Thursday, May 22, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR MAY 22, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

ARMY

Archer Western Aviation Partners, Chicago, Illinois, was awarded a $143,727,000 firm-fixed-price contract for construction of a three-bay general maintenance hangar, two-bay corrosion control/fuel cell hangar, general purpose hangar, and aircraft parking apron. Work will be performed at McConnell Air Force Base, Kansas, with an estimated completion date of March 6, 2017. Fiscal 2014 military construction funds in the amount of $143,727,000 are being obligated at award. Bids were solicited via the Internet with five received. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-14-C-4006).

Kongsberg Defense & Aerospace AS, Kongsberg, Norway, was awarded a $49,683,100 modification (P00099) to W15QKN-12-C-0103 to exercise contract line item number 0001 for an additional quantity of M153 Common Remotely Operated Weapon Stations (CROWS). Performance location is Johnstown, Pennsylvania, with an estimated completion date of Aug. 16, 2017. Fiscal 2014 other procurement funds in the amount of $49,683,100 will be obligated at award. U.S. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

General Dynamics Ordnance and Tactical Systems Inc., St. Petersburg, Florida, was awarded a $37,645,020 modification (P00011) to W52P1J-12-C-0026) to procure M865 recapitalization cartridges for 120mm tank training ammunition. Work will be performed at St. Petersburg, Florida, with an estimated completion date of May 31, 2016. Fiscal 2013 other funds in the amount of $12,612,874 and fiscal 2014 other funds in the amount of $25,032,145 are being obligated at award. Army Contracting Command, Rock Island, Illinois, is the contracting activity.

Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $31,643,010 modification (P00017) to W52P1J-12-C-0027 for 120 mm tank training ammunition. Work will be performed at Plymouth, Minnesota, with an estimated completion date of Jan. 31, 2016. Fiscal 2014 other procurement funds in the amount of $31,643,010 are being obligated at award. Army Contracting Command, Rock Island Arsenal, Rock Island, Illinois, is the contracting activity.
Ernst & Young LLP, Washington, District of Columbia, was awarded a $21,786,077 time-and-materials contract for the assistant secretary of the Army for financial management and comptroller who requires audit preparation services to include personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to assist the Army in achieving auditability of the four general fund annual financial statements through improvements in the supporting financial systems, Army financial management processes, effective internal controls and supporting documentation. The overall strategic approach must adhere to financial improvement and audit readiness guidance and the Army’s existing strategy. Work will be performed in Washington, District of Columbia, with an estimated completion date of July 9, 2017. Fifty bids were solicited and three received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $21,786,077 are being obligated at the time of the award. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91CRB-14-F-0013).

Okland /Geneva Joint Venture*, Salt Lake City, Utah, was awarded a $19,481,987 firm-fixed-price contract for the construction of a fuselage trainer building on Cannon Air Force Base, New Mexico. Work will be completed at Cannon, with an estimated completion date of Aug. 8, 2016. The bid was solicited via the Internet, with five bids received. Fiscal 2010 military construction funds; fiscal 2011 military construction funds; and fiscal 2013 military construction funds, in the amount of $19,481,987 are being obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-14-C-0014).

Bowers + Kubota Consulting*, Waipahu, Hawaii, was awarded a $9,800,000 firm-fixed-price contract to provide management and technical support services for Army Pacific Regional Medical Command. Performance location and funding will be determined with each order. The estimated date of completion is May 22, 2019. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-14-D-0049).

Information Management Resources Inc.*, Aliso Viejo, California, was awarded a $8,500,000 firm-fixed-price, multi-year contract to provide financial, administrative, logistical and technical services for operation and management integration of the U.S. Army Corps of Engineers’ Engineer Research and Development Center Environmental Laboratory in Vicksburg, Mississippi. The estimated date of completion is May 12, 2019. The U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912HZ-14-D-0004).

NAVY

Raytheon Co., Tucson, Arizona, is being awarded a $115,545,116 modification to previously awarded contract (N0024-13-C-5406) for MK15 Phalanx Close-In Weapon System (CIWS) upgrades and conversions, system overhauls and associated hardware. The CIWS is a fast-reaction terminal defense against low- and high-flying, high-speed maneuvering anti-ship missile threats that have penetrated all other defenses. The CIWS is an integral element of the Fleet Defense In-Depth concept and the Ship Self-Defense Program. Work will be performed in Williston, Vermont (13 percent); Melbourne, Florida (9 percent); Andover, Massachusetts (6 percent); Louisville, Kentucky (5 percent); Tempe, Arizona (5 percent); Pittsburgh, Pennsylvania (5 percent); Ottobrunn, Germany (5 percent); Bloomington, Minnesota (3 percent); Ashburn, Virginia (3 percent); Phoenix, Arizona (3 percent); El Segundo, California (2 percent); Hauppauge, New York (2 percent); Syracuse, New York (2 percent); Salt Lake City, Utah (2 percent); Joplin, Missouri (2 percent); Bracknell, United Kingdom (2 percent); Grand Rapids, Michigan (1 percent); Norcross, Georgia (1 percent); and various other locations less than 1 percent each (29 percent); it is expected to be completed by September 2017. Fiscal 2014 operations and maintenance (Navy); fiscal 2014 weapons procurement (Navy), and fiscal 2013 and 2014 shipbuilding and conversion (Navy) contract funds in the amount of $115,545,116, will be obligated at time of award. Contract funds in the amount of $43,657,810 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
American Systems Corp., Chantilly, Virginia (N65236-14-D-4986); Booz Allen Hamilton, Inc., McLean, Virginia (N65236-14-D-4987); Honeywell Technology Solutions, Inc., Columbia, Maryland (N65236-14-D-4988); Ideal Innovations, Inc., Arlington, Virginia (N65236-14-D-4989); Science Applications International Corp., McLean, Virginia (N65236-14-D-4990); and Scientific Research Corp., Atlanta, Georgia (N65236-14-D-4991) are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, with provisions for firm-fixed-price task orders, performance based contract. The contracts are for the procurement of biometric support services in the areas of research and development, investigation, analysis, test and evaluation procurement and reporting for counterterrorism, counterinsurgency and force protection technology needs, intelligence gathering technology, identity exploitation, and the overall development of multi-modal biometric technologies. The cumulative, estimated value (ceiling) of the base year is $33,133,000. These contracts include options which, if exercised, would bring the cumulative value (ceiling) of these contracts to an estimated $99,400,000. This contract action merely establishes a potential ceiling value and does not obligate the Navy to fund to the ceiling. Work will be performed in Charleston, South Carolina, (50 percent); Washington, District of Columbia, (20 percent); and outside the continental U.S. (30 percent). Work is expected to be completed by May 2015. If all options are exercised, work could continue until May 2017. Space and Naval Warfare Systems Center Atlantic Navy Working Capital funds in the amount of $25,000 will be obligated at the time of award as the minimum guarantee and will be split among the six awardees; these funds will not expire at the end of the current fiscal year. This contract action establishes a potential ceiling value, in which funds are obligated on individual task orders for efforts that fall within the core competency areas. The multiple award contracts were competitively procured by full and open competition via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with nine offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

The Boeing Co., Seattle, Washington, is being awarded a $21,985,964 indefinite-delivery, requirements contract for sustaining engineering services for the Navy’s C-40A aircraft fleet. Services to be provided include project management and technical and engineering services. Work will be performed in Seattle, Washington, and will be completed in January 2019. This contract was not competitively procured pursuant to FAR 6.302-2. No funds are being obligated at time of award. Funds will be obligated against individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-14-D-0002).

United States Technologies, Inc.,* Fair Lawn, New Jersey, is being awarded a $19,122,236 ceiling-priced indefinite-delivery/indefinite-quantity contract for the procurement of hardware and modification services for the development, integration, and operational support of countermeasure and emitter threat simulator systems for the Airborne Threat Simulation Organization. Work will be performed in Fair Lawn, New Jersey, and is expected to be completed in May 2019. Fiscal 2014 aircraft procurement (Air Force) funds in the amount of $340,540 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via Small Business set-aside electronic request for proposals; seven offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-14-D-0020).

Ultra Electronics Ocean Systems Inc., Braintree, Massachusetts, is being awarded a $19,045,850 three-year indefinite-delivery/indefinite-quantity contract to manufacture parts for the Torpedo Countermeasures program. Work will be performed in Braintree, Massachusetts, and work is expected to be completed by May 2017. Fiscal 2014 weapons procurement (Navy) funds in the amount of $3,793,285 will be obligated at the time of award, and will expire by the end of the current fiscal year. This requirement was a sole source in accordance with 10 U.S.C. 2304(c)(1) - only one firm was solicited; and only one offer was received. NAVSUP Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-14-D-K072).

The Boeing Co., St. Louis, Missouri, is being awarded a $9,836,818 cost-plus-fixed-fee delivery order modification to an existing performance based logistics contract (N00383-06-D-001J-0014) for supply chain management of spares and repairs for the F/A-18 E/F aircraft. Work will be performed in St. Louis, Missouri (40 percent), and Jacksonville, Florida (60 percent); work is expected to be completed by December 2015. Navy Working Capital Fund funds in the amount of $9,836,818 will be obligated at the time of award. Funds will not expire by the end of the current fiscal year. NAVSUP Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-06-D-001J-0014).
Oceaneering International, Inc., Hanover, Maryland, is being awarded $8,941,224 for cost-plus-fixed-fee task order 0004 under a previously awarded indefinite-delivery/indefinite-quantity contract (N00014-11-D-0327) for the Advanced Mooring System (AMS) Phase III Development. The Office of Naval Research is interested in a technology designed to develop skin-to-skin mooring capabilities for the Navy because there is a need to quickly and safely moor lightweight hull connectors and high-flare container ships to the mobile landing platform in high sea states. No system exists to do this. The AMS will improve the vehicle personnel and container transfer during skin-to-skin mooring within the sea base through Sea State 3 (threshold) and Sea State 4 (objective). Task order 0004 will provide a Six Mooring Module Demonstrator System that will go through factory acceptance testing. Work will be performed in Hanover, Maryland, and is expected to be completed September 2015. Fiscal 2013 and 2014 research, development, test and evaluation funds in the amount of $7,409,224 will be obligated at the time of award, of which $1,606,628 will expire at the end of the current fiscal year. The Office of Naval Research, Arlington, Virginia, is the contracting activity.

AAR Airlift Group, Inc., Palm Bay, Florida, is being awarded a $6,922,160 firm-fixed-price contract to provide ship-based and shore-based vertical replenishment and other rotary-wing logistic services (i.e., search and rescue support, medical evacuations, passenger transfers, internal cargo movement, and dynamic interface testing) in support of Commander, Naval Air Forces Command. AAR Airlift Group, Inc., will provide helicopters, personnel, support equipment, and all supplies necessary to perform flight operations in the U.S. 5th Fleet and U.S. 7th Fleet areas of responsibility. This contract includes four 12-month option periods, which, if exercised, would bring the cumulative value of this contract to $34,370,323. Work will be performed in the U.S. 5th Fleet and U.S. 7th Fleet areas of responsibility, and is expected to be completed September 2015. If all option periods are exercised, work will continue through September 2019. No funds will be obligated at the time of award. No funds will expire at the end of the current fiscal year. This contract was competitively procured with solicitations sent to more than 50 companies via the Navy Electronic Commerce Online and the Federal Business Opportunities websites, with four offers received. The Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-14-C-8013).

DEFENSE LOGISTICS AGENCY

FN Manufacturing, LLC, Columbia, South Carolina, has been awarded a maximum $18,268,158 firm-fixed-price contract for machine gun barrels. This contract was a competitive acquisition, with one offer received. This is a three-year base contract with two one-year option periods. Location of performance is South Carolina with a May 21, 2017 performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-14-D-0044).
*Small Business

 

Search This Blog

Translate

White House.gov Press Office Feed