-D-0017); Northern Construction, LLC,* Ogden, Utah (W912L2-14-D-0018); Northwind Engineering, LLC , Shelocta, Pa. (W912L2-14-D-0019); OP Solutions, Chandler, Ariz. (W912L2-14-D-0020); Pace Pacific, Phoenix, Ariz. (W912L2-14-D-0021); Pacific Tech Construction, Inc., Kelso, Wash. (W912L2-14-D-0022); Power Services, Inc.,* Las Vegas, Nev. (W912L2-14-D-0023); PRE CON Industries, Inc.,* Santa Maria, Calif. (W912L2-14-D-0024); RCDS Contractors, Inc.,* Glendale, Ariz. (W912L2-14-D-0025); R-CON Construction, Inc.,* Las Cruces, N.M. (W912L2-14-D-0026); Rore, Inc.,* Albuquerque, N.M. (W912L2-14-D-0027); Sigma Services, Ventura, Calif. (W912L2-14-D-0028); Shanks Electric Corp., Helendale, Calif. (W912L2-14-D-0029); S & L Construction LLC,* Gilbert, Ariz. (W912L2-14-D-0030); Sun Eagle Corp., Chandler , Ariz. (W912L2-14-D-0031); Southwestern Dakotah, Inc.,* Tucson, Ariz. (W912L2-14-D-0032); TMG Services, Inc.,* North Kansas City, Mo. (W912L2-14-D-0033); Total Team Construction Services, Inc.,* West. Sacramento, Calif. (W912L2-14-D-0034); Vernadero Group Inc.,* Phoenix, Ariz. (W912L2-14-D-0035); Women's Empowerment Partnership, Inc.,* Huntington Beach, Calif. (W912L2-14-D-0036), were awarded a $20,000,000 firm-fixed-price, indefinite -delivery/indefinite -quantity contract to support sustainment/repair and maintenance construction and new military construction projects for the Arizona Army and Air National Guard. Funding and work location will be determined with each order. Estimated completion date is April 1, 2019. Bids were solicited via the Internet with fifty-four received. National Guard Bureau, Phoenix, Ariz., is the contracting activity.
Design West Technologies Inc.,* Tustin, Calif., was awarded a $9,470,626 firm-fixed-price, multi-year contract for a maximum of 650 filter fan housing assemblies for Army collective and protection units which clean and purify air. Funding and work performance location will be determined with each order. Estimated completion date is Oct. 8, 2020. Bids were solicited via the Internet with two received. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-14-D-0055).

Pacchiosi Drill USA Inc., New York, N.Y., was awarded an $8,918,970 firm-fixed price contract to construct cutoff walls along the waterside slope of Sites R3A and L10 on the American River, Sacramento, Calif. Fiscal 2014 other procurement funds in the amount of $8,918,970 were obligated at the time of the award. Estimated completion date is April 29, 2015. Bids were solicited via the Internet with one received. Work will be performed in Sacramento, Calif. U.S. Army Corps of Engineers, Sacramento, Calif., is the contracting activity (W91238-14-C-0003).

AIR FORCE

Computer Sites Inc., Denver Colo., has been awarded a $47,057,000 indefinite-delivery/indefinite-quantity contract for emergency maintenance/preventive maintenance of Department of Defense power conditioning equipment and uninterruptable power supply systems. Performance locations (both continental United States and overseas) will be specified on individual delivery orders, and work is expected to be complete by April 13, 2020. This award is the result of a competitive acquisition, and three offers were received. Fiscal 2014 operations and maintenance funds in the amount of $87,922 are being obligated at time of award on the initial delivery order. Air Force Life Cycle Management Center/PZZKA, Hill Air Force Base, Utah, is the contracting activity (FA8217-14-D-0001).

NAVY

American Overseas Marine LLC, Quincy, Mass., is being awarded a $32,668,153 modification under a previously awarded firm-fixed price contract (N00033-10-C-5300) to exercise a one-year option period for the operation and maintenance of seven large, medium-speed, roll-on/roll-off ships. These seven ships support the deployed military forces worldwide. Work will be performed worldwide at sea and is expected to be completed by April 2015. Working capital contract funds in the amount of $14,616,880 are being obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. The U.S. Navy’s Military Sealift Command, Washington, D.C., is the contracting activity (N00033-10-C-5300).

Alion Science and Technology Corp., Washington, D.C., is being awarded a $25,002,968 modification to previously awarded contract (N00024-12-C-4401) for additional professional support services in support of the Surface Warfare Directorate. This modification will continue professional support services in support of SEA21 Surface Warfare Fleet Support. Specific services include, but are not limited to: program management, engineering, logistics, technical, planning and readiness, fleet introduction training and financial management support services. Work will be performed in Washington, D.C. (56 percent), Norfolk, Va. (23 percent), San Diego, Calif. (6 percent), Pascagoula, Miss. (6 percent), Bath, Maine (3 percent), Mayport, Fla. (2 percent), Japan (2 percent), and other locations less than 1 percent (2 percent), and is expected to be completed by September 2014. Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $24,762,968 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington D.C., is the contracting activity.

The Haskell Co., Jacksonville, Fla., is being awarded a $6,883,727 firm-fixed-price modification to increase the maximum dollar value of a previously awarded firm-fixed-price contract (N40085-11-C-4019) for the mitigation of unsuitable soils under the taxiway apron for apron expansion, Phase II, parallel taxiway, hangar, and Marine vertical 22 maintenance hangar at Marine Corps Air Station New River. The work to be performed provides for design and construction to mitigate unsuitable soils by providing cement stabilization and installation of an underdrain system under the apron. After award of this modification, the total cumulative contract value will be $151,304,423. Work will be performed in Jacksonville, N.C., and is expected to be completed by March 2015. Fiscal 2010 military construction, Navy contract funds in the amount of $6,883,727 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

BAE Systems Information & Electronic Systems Integration Inc., Greenlawn, N.Y., is being awarded a $6,715,693 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of 16 AN/UPX-41 (C) Digital Interrogators for the U.S. Navy (14) and the government of Japan (2) and 45 Mode 5 Identification Friend or Foe field change kits for the U.S. Navy (33) and the government of Japan (12). Work will be performed in Greenlawn, N.Y., and is expected to be completed in December 2015. No funds are being obligated at time of award. Funds will be obligated against individual delivery orders as they are issued. This contract was not competitively procured pursuant to FAR 6.302-1. This contract combines purchases for the U.S. Navy ($5,399,417; 80.4 percent) and the government of Japan ($1,316,276; 19.6 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-D-0004).

DEFENSE LOGISTICS AGENCY

Brothers Produce Inc.,* Houston, Texas, has been awarded a maximum $6,666,666 fixed-price with economic-price-adjustment, indefinite-quantity contract for full line fresh fruit and vegetable support. This is a competitive acquisition, and three offers were received. This is an 18-month base contract with two 18-month option periods. Location of performance is Texas with an Oct. 6, 2015 performance completion date. Using service is Department of Agriculture school customers. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Va., (SPE300-14-D-S602).
*Small Business

Search This Blog

Translate

White House.gov Press Office Feed