Monday, May 19, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR MAY 19, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
ARMY

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $212,326,161 modification (P00006) to an indefinite-delivery/indefinite quantity foreign military sales contract W31P4Q-13-D-0030 for services to the Patriot Advanced Capability-3 (PAC-3) Missile Support Center. Funding and work location will be determined with each order. This contract involves foreign military sales to Japan, Taiwan, Germany, Netherlands, Kuwait, and the United Arab Emirates. Estimated completion date is Dec. 31, 2017. Army Contracting Command, Redstone Arsenal (Missile), Alabama is the contracting activity.
T. L. Wallace Construction, Inc., Columbia, Mississippi, was awarded a $45,000,000 firm-fixed- price contract for emergency temporary roof repairs (residential structures) in support of the U.S. Army Corps of Engineers/Federal Emergency Management Agency disaster response. States affected are Alabama, Connecticut, Delaware, Florida, Georgia, Louisiana, Maine, Maryland, District of Columbia, Massachusetts, Mississippi, New Hampshire, New Jersey, New York, North Carolina, Pennsylvania, Rhode Island, South Carolina, Texas, and Virginia. Funding and work location will be determined with each order. The estimated completion date is May 31, 2019. Bids were solicited via the Internet, with 11 received. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-14-D-0010).

S&M and Associates Inc.*, Pascagoula, Mississippi, was awarded a $45,000,000 firm-fixed- price contract for emergency temporary roof repairs (residential structures) in support of the U.S. Army Corps of Engineers/Federal Emergency Management Agency disaster response. States affected are Alabama, Connecticut, Delaware, Florida, Georgia, Louisiana, Maine, Maryland, District Of Columbia, Massachusetts, Mississippi, New Hampshire, New Jersey, New York, North Carolina, Pennsylvania, Rhode Island, South Carolina, Texas, and Virginia. Funding and work location will be determined with each order. The estimated completion date is May 31, 2019. Bids were solicited via the Internet with 16 received. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-14-D-0011).

Artesian Contracting Company, Inc.*, Albany, Georgia, was awarded a $45,000,000 firm-fixed- price contract for emergency temporary roof repairs (residential structures) in support of the U.S. Army Corps of Engineers/Federal Emergency Management Agency disaster response. States affected are Alabama, Connecticut, Delaware, Florida, Georgia, Louisiana, Maine, Maryland, District of Columbia, Massachusetts, Mississippi, New Hampshire, New Jersey, New York, North Carolina, Pennsylvania, Rhode Island, South Carolina, Texas, and Virginia. Funding and work location will be determined with each order. The estimated completion date is May 31, 2019. Bids were solicited via the Internet with seven received. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-14-D-0013).

DEFENSE LOGISTICS AGENCY

Genentech USA Inc., South San Francisco, California, has been awarded a maximum $56,638,585 modification (P00003) exercising the first option period on a one-year base contract (SPM2D0-13-D-0005) with seven one-year option periods. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical products in support of the Corporate Exigency Contract Program. Location of performance is California with a May 19, 2015 performance completion date. Using military services are the Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 war-stopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Rochester Optical,* Rochester, New York, has been awarded a maximum $19,080,028 modification (P00005) exercising the fourth option period on a one-year base contract (SPM2DE-10-D-7545) with seven four-year option periods. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract that covers the selection of a manufacturer for the optical electronic catalog program and makes various optical frames available for purchase. Location of performance is New York with a June 2, 2015 performance completion date. Using military services are the 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, Pennsylvania.

NAVY

Campbell-Ewald Co., Detroit, Michigan, is being awarded a $55,433,097 modification (P0001) to a previously awarded indefinite-delivery/indefinite-quantity contract (N00189-09-D-Z040) for advertising and marketing services in support of Navy recruiting for the Navy Recruiting Command, Millington, Tennessee. The modification includes an eight-month base period and four one-month option periods, which, if exercised, would bring the total of the modification to $85,000.000. Work under this contract will be performed in Detroit, Michigan (99 percent) and Millington, Tennessee (one percent). Work is expected to be completed by January 2015; if all options are exercised, performance will end May 2015. No funding will be obligated with the execution of the modification; therefore, none of the funding will expire before the end of the current fiscal year. Funding will be provided on individual task orders issued against the contract during the period of the extension. This requirement was not competitively procured pursuant to 10 U.S.C. 2304 (c)(1);only one responsible source, as implemented by FAR 6.302-1. NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia, Pennsylvania, is the contracting activity.

Lockheed Martin Mission Systems and Training, Liverpool, New York, is being awarded a $31,777,262 modification to previously awarded contract (N00024-13-C-6292) to exercise options for the production of nine TB-37/U Multi-Function Towed Array (MFTA) production units, tow cables, electro-optical slip rings, drogues, and shipping products and the performance of engineering services. The TB-37/U MFTA is the next generation passive and active sonar receiver. It affords several enhancements to the AN/SQR-19 Tactical Towed Array System allowing greater coverage, increased capability/reliability, and reduced obsolescence. The TB-37/U MFTA significantly contributes to the capability of surface ships to detect, localize and prosecute undersea threats and is a critical sensor to a combat systems suite. Work will be performed in Liverpool, New York (66 percent), Millersville, Maryland (33 percent), and Marion, Massachusetts (1 percent), and is expected to be completed by July 2016. Fiscal 2014 other procurement, Navy; fiscal 2014 research, development, test & evaluation; and fiscal 2014 shipbuilding and conversion, Navy funding in the amount of $30,059,740 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Complete Parachute Solutions, Inc., DeLand, Florida, is being awarded a $21,717,415 firm-fixed-priced contract to provide training and technical support for the Multi-Mission Parachute Course (MMPC). The contractor will train non-military free- fall qualified Marines in military free- fall and parachuting techniques. The MMPC will provide students with the unique knowledge and technical skills needed to safely pack and jump the multi-mission parachute system. Work will be done in Coolidge, Arizona, and is expected to be completed May 2018. Fiscal 2014 operations and maintenance funds in the amount of $2,637,910 will be obligated at time of award and will expire at the end of the current fiscal year. This contract is sole-source procurement in accordance with 10 U.S.C. 2304(c)(1) as implemented by the Federal Acquisition Regulation 6.302-1(a)(2)(iii)(B); only one responsible source and no other supplies or services will satisfy agency requirements. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-14-C-1000).
BAE Systems Norfolk Ship Repair, Norfolk, Virginia, is being awarded a $12,361,701 modification to previously awarded contract (N00024-10-C-4308) for USS Mason (DDG 87) fiscal 2014 selected restricted availability. A selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in Norfolk, Virginia, and is expected to be completed by October 2014. Fiscal 2014 operations & maintenance, Navy contract funds in the amount of $12,361,701 will be obligated at time of award and will expire at the end of the current fiscal year. Norfolk Ship Support Activity, Norfolk, Virginia, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $9,830,814 modification to a previously awarded cost-plus-incentive-fee contract (N00019-02-C-3002) to execute Mode 5 Identification Friend or Foe for the F-35 air system. Work will be performed in El Segundo, California (35 percent); San Diego, California (35 percent); and Fort Worth, Texas (30 percent), and is expected to be completed in May 2016. No funds are being obligated at time of award. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Entwistle Co., Hudson, Massachusetts, is being awarded a $7,807,698 firm-fixed-price contract for the manufacture of torpedo and submarine wire coils. Work will be performed in Hudson, Massachusetts, and work is expected to be completed by December 2016. Fiscal 2012, 2013, and 2014 weapons procurement Navy funds in the amount of $7,807,698 will be obligated at the time of award. Contract funds in the amount of $1,213,247 will expire at the end of the current fiscal year. The contract was competitively procured, via the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received in response to the solicitation. NAVSUP Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-14-C-K056).

AIR FORCE

Jacobs Technology, Inc., Bedford, Massachusetts, has been awarded a $21,487,699 cost-plus-fixed-fee and cost-reimbursable contract to provide engineering and technology acquisition support services. These services consist of disciplined systems/specialty engineering and technical/information assurance services, support, and products using established government, contractor, and industry processes. Work will be performed at Hanscom Air Force Base, Massachusetts, Lackland AFB, Texas, Maxwell AFB, Alabama, and Wright-Patterson AFB, Ohio, and is expected to be completed by Dec. 31, 2014. This award is the result of a sole-source acquisition. Fiscal year 2013 and 2014 research and development, operations and maintenance, and DoD Working Capital funds in the amount of $1,131,751 will be obligated at time of award. Air Force Life Cycle Management Center/PZM, Hanscom AFB, Massachusetts, is the contracting activity (FA8721-14-C-0017).

*Small Business

Search This Blog

Translate

White House.gov Press Office Feed