Tuesday, May 13, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR MAY 13, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

DEFENSE LOGISTICS AGENCY

Henry Schein Inc., Melville, New York, has been awarded a maximum $348,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for the distribution of a wide range of general dental supplies to all contiguous United States and outside contiguous United States facilities that participate in the electronic catalog program. This contract was a competitive acquisition with six offers received. This is a 15-month base contract with three one-year options and one eight-month option. Location of performance is New York, with an Oct. 31, 2015 performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPM2DE-14-D-7469).

Produce Source Partners,* Ashland, Virginia, has been awarded a maximum $36,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh fruit and vegetable support. This contract was a competitive acquisition with three offers received. This is an 18-month base contract with two 18-month option periods. Location of performance is Virginia, with a Nov. 12, 2015 performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and 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, Philadelphia, Pennsylvania (SPE300-14-D-P257).

Kyrish Government Group,* Kileen, Texas, has been awarded a maximum $16,421,974 firm-fixed-price, indefinite-quantity contract for automotive parts and maintenance hardware items. This contract was a competitive acquisition with four offers received. This is a two-year base contract with one one-year option period. Location of performance is Texas, with a May 12, 2016 performance completion date. Using services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7L1-14-D-0001).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $101,900,000 not-to-exceed modification to a previously awarded cost-reimbursement contract (N00019-12-C-0070). This modification provides for non-recurring engineering and sustainment tasks for mission systems software and autonomic logistics development of the F-35A Conventional Take Off and Landing Air System for the government of Israel under the Foreign Military Sales Program. In addition, this modification provides for the procurement of autonomic logistics hardware to support Israel pilot training. Work will be performed in Fort Worth, Texas, and is expected to be completed in April 2015. Foreign military sales funds in the amount of $37,900,000 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, Maryland, is the contracting activity.

Long Wave Inc.*, Oklahoma City, Oklahoma (N39430-14-D-1422); SiteMaster Inc.*, Tulsa, Oklahoma (N39430-14-D-1423); and Shape Construction Inc.*, Bremerton, Washington (N39430-14-D-1424), are each being awarded an indefinite-delivery/indefinite-quantity multiple award contract for construction services for specialized antennas, towers, and communication facilities at Navy installations worldwide. The maximum dollar value including the base period and two option periods for all three contracts combined is $45,000,000. The work to be performed provides for the maintenance, repair, or new construction of telecommunication towers and supporting communications and electrical equipment for Navy telecommunication towers. These requirements may include project development, concept development, design, engineering analysis, preparation of plans, writing of specifications, estimation of construction costs, fabrication, construction, and controlling quality, troubleshooting, overhauling old equipment, procuring new components, equipment installation and testing. SiteMaster, Inc. is being awarded task order 0001 at $669,794 for the extension of top-load radials at the Naval Radio Transmitting Facility, Aguada, Puerto Rico. Work for this task order is expected to be completed by November 2014. All work on this contract will be performed at various Navy installations worldwide. The term of the contract is not to exceed 36 months, with an expected completion date of May 2017. Fiscal 2013 other procurement, Navy and fiscal year 2014 Navy working capital funds in the amount of $669,794 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with eight proposals received. These three contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $38,401,383 modification to previously awarded contract (N00024 13 C-5403) for Standard Missile-2 (SM-2) and Standard Missile-6 (SM-6) engineering and technical services to ensure continuity in production, design integrity, and total systems integration of the missile round and its components. This contract provides support to both the U.S. Navy (92.3 percent) and the following SM-2 foreign military sales (FMS) customers: the governments of The Netherlands (1.7 percent), Taiwan (1.7 percent), Japan (1.4 percent), Germany (1 percent), Korea (1 percent), Australia (.7 percent), and Spain (.2 percent) under the FMS program. Work will be performed in Tucson, Arizona (99 percent), and Portsmouth, Rhode Island (1 percent), and is expected to be completed by December 2015. Fiscal 2013 and 2014 research, development, test and evaluation; FMS and fiscal 2014 operations and maintenance, Navy funding in the amount of $25,495,322 will be obligated at time of award. Contract funds in the amount of $30,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

HART Technologies,* Manassas, Virginia, is being awarded a $32,182,700 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee completion and firm-fixed-price delivery orders to provide for rapid prototype development, hardware fabrication, hardware and software for prototype or prototype pre-production units and kits in support of the Battle Management Systems, Dragon Spear, and Littoral Combat Ship programs. Work will be performed in Manassas, Virginia, and is expected completed by August 2018. Fiscal 2013 aircraft procurement, Navy contract funds in the amount of $64,434 are being obligated for the first delivery. Contract funds will not expire at the end of the current fiscal year. This contract was competitively via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-14-D-1009).

Huntington Ingalls Industries, Huntington Ingalls Inc., Pascagoula, Mississippi, is being awarded a $12,168,588 modification to previously awarded contract (N00024-12-C-2312) to exercise options for DDG 51 class follow yard services (FYS). The FYS provides necessary engineering, technical, material procurement and production support; configuration; class flight upgrades and new technology support; data and logistics management; lessons learned analysis; post-delivery tests and trials; post-shakedown availability support; reliability and maintainability; system safety program support; material and fleet turnover support; shipyard engineering team; turnkey; crew indoctrination, design tool/design standardization, detail design development, and other technical and engineering analyses for the purpose of supporting DDG 51 class ship construction and tests and trials. Work will be performed in Pascagoula, Mississippi (97 percent), and Washington, D.C. (3 percent), and is expected to be completed by May 2015. Fiscal 2010 and 2013 shipbuilding and conversion, Navy and fiscal 2014 research, development, test & evaluation contract funds in the amount of $12,168,588 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

M. A. Mortenson Co., Minneapolis, Minnesota, is being awarded a $7,262,015 firm-fixed-price modification to a previously awarded contract (N40085-12-C-7722) to increase the maximum dollar value of a firm-fixed-price contract for increasing the apron for aircraft maintenance hangar/apron/classrooms and combat aircraft loading area addition at Marine Corps Air Station New River. The work to be performed provides for the expansion of the parking apron and relocation of the wash rack for the parking apron. After award of this modification, the total cumulative contract value will be $66,111,686. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by February 2015. Fiscal 2012 military construction, Navy contract funds in the amount of $7,262,015 are being obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

ARMY

Kipper Tool Co., Gainesville, Georgia, was awarded an $85,010,115 firm-fixed-price contract to procure 401 hydraulic electric pneumatic petroleum operated equipment tools and special application tools for engineering tasks. The estimated completion date is March 13, 2019. Bids were solicited via the Internet with one received. Funding and work location will be determined with each order. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-14-D-0069).

NAN-Samsung LLC, Honolulu, Hawaii, was awarded a $69,749,203 firm-fixed-price competitive contract for construction of the Combat Aviation Brigade Complex, Phase 2, Wheeler Army Airfield, Oahu, Hawaii, with an estimated completion date of Jan. 10, 2017. Bids were solicited via the Internet with nineteen received. Fiscal 2013 military construction funds in the amount of $69,749,203 were being obligated at the time of the award. U.S. Army Corps of Engineers, Fort Shafter, Hawaii, is the contracting activity (W9128A-14-C-0002).
Leonie Industries LLC, Pacific Palisades, California, was awarded a $55,449,092 firm-fixed-price competitive contract for the Military Information Support Task Force-Afghanistan. Work will be performed in Afghanistan, with an estimated completion date of May 21, 2019. Bids were solicited via the Internet with six received. Fiscal 2014 operations and maintenance, Army funds in the amount of $21,398,953 are being obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W560MY-14-C-0002).

CDG Engineers, St. Louis, Missouri, was awarded a $9,000,000 firm-fixed-price competitive contract for architectural and engineering services for civil works and support for other agencies for the St. Louis, Rock Island, and St. Paul Districts, the Mississippi Valley Division, U.S. Army Corps of Engineers, or in other areas of continental United States as needed. Funding and work location will be determined with each order. The estimated completion date is May 12, 2019. Fourteen bids were solicited and fourteen received. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-14-D-0517).

AIR FORCE

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $20,022,313 modification (P00017) to FA8807-12-C-0013 for software coding and security on the military global positioning system user equipment contract. The total cumulative face value of the contract is $50,916,525. The contract modification is to mature the software coding of the GPS receiver cards being developed and perform security certification to enable faster fielding of M-code capable GPS receivers to the warfighter. Work will be performed at Cedar Rapids, Iowa, and is expected to be completed by Aug. 31, 2015. Fiscal 2014 research, development, testing and evaluation funds in the amount of $7,000,000 are being obligated at time of award. The Space and Missile Systems Center Contracting Directorate, El Segundo, California, is the contracting activity.

*Small Business

Search This Blog

Translate

White House.gov Press Office Feed