Friday, June 27, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JUNE 27, 2014

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

NAVY

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $275,434,620 modification to a previously awarded contract (N00024-13-C-5407) for fiscal 2014 Standard Missile 6 (SM-6) all-up rounds, and SM-6 and Standard Missile 2 (SM-2) spares and containers. Work will be performed in Tucson, Arizona, (33.7 percent); Camden, Arkansas (28 percent); Wolverhampton, United Kingdom (11.6 percent); Andover, Massachusetts (8.6 percent); Middletown, Ohio (2.7 percent); San Jose, California (2.6 percent); Huntsville, Alabama (2.3 percent); Dallas, Texas (2.1 percent); Anniston, Alabama (1.4 percent); Clarkston, Georgia (1 percent); San Diego, California (1 percent); Warrington, Pennsylvania (1 percent); Wichita, Kansas (1 percent); Middletown, Connecticut (1 percent); Thousand Oaks, California (1 percent); and Anaheim, California (1 percent); work is expected to be completed by March 2017. Fiscal 2014 weapons procurement (Navy) funds in the amount of $260,548,374 (94.8 percent), fiscal 2012 weapons procurement (Navy) funds in the amount of $7,852,887 (2.9 percent), and fiscal 2014 operations and maintenance (Navy) funds in the amount of $6,437,000 (2.3 percent) will be obligated at the time of award. Contract funds in the amount of $14,289,887 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
Raytheon Co. Integrated Defense Systems, Tewksbury, Massachusetts, is being awarded a $33,176,807 modification to previously awarded cost-plus-fixed-fee contract N00024-12-C-4223 for research and development activities associated with integrated power systems power load modules to be used for electromagnetic railgun pulse power containers design, and for the fabrication and testing of prototypes. Work will be performed in Tewksbury, Massachusetts, and is expected to be completed by December 2016. Fiscal 2014 research, development, test and evaluation contract funding in the amount of $8,503,020 will be obligated at 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.
Serco Inc., Reston, Virginia, is being awarded a $31,244,653 cost-plus-fixed-fee/firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Close-In Weapons System (CIWS) waterfront installation support. This contract will provide support in performing the functions of an Alteration Installation Team with the installation of Ship Alterations, Ship Change Documents, and Ordnance Alterations as related to the CIWS on U.S. Navy, U.S. Army and U.S. Coast Guard vessels. Work will be performed in Norfolk, Virginia (41 percent); San Diego, California (30 percent); Pearl Harbor, Hawaii (5 percent); Everett, Washington (6 percent); Mayport, Florida (6 percent); and various overseas ports (12 percent); work is expected to be completed in June 2017. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $114,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-14-D-0028).

Raytheon Co., McKinney, Texas, is being awarded a $19,679,000 cost-plus-fixed-fee modification to previously awarded contract (N00164-12-G-JQ66) for Multi-Spectral Targeting Systems (MTS-C) and provision item order spares for Navy special projects aircraft. The MTS-C is an airborne, electro-optic, forward-looking, infra-red, turreted sensor system which provides long-range surveillance. This requirement supports Naval Air Systems Command PMA 290 Special Projects Aircraft. Work will be performed in McKinney, Texas, and is expected to be completed by May 2016. Fiscal 2013 and 2014 aircraft procurement (Navy) contract funds in the amount of $19,679,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity.

Exelis Inc., Clifton, New Jersey, is being awarded a $15,262,451 cost-plus-fixed-fee contract for the design, engineering analysis, program, manufacture and test of the universal exciter upgrade (shop replaceable assembly redesign) to support the AN/ALQ 99 tactical jamming system used on the EA-6B Prowler and EA-18G aircraft. This procurement is to design and manufacture three components of the universal exciter: the modulation direct digital synthesizer, the direct digital synthesizer and the oscillator switch to eliminate the use of obsolete parts. This contract combines purchases for the U.S. Navy (10 percent), and the government of Australia (90 percent), under the Foreign Military Sales program. Work will be performed in Amityville, New York (97 percent), and Clifton, New Jersey (3 percent), and is expected to be completed by June 2017. FMS and fiscal 2014 aircraft procurement (Navy) contract funds in the amount of $15,262,451 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the authority of 10 U.S.C. 2304(c)(1). The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-13-G-WM01).

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, is being awarded a $13,561,788 modification to a cost-plus-fixed-fee contract to provide training material, development and maintenance, instructor services, program management, administration and training systems in support of the Center for Surface Combat Systems. This contract modification involves foreign military sales to Australia. Work will be performed in Dahlgren, Virginia (50 percent), and Moorestown, New Jersey (50 percent), and is expected to be completed by September 2016. FMS funding in the amount of $3,412,547 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with FAR 6.302-4 and DFARS 206.302-4. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-13-C-1022).
BAE Systems Technology Solutions & Services, Inc., Rockville, Maryland, is being awarded a $10,737,652 cost-plus-fixed-fee contract for the design, development, integration, test and evaluation, installation, fielding, certification, maintenance and logistics support of the cooperative identification, non-cooperative target recognition, air traffic control equipment, systems and subsystems. These efforts are in support of the Naval Air Warfare Center Aircraft Division’s Identification Systems Division. Work will be performed in St. Inigoes, Maryland, and is expected to be completed in April 2015. Fiscal 2014 Navy working capital funds in the amount of $7,281,808 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-14-C-0040).

Northrop Grumman Systems Corp., Integrated Systems Sector, San Diego, California, is being awarded an $8,465,734 modification to a previously awarded cost-plus-fixed-fee contract (N00019-12-C-0126) for the extension of engineering and software sustainment services in support of the Vertical Take-off and Landing Tactical Unmanned Aerial Vehicle Fire Scout MQ-8B. Work will be performed in San Diego, California, and is expected to be completed in November 2014. Fiscal 2014 operations and maintenance (Navy) funds in the amount of $8,465,734 are being obligated on this award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Maersk Line, Ltd., Norfolk, Virginia, is being awarded a $7,103,568 modification under a previously awarded firm-fixed-price contract (N00033-13-C-2505) to exercise a 92-day option for the operation and maintenance of five U.S. Navy ocean surveillance ships and one U.S. Navy missile range instrumentation ship. Work will be performed worldwide and is expected to be completed by September 2014. Working capital funds in the amount of $7,103,568 are obligated for fiscal 2014 and will not expire at the end of the fiscal year. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity.

ARMY

CUBIC APPLICATIONS, INC., San Diego, California, was awarded a $78,197,073 modification (P00158) to a cost-plus-award-fee contract (W911S0-07-C-0007) supporting the Joint Readiness Training Center at Fort Polk, Louisiana, providing theatre specific combat training, mission rehearsal training, foreign security training team training and other combat forces training to prepare units for combat operations or deployment to combat theatre of operations, as determined by the U.S. Army and Department of Defense. Operations and maintenance (Army) fiscal 2014 funds in the amount of $44,043,547 and fiscal 2014 other procurement funds in the amount of $5,928,009 were obligated at the time of the award. Work will be performed Fort Polk, Louisiana, with an estimated completion date of June 30, 2015. Army Contracting Command, Fort Polk, Louisiana, is the contracting activity.

Raytheon Company, Tucson, Arizona, was awarded a $51,787,884 modification (P00056) to a firm-fixed-price contract (W15QKN-08-C-0530) to acquire a total of 757 projectiles under the Option 5 Excalibur 155mm increment lb production option for the U.S. Army. Fiscal 2014 other procurement funds in the amount of $50,898,528 and fiscal 2013 other procurement funds of $889,356 were obligated at the time of the award. Work will be performed at Anniston, Alabama( 2.87 percent); Tucson, Arizona (15.15 percent); Phoenix, Arizona, (.05 percent); East Camden, Arkansas (7.34 percent); Chino, California (.01 percent); Corona, California (.01 percent); Healdsburg, California (19.19 percent); Inglewood, California (.01 percent); Santa Ana, California (1.1 percent); Valencia, California (.04 percent); Woodridge, Illinois (.54 percent); Cedar Rapids, Iowa (8.27 percent); Cincinnati, Ohio (6.37 percent); Lowell, Massachusetts (3.37 percent); Minneapolis, Minnesota (.02 percent); Joplin, Missouri (2.60 percent); Farmington, New Mexico (1.42 percent); McAlester, Oklahoma (1.14 percent); McKinney, Texas (.47 percent); Kariskoga, Sweden (15.84 percent); United Kingdom (7.82 percent); Glenrothes, Scotland (6.01 percent), with an estimated completion date of Feb. 29, 2016. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

Great Lakes Dredge and Dock Company, LLC, Oak Brook, Illinois, was awarded a $19,914,000 firm-fixed-price contract for the North Carolina Highway 12 Protection Project, Dare County, North Carolina. Work will be performed in Ocracoke, North Carolina, with an estimated completion date of Oct. 31, 2014. Bids were solicited via the Internet with three received. Fiscal 2014 other procurement funds in the amount of $19,914,000 are being obligated at the time of the award. U.S. Army Corps of Engineers – Wilmington District, Wilmington, North Carolina, is the contracting activity (W912PM-14-C-0009).

Dynamic Technology Systems, Inc.*, Alexandria, Virginia, was awarded a $14,337,620 modification (P00012) to firm-fixed-price contract (W91WAW-12-C-0018) to extend information technology related operations and maintenance tasks under the current contract for a period of 12 months. Services include software and hardware support, application programming support, and custom application configuration support for the entire Enterprise Content Management System. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of June 28, 2015. Bids were solicited via the Internet with one received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $14,337,620 are being obligated at the time of the award. Army Contracting Command – Tank and Automotive (Warren), Warren, Michigan, is the contracting activity.

BAE Systems Land and Armaments, York, Pennsylvania, was awarded a $10,783,000 modification (P00007) to a firm-fixed-price contract (W56HZV-13-C-0103) for 61 fire support sensor systems and seven authorized stock-age list spares sets. Fiscal 2014 other procurement funds in the amounts of $10,783,000 were obligated at the time of the award. Work will be performed at York, Pennsylvania, with an estimated completion date of May 22, 2015. Army Contracting Command – Tank and Automotive – Warren, Warren, Michigan, is the contracting activity.

Johnson Construction Co.*, Dover, Pennsylvania, was awarded a $9,599,509 firm-fixed-price contract for construction of a modern wastewater treatment plant to replace the existing wastewater treatment plant, and construct an influent screening building, two sequencing batch reactors for wastewater treatment, an aeration sludge holding tank, ultraviolet disinfection system, chemical storage, and a water pumping system. Work will be performed in New Cumberland, Pennsylvania, with an estimated completion date of Jan. 8, 2015. Bids were solicited via the Internet with four received. Military construction funds in the amount of $3,784,295 from fiscal 2010; $946,073 from fiscal 2011; and $4,869,140 from fiscal 2013, are being obligated at the time of the award. U.S. Army Corps of Engineers – Baltimore District, Baltimore, Maryland, is the contracting activity (W912DR-14-C-0029).

Cayo, LLC*, Fort Worth, Texas, was awarded a $9,359,797 firm-fixed-price contract for the Lake Borgne Basin Levee District, STPBS-07 Saint Bernard Parish Pump Stations, number 2 and 3 seepage repairs, Saint Bernard Parish, Louisiana. Work will be performed in Chalmette, Louisiana, with an estimated completion date of Sept. 25, 2015. Bids were solicited via the Internet with 10 received. Fiscal 2014 other procurement funds in the amount of $9,359,797 are being obligated at the time of the award. U.S. Army Corps of Engineers – New Orleans District, New Orleans, Louisiana, is the contracting activity (W912P8-14-C-0042).

RAYTHEON IDS, Tewksbury, Massachusetts, was awarded an $8,335,410 cost-plus-fixed-fee contract for the Norwegian Advanced Surface to Air Missile Systems sustainment and maintenance, for the base year with option up to four years. This is a new follow-on service contract for the missile system, an interim air defense capability deployed in the Homeland Defense Area 1. Work will be performed at Redstone Arsenal, Alabama, with an estimated completion date of June 27, 2014. Bids were solicited via the Internet with one received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $8,335,410 are being obligated at the time of the award. Army Contracting Command – Redstone Arsenal – Missile, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-14-C-0114).

Kongsberg Defence and Aerospace, Kongsberg, Norway, was awarded a $7,898,000 modification (P00103) to contract (W15QKN-12-C-0103) to exercise contract line number 0100 on the base contract for depot support for the Common Remotely Operated Weapon System. Fiscal 2014 operations and maintenance (Army) funds in the amount of $7,898,000 were obligated at the time of the award. Work will be performed at Johnstown, Pennsylvania, with an estimated completion date of Aug. 16, 2017. Army Contracting Command – Picatinny Arsenal, Pennsylvania is the contracting activity.

DEFENSE LOGISTICS AGENCY

BAE Systems, Phoenix, Arizona, has been awarded a maximum $89,460,000 modification (P00103) exercising the second option period on a one-year base contract (SPM1C1-12-D-1025), with two one-year option periods. This is a firm-fixed-price, indefinite-quantity contract for enhanced small arms protective inserts. Location of performance is Arizona with a July 1, 2015, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2013 through fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

TW Metals, Inc., Carol Stream, Illinois, has been awarded a maximum $15,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity, prime vendor bridge contract for various types of metals, metal products, and related services in the North East region of the United States. This contract was a sole-source acquisition. Locations of performance are Illinois and New Jersey. Period of performance is June 30, 2014 through Oct. 29, 2014. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2009 through fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPM8EG-09-D-0009/P00068).

Federal Resources Supply Company,* Stevensville, Maryland, has been awarded a maximum $9,900,000 fixed-price with economic-price-adjustment contract for respirator air filters, mask harness assemblies, respirator cartridges, breathing face-pieces and other replacement parts. This contract was a sole-source acquisition. This is a one-year base contract with four one-year option periods. Location of performance is Maryland with a June 26, 2015, performance completion date. Using military 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 Troop Support, Philadelphia, Pennsylvania (SPM8EH-14-D-0008).

Sysco Hampton Roads, Suffolk, Virginia, has been awarded a maximum $9,750,000 fixed-price with economic-price-adjustment, prime vendor bridge contract for food and beverage support. This contract was a sole-source acquisition. Location of performance is Virginia. The period of performance is June 30, 2014 through Sept. 30, 2014. Using military 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 Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3023).

Wolverine Services, LLC,* Colorado Springs, Colorado, has been awarded a maximum $8,237,534 modification (P00035) exercising the second option period on a one-year base contract (SP3300-12-C-5001) with four one-year option periods. This is a fixed-price-incentive-firm with cost-reimbursement and labor-hour line items contract for warehouse and distribution support services. Location of performance is Colorado and California with a June 30, 2015, performance completion date. Using service is Defense Logistics Agency Distribution, Barstow, California. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania.

UPDATE: Wright & Wright Machinery Company Incorporated,* Monticello, Kentucky (SPE8EC-14-D-0024), has been added as an awardee to the multiple award contract issued against solicitation #SPM8EC-11-R-0001 announced Aug. 1, 2011.

AIR FORCE

Raytheon Co. Missile Systems, Tucson, Arizona, has been awarded an $80,768,012 firm-fixed-price and cost-plus-fixed-fee contract for the Lot 7 Miniature Air Launched Decoy Jammer (MALD-J) missile (200 each) to include: data, mission planning, process verification program, and operational flight software. Work will be performed at Tucson, Arizona, and is expected to be completed by June 30, 2016. This award is a result of a sole-source acquisition. Fiscal 2012, 2013 and 2014 procurement and operations and maintenance funds are being obligated in the amount of $79,112,476 at time of award. Air Force Life Cycle Management Center/EBJM, Eglin Air Force Base, Florida, is the contracting activity (FA8682-14-C-0004).

LinQuest Corp., Los Angeles, California, has been awarded a $29,164,259 cost-plus-incentive- fee and cost-plus-fixed-fee modification (P00014) on FA8808-13-C-0009 for additional System Engineering & Integration Support Services (SE&I) to increase the face value of the contract to $154,820,575. The contractor will provide and maintain enterprise SE&I services for the current MILSATCOM Systems Directorate, execute and evolve standardized enterprise processes, control and manage the technical baseline and interface(s), perform system integration across the enterprise and within identified programs, develop and implement key systems engineering processes, developing tools and techniques (as necessary) to predict issues and enable timely action, and develop and maintain performance metrics. Work will be performed at Los Angeles Air Force Base, El Segundo, California, and is expected to be completed by June 30, 2019. This award is the result of a sole source acquisition. No funds will be obligated at the time this modification is executed. The Space and Missile Systems Center, Los Angeles Air Force Base, El Segundo, California, is the contracting activity.
Alion Science and Technology Corp., McLean, Virginia, has been awarded a $19,623,009 delivery order (0070) on the Advanced Materials, Manufacturing and Testing Information Analysis Center (AMMTIAC) indefinite-delivery/indefinite-quantity cost-plus-fixed-fee sole-source contract (FA4600-06-D-0003) for Advanced Materials, Redesign and Testing for Support Equipment and Vehicles. AMMTIAC's objective is to analyze and assess fundamental material, manufacturing, and testing requirements to support extension of the operational life of the support equipment and vehicle fleet. The work will be performed at Rome, New York, and various Air Force locations, and is expected to be completed by Dec. 29, 2016. Fiscal 2014 Air Force operations and maintenance funds in the amount of $104,934 are being obligated at time of award. Air Force Installation Contracting Agency/KD, Offutt Air Force Base, Nebraska, is the contracting activity.

Alion Science and Technology Corp., McLean, Virginia, has been awarded an $18,009,823 delivery order (0071) on the Advanced Materials, Manufacturing and Testing Information Analysis Center (AMMTIAC) indefinite-delivery/indefinite-quantity cost-plus-fixed-fee sole-source contract (FA4600-06-D-0003) for Special Operations Forces (SOF) personnel recovery aircraft materials, manufacturing and testing. AMMTIAC's objective is to extend the operational life of Air Force SOF and personnel recovery aircraft. The work will be performed at McLean, Virginia, and various Air Force locations, and is expected to be completed by Dec. 29, 2016. Fiscal 2014 operations and maintenance funds in the amount of $405,138 are being obligated at time of award. Air Force Installation Contracting Agency/KD, Offutt Air Force Base, Nebraska, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

Aecom-Parsons JV, Arlington, Virginia, is being awarded a $7,848,425 task order (0023) to a previously awarded firm-fixed-price contract (HQ0034-12-D-0007) to provide construction management technical support services for the Washington Headquarters Services, Acquisition Directorate, Facilities Services Directorate. Work will be performed in Arlington, Virginia, with an expected completion date of June 30, 2015. Fiscal 2014 operations and maintenance funds in the amount of $7,848,425 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured, with five proposals received. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

Sierra Nevada Corp., Sparks, Nevada is being awarded a maximum $10,500,000 indefinite-delivery/indefinite-quantity contract with a four-year ordering period in support of U.S. Special Operations Command. The results of this contract will allow ground-based forces to digitally provide overhead aircraft with Personal Location Information and designate targets digitally to on-board aircraft computer systems allowing pilots to see where friendly forces are located on the aircraft Common Operating Picture as well as the GPS location of the target. Work will be performed in Sparks, Nevada and other locations on an as needed basis as determined by the government. This was a sole-source acquisition. Fiscal 2014 operations and maintenance funds in the amount of $1,984,252 are being obligated at time of award. U.S. SOCOM/Directorate of Procurement, MacDill Air Force Base, Florida, is the contracting activity (H92222-14-D-0023).

*Small business

Search This Blog

Translate

White House.gov Press Office Feed