Showing posts with label DEFENSE CONTRACTORS. Show all posts
Showing posts with label DEFENSE CONTRACTORS. Show all posts

Wednesday, November 19, 2014

SEC SANCTIONS TWO FORMER DEFENSE CONTRACTOR EMPLOYEES FOR FOREIGN CORRUPT PRACTICES ACT VIOLATIONS

FROM:  U.S. SECURITIES AND EXCHANGE COMMISSION 
November 17, 2014

The Securities and Exchange Commission sanctioned two former employees in the Dubai office of a U.S.-based defense contractor for violating the Foreign Corrupt Practices Act (FCPA) by taking government officials in Saudi Arabia on a “world tour” to help secure business for the company.  The two employees later falsified records in an attempt to hide their misconduct.

Stephen Timms and Yasser Ramahi, who worked in sales at FLIR Systems Inc., agreed to settle the SEC’s charges and pay financial penalties.  The SEC’s investigation is continuing.

“This case shows we will pursue employees of public companies who think it is acceptable to buy foreign officials’ loyalty with lavish gifts and travel,” said Andrew J. Ceresney, Director of the SEC Enforcement Division. “By making illegal payments and causing them to be recorded improperly, employees expose not only their firms but also themselves to an enforcement action.”

FLIR is headquartered in Oregon and produces thermal imaging, night vision, and infrared cameras and sensor systems.  According to the SEC’s order instituting a settled administrative proceeding, FLIR entered into a multi-million dollar contract to provide thermal binoculars to the Saudi government in November 2008.  Timms and Ramahi were the primary sales employees responsible for the contract, and also were involved in negotiations to sell FLIR’s security cameras to the same government officials.  At the time, Timms was the head of FLIR’s Middle East office in Dubai and Ramahi reported to him.

The SEC’s order finds that Timms and Ramahi traveled to Saudi Arabia in March 2009 and provided five officials with expensive luxury watches during meetings to discuss several business opportunities.  Timms and Ramahi believed these officials were important to sales of both the binoculars and the security cameras.  A few months later, they arranged for key officials, including two who received watches, to embark on what Timms referred to as a “world tour” of personal travel before and after they visited FLIR’s Boston facilities for a factory equipment inspection that was a key condition to fulfillment of the contract.  The officials traveled for 20 nights with stops in Casablanca, Paris, Dubai, Beirut, and New York City.  There was no business purpose for the stops outside of Boston, and the airfare and hotel accommodations were paid for by FLIR.  Prior to providing the gifts and travel to the Saudi Arabian officials, Ramahi and Timms each had taken FCPA training at the company that specifically identified luxury watches and side trips as prohibited gifts.

According to the SEC’s order, when FLIR’s finance department flagged the expense reimbursement request for the watches during an unrelated review of expenses in the Dubai office and questioned the $7,000 cost, Timms and Ramahi obtained a second, fabricated invoice showing a cost of 7,000 Saudi Riyal (approximately $1,900 in U.S. dollars) instead of the true cost of $7,000 in U.S. dollars.  They directed FLIR’s local third-party agent to provide false information to the company to back up their story that the original submission was merely a mistake.  Ramahi and Timms also falsely claimed that FLIR’s payment for the world tour had been a billing mistake by FLIR’s travel agent, and again used false documentation and FLIR’s third-party agent to bolster their cover-up efforts.

Timms and Ramahi are U.S. citizens who reside in Thailand and the United Arab Emirates respectively.  The SEC’s order finds that they violated the anti-bribery provisions of Section 30A of the Securities Exchange Act of 1934 and the internal controls and false records provisions of Section 13(b)(5) and Rule 13b2-1 of the Exchange Act.  The SEC’s order further finds that Timms and Ramahi caused FLIR’s violations of the books and records provisions of Section 13(b)(2)(A) of the Exchange Act.  Without admitting or denying the findings, Timms and Ramahi consented to the entry of the order and agreed to pay financial penalties of $50,000 and $20,000 respectively.

The SEC’s investigation is being conducted by FCPA Unit members Cameron P. Hoffman and Tracy L. Davis in the San Francisco office.  The SEC appreciates the assistance of the Justice Department’s Fraud Section, the U.S. Attorney’s Office for the District of Massachusetts, the Federal Bureau of Investigation, and the United Arab Emirates Securities and Commodities Authority.

Saturday, October 11, 2014

BOEING RESOLVES FALSE CLAIMS ALLEGATIONS BY PAYING $23 MILLION

FROM:  U.S. JUSTICE DEPARTMENT
Friday, October 10, 2014
Boeing Pays $23 Million to Resolve False Claims Act Allegations

The Boeing Company paid $23 million to resolve allegations that it submitted false claims for labor charges on maintenance contracts with the U.S. Air Force for the C-17 Globemaster aircraft, the Justice Department announced today.  Boeing, an aerospace and defense industry giant, is headquartered in Chicago.

“Today’s settlement demonstrates that the Justice Department vigilantly ensures that companies meet their contractual obligations and charge the government appropriately,” said Acting Assistant Attorney General Joyce R. Branda for the Justice Department’s Civil Division.  “Government contractors who seek illegal profit at the expense of taxpayers will face serious consequences.”

The government alleged that Boeing improperly charged labor costs under contracts with the Air Force for the maintenance and repair of C-17 Globemaster aircraft at Boeing’s Aerospace Support Center in San Antonio, Texas.  The C-17 Globemaster aircraft, which is both manufactured and maintained by Boeing, is one of the military’s major systems for transporting troops and cargo throughout the world.  The government alleged that the company knowingly and improperly billed a variety of labor costs in violation of applicable contract requirements, including for time its mechanics spent at meetings not directly related to the contracts.

“Defense contractors are required to obey strict accounting standards when submitting billing for work performed on government contracts,” said U.S. Attorney Robert Pitman for the Western District of Texas.  “The pursuit and favorable settlement of this civil litigation was the result of effective teamwork between the Justice Department and the investigative agencies.”

The settlement resolves allegations originally brought in a lawsuit by present and former Boeing employees Clinton Craddock, Fred Van Shoubrouek, Anthony Rico and Fernando de la Garza in federal court in San Antonio under the False Claims Act.  The act permits private parties to sue for false claims on behalf of the United States and to share in any recovery.  The individuals who filed the suit will receive $3,910,000 as their share of the settlement.

The settlement was the result of a coordinated effort by the Civil Division, the U.S. Attorney’s Office for the Western District of Texas, the Defense Criminal Investigative Service, the Air Force Office of Special Investigations, the Defense Contract Audit Agency and the Defense Contract Management Agency.

The case is United States ex rel. Craddock v. Boeing, Case No. SA-07-CA-0880FB (W.D. Tex.).  The claims resolved by the settlement are allegations only; there has been no determination of liability.

Wednesday, March 12, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR MARCH 11, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

DEFENSE LOGISTICS AGENCY

Draeger Medical Inc., Telford, Pa., has been awarded a maximum $140,000,000 modification (P00067) exercising the third option period on a five-year base contract (SPM200-07-D-8003) with five one-year option periods for anesthesia machines, monitors, ventilators and related accessories.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Pennsylvania with a March 11, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, federal civilian agencies, and Department of Veterans Affairs.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Genesis Vision, doing business as Rochester Optical*, Rochester, N.Y., has been awarded a maximum $50,000,000 fixed-price with economic-price-adjustment contract for optical frames.  This is a three-year base contract with two one-year option periods.  Location of performance is New York with a March 10, 2015 performance completion date.  Using military services are 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, Pa., (SPM2DE-14-D-7559).

NAVY

Computer Systems Center Inc.*, Springfield, Va., is being awarded a $12,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the development and fielding of command, control, intelligence, surveillance, reconnaissance and targeting systems for Deployable Tactical Operations Center Components.  Work will be performed in Springfield, Va., and is expected to be completed in March 2018.  Fiscal 2014 research, development, test and evaluation, Navy funds in the amount of $1,200,000 will be 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 Weapons Division, China Lake, Calif., is the contracting activity (N68936-14-D-0013).

Mikel, Inc.*, Fall River, Mass., is being awarded a $6,689,497 modification to previously awarded contract (N00024-11-C-6295) to exercise options for engineering and technical services for combat systems of the future.  Work will be performed in Middletown, R.I. (77 percent), Fall River, Mass. (10 percent), Manassas, Va. (10 percent); Pearl Harbor, Hawaii (2 percent) and North Kingstown, R.I. (1 percent), and is expected to be completed by September 2014.  Fiscal 2014 operations and maintenance, Navy funding in the amount of $365,000 will be obligated at time of award and contract funds will expire at the end of the current fiscal year.  This contract was not competitively procured, as award is being made under the authority of 10 U.S.C. 2304(c)(5)-Authorized or Required by Statue 15 U.S.C. 638 (r)-Aid to Small Business.  The Naval Sea System Command, Washington D.C., is the contracting activity.

AIR FORCE

The Boeing Co., Defense, Space and Security, Kent, Wash., has been awarded a $10,814,354 modification (001) on an existing indefinite-delivery/indefinite-quantity contract (F19628-01-D-0016) for trade studies and analysis for the Japan AWACS mission computing upgrade DMS 3.X requirements planning and hardware procurement to procure end of life hardware.  This contract action is implemented as a modification to delivery order #0097 under the AWACS modernization and sustainment support basic contract.  Work will be performed at Kent, Wash., and is expected to be completed by Dec. 31, 2014.  This is an unclassified foreign military sales contract for Japan.  Air Force Life Cycle Management Center/HBSK, Hanscom Air Force Base, Mass., is the contracting activity.  

*Small Business

Wednesday, March 5, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR MARCH 5, 2014

FROM:  U.S. DEFENSE DEPARTMENT
CONTRACTS

 MISSILE DEFENSE AGENCY

Raytheon Missile Systems Co., Tucson, Ariz., is being awarded a not-to-exceed $350,178,300 sole-source modification to the undefinitized contract action announced Jan. 9, 2014. The modification will increase the quantity of Standard Missile-3 Block IB missile material and all up round build up procured from eight to 44.  The work will be performed in Tucson, Ariz., with an estimated completion date of September 2016.  Fiscal 2014 Defense wide procurement funds will be used to fund this effort.  The Missile Defense Agency, Dahlgren, Va., is the contracting activity (HQ0276-13-C-0001).

ARMY

Loyal Source Government Services*, Orlando, Fla. (W91YTZ-14-D-0003); Aliron International, Inc.*, Bethesda, Md. (W91YTZ-14-D-0004); Magnificus Corp.*, Washington, D.C. (W91YTZ-14-D-0005); Arora Group Inc.*, Gaithersburg, Md. (W91YTZ-14-D-0006); The Royster Group, Inc.*, Atlanta, Ga. (W91YTZ-14-D-0007); Protege Health Services*, Newington, Va., (W91YTZ-14-D-0008); Franklin Government Services*, Austin, Texas (W91YTZ-14-D-0009), were awarded a $381,000,000 firm-fixed-price, multi-year contract for nursing services for the Northern Regional Medical Command.  Funding and work performance locations will be determined with each order.  Estimated completion date is March 4, 2019.  Bids were solicited via the Internet with 28 received.  Army Medical Command, Washington, D.C., is the contracting activity.

Colt Defense LLC, West Hartford, Conn. (W15QKN-14-D-0024), and Manroy USA, Spindale, N.C. (W15QKN-14-D-0025), were awarded a $54,491,305 firm-fixed-price contract for the M4 replacement barrel and front sight assembly (heavy variant) for the M4 Carbine Product Improvement Program.  The M4 replacement barrel will be combined with other weapon components to form a single modification work order kit to convert fielded M4 carbines to M4A1 carbines.  Funding and work location will be determined with each order.  Estimated completion date is Feb. 27, 2018.  Bids were solicited via the Internet with six received.  Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.

BAE Systems Land and Armaments L.P., York, Pa., was awarded a $6,935,513 modification (P00006) to contract W56HZV-14-C-0002 for spare parts for self-propelled howitzers and eighteen ammunition carrier tracked vehicles.  Fiscal 2014 other procurement funds in the amount of $6,935,513 were obligated at the time of the award. Estimated completion date is Sept. 30, 2015.  Work will be performed in York, Pa.  Army Contracting Command, Warren, Mich. is the contracting activity.

DEFENSE LOGISTICS AGENCY

Tullahoma Industries, LLC.,** Tullahoma, Tenn., has been awarded a maximum $25,482,000  modification (P00103) exercising the first option year on a one-year base contract (SPM1C1-13-D-1033) with four one-year option periods for various permethrin army combat uniform trousers.  This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Locations of performance are Tennessee, Alabama, and North Carolina with a March 12, 2015 performance completion date.  Using military service is Army.  Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.


Tuesday, March 4, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR MARCH 4, 2014

FROM:  U.S. DEFENSE DEPARTMENT

CONTRACTS

ARMY

Boeing Co., Mesa, Ariz. was awarded a $1,156,446,681 modification (P00007) to contract W58RGZ-12-C-0055 for full rate production of the AH-64E Apache helicopter, seventy-two remanufactured helicopter systems, ten new helicopter systems, and for refreshing five crew trainers , refurbishing one crew trainer, and integrated logistics support, peculiar ground support equipment, initial spares, over and above, and engineering studies.  Fiscal 2013other procurement funds in the amount of $380,043,678 and fiscal 2014 other procurement funds in the amount of $494,322,830 were obligated at the time of the award. Estimated completion date is June 30, 2016. Work will be performed in Mesa, Ariz.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Torch Technologies, Inc., Huntsville, Ala. was awarded a $70,997,405 cost-plus-fixed-fee contract for missile element simulation which will enhance and maintain the current suite of missile modeling simulation, hardware-in-the-loop and prototype development facilities. Funding and work performance location will be determined with each order.  Estimated completion date is Feb. 11, 2019.  Bids were solicited via the Internet with one received. Army Contracting Command, Redstone Arsenal, Ala. is the contracting activity (W31P4Q-14-D-0017).

DRS Tactical Systems Inc., Melbourne, Fla. was awarded a $12,596,227 firm-fixed-price contract for improved platform integration kits for the M777A2 and M119A3 howitzer.  Funding and work performance location will be determined with each order.  Estimated completion date is Feb. 27, 2019.  One bid was solicited with six received. Army Contracting Command, Picatinny Arsenal, N.J. is the contracting activity (W15QKN-14-D-0036).

NAVY

Huntington Ingalls Inc., Newport News, Va., is being awarded a $1,294,817,351 modification to previously awarded contract (N00024-09-C-2116) to continue construction preparation efforts and provide the ability to procure additional material and advance construction activities for CVN 79.  Huntington Ingalls Inc. will provide all services and material in preparation for construction of CVN 79 including necessary research studies; engineering; design; related development efforts; advance planning; advance procurement for detail design and procurement of material; advance construction; life cycle support; logistics data and other data to support the anticipated fiscal year 2015 contract award of the detail design and construction of CVN 79.  The modification allows continuation of ongoing planning, construction and material procurement that are aligned with the optimal build plan for the ship, and it affords an opportunity for the shipbuilder to incorporate further construction process improvements into the construction plan.  Work will be performed in Newport News, Va., and is expected to be completed by October 2017.  Fiscal 2014 shipbuilding and conversion, Navy ($69,724,812) and Fiscal 2014 research, development, test & evaluation ($1,200,000) funding in the amount of $70,924,812 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, D.C. is the contracting activity.

Lockheed Martin Corp., Liverpool, N.Y., is being awarded a $16,237,711 firm-fixed-price contract for the procurement of specialized test equipment and associated technical data packages and adapters required to perform testing of line replacement modules for the E-2D AN/APY-9 radar system.  Work will be performed in Liverpool, N.Y., and is expected to be completed in February 2017.  Fiscal 2012 aircraft procurement, Navy funds in the amount of $16,237,711 are being obligated on this award, all 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, Lakehurst, N.J., is the contracting activity (N68335-14-C-0145).

Lockheed Martin Corp. Owego, N.Y. is being awarded $10,630,597 for firm-fixed-price delivery order 7048 against a previously awarded firm-fixed-price long term contract (N00383-09-D-021F) for the repair of 13 items in support of the Multi-Mode Radar System, and the Electronic Measurement System for the H-60R Helicopter.  Work will be performed in Owego, N.Y., and work is expected to be completed by March 2015.  Fiscal 2014 Navy working capital funds in the amount of 10,501,093 and Fiscal 2014 aircraft procurement, Navy funds in the amount of $129,504 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  The contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1).  The NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Atlantic Diving Supply doing business as ADS Inc.,* Virginia Beach, Va., has been awarded a maximum $776,000,000 fixed-price with economic-price-adjustment contract for the procurement of commercial type construction equipment.  This contract is a competitive acquisition, and eighteen offers were received.  This contract is one of up to ten contracts being issued against solicitation number SPM8EC-11-R-0003 and with requirements that specifically call for construction equipment within the product line and will be competed amongst other contractors who receive a contract under this solicitation.  This is a five-year base contract.  Locations of performance are Virginia, Iowa, North Dakota, Kansas and Georgia with a Mar. 2, 2019 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2014 through fiscal year 2019 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8EC-14-D-0013).

Tyson Foods, Inc., Springdale, Ark., has been awarded a maximum $444,000,000 fixed-price with economic-price-adjustment contract for commercial chicken items. This contract is a competitive acquisition, and nine offers were received. This is a three-year base contract. Locations of performance are Oklahoma, Arkansas, North Carolina and Mississippi with a March 3, 2017 performance completion date.  Subsistence overseas prime vendors will order from this contract in support of overseas military customers.  Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-14-D-4002).

West-Ward Pharmaceuticals, Inc., Eatontown, N.J., has been awarded a maximum $70,947,789 modification (P00062) exercising the first option year on a one-year base contract (SPM2D0-07-D-0004) with nine one-year option periods for various pharmaceutical products.  This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is New Jersey with a Feb. 26, 2015 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal year 2014 war-stopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

I Solutions Direct Inc., Fort Washington, Pa., has been awarded a maximum $68,724,679  modification (P00101) exercising the third option year on a two-year base contract (SPM8E5-10-D-0004) with three one-year option periods for carbon steel bar, sheet, and plate materials. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Pennsylvania with a Mar. 3, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Bayer Healthcare Pharmaceuticals, Whippany, N.J., has been awarded a maximum $49,375,502 modification (P00008) exercising the second option year on a one-year base contract (SPM2D0-12-D-0002) with seven one-year option periods for various pharmaceutical products.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is New Jersey with a Mar. 5, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2014 war-stopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Admiral Metals Servicenter Inc.,* Woburn, Mass., has been awarded a maximum $47,801,294 modification (P00101) exercising the third option year on a two-year base contract (SPM8E5-10-D-0001) with three one-year option periods for steel alloy, stainless steel, bar, sheet, and plate materials.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Massachusetts with a Mar. 3, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

I Solutions Direct Inc., Fort Washington, Pa., has been awarded a maximum $46,641,107 modification (P00101) exercising the third option year on a two-year base contract (SPM8E5-10-D-0002) with three one-year option periods for carbon steel bar, sheet, and plate materials.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Pennsylvania with a Mar. 2, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

TW Metals, Carol Stream, Ill., has been awarded a maximum $43,478,335 modification (P00101) exercising the third option year on a two-year base contract (SPM8E5-10-D-0003) with three one-year option periods for various carbon steel bar and plate materials. This is a fixed-price with economic-price adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Illinois with a Mar. 3, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal year 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Charleston Aluminum LLC,* Gaston, S.C., has been awarded a maximum $35,363,758 modification (P00101) exercising the third option year on a two-year base contract (SPM8E5-10-D-0006) with three one-year option periods for carbon steel bar, sheet, and plate materials. This is a fixed-price with economic-price-adjustment, indefinite delivery/indefinite quantity contract. Location of performance is South Carolina with a Mar. 7, 2015 performance completion date. Using military 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, Pa.

Short Bark Industries, Inc.,** Vonore, Tenn., has been awarded a maximum $23,339,900 modification (P00102) exercising the first option year on a one-year base contract (SPM1C1-13-D-1030) with four one-year option periods for various types of Permethrin Army Combat Uniform coats. This is a firm-fixed-price contract.  Locations of performance are Tennessee, Puerto Rico, and Mississippi with a Mar. 4, 2015 performance completion date. Using military service is Army.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Universal Sodexho, Tacoma, Wash., has been awarded a maximum $10,800,000 modification (P00027) exercising the fifth bridge contract on a two-year base contract (SPM500-05-D-BP07) with three one-year option periods for maintenance, repair and operations supplies for the Korea Region. This is a firm-fixed-price, indefinite delivery/indefinite quantity contract. Location of performance is Washington with a June 30, 2014 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, Pa.

AIR FORCE

DLT Solutions, LLC, Herndon, Va., has been awarded a $45,973,106 delivery order (6K15) on an existing firm-fixed-price, blanket purchase agreement (W91QUZ-06-A-0002) for software maintenance and support for perpetual enterprise Oracle software licenses used throughout the Air Force and the U.S. Transportation Command.  Work will be performed at Herndon, Va., and is expected to be completed March 31, 2014.  Fiscal 2014 research and development, operations and maintenance, TRANSCOM Working Capital funds in the amount of $10,454,875 are being obligated at time of award.  Air Force Life Cycle Management Center/HIK, Maxwell Air Force Base-Gunter Annex, Ala., is the contracting activity.

*Small Business

Thursday, February 27, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
 ARMY

VS2 LLC, Alexandria, Va., was awarded a $41,950,284 modification (0001) to contract W52P1J-13-G-0029 for logistics support services, at the Logistics Readiness Center, Fort Benning, Ga., to include materiel maintenance, supply and transportation services.  Fiscal 2013 operations and maintenance, Army funds in the amount of $41,950,284 were obligated at the time of the award.  Estimated completion date is Feb. 27, 2019.  Work will be performed at Fort Benning, Ga.  Army Contracting Command, Rock Island Arsenal, Ill., is the contracting activity.

Diversified Construction of Oklahoma*, Edmund, Okla., was awarded a $22,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for minor construction, sustainability, repairs and maintenance to the McAlester Army Ammunition Plant, Okla.  Funding and performance location will be determined with each order.  Estimated completion date is Feb. 25, 2019.  Bids were solicited via the Internet with 15 received.  Army Corps of Engineers, Tulsa, Okla., is the contracting activity (W912BV-14-D-0002).

BAE Systems Technology Solutions, Rockville, Md., was awarded a $21,391,241 modification (P00230) to contract W912CN-08-C-0085 for logistical support and services consisting of maintenance, transportation and supply on the islands of Oahu and Hawaii.  Fiscal 2014 operations and maintenance, Army funds in the amount of $10,591,365 were obligated at the time of the award.  Estimated completion date is Feb. 28, 2015.  Work will be performed at Schofield Barracks, Hawaii.  Army Contracting Command, Fort Shafter, Hawaii, is the contracting activity.

QED Systems LLC*, Aberdeen Proving Ground, Md., was awarded a $7,443,765 cost plus-fixed-fee contract for program management, engineering, logistics, business, administrative, operations, and security service support for product manager meteorological and target identification capabilities.  Fiscal 2014 operations and maintenance, Army funds in the amount of $7,443,765 were obligated at the time of the award.  Estimated completion date is Feb. 26, 2017.  Bids were solicited via the Internet with three received.  Work will be performed at Aberdeen Proving Ground, Md.  Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-14-C-C012).

Truestone, Herndon*, Va., was awarded a $6,685,148 cost-plus-fixed-fee contract for reverse engineering, limited prototyping for exploitation, test and evaluation, and target validation.  The contractor shall provide program management, engineering, and technical support related to a wide range of technologies managed in the Intelligence and Information Warfare Directorate, Technical Characterization and Exploitation Branch, Cyber Offensive Operations Division.  Fiscal 2012 research, development, testing and evaluation funds in the amount of $40,764; fiscal 2012 other procurement funds in the amount of $550,000; fiscal 2013 research, development, testing, and evaluation funds in the amount of $13,258 and fiscal 2013 other procurement funds in the amount of $2,553,200 were obligated at the time of the award.  Estimated completion date is Feb. 26, 2015.  Bids were solicited via the Internet with six received.  Work will be performed at Aberdeen Proving Ground, Md.  Army Contracting Command, Aberdeen, Md., is the contracting activity (W15P7T-14-C-A159).

Raytheon, McKinney, Texas, was awarded a $6,651,471 modification (P00226) to contract W31P4Q-07-C-0088 to procure services for the improved target acquisition system for the Tube Launched, Optically Tracked, Wireless Guided Missile System.  Fiscal 2014 operations and maintenance, Army funds in the amount of $6,651,471 were obligated at the time of the award.  Estimated completion date is Dec. 30, 2014.  Work will be performed in McKinney, Texas, is the contracting activity.

NAVY

The Boeing Co., St. Louis, Mo., is being awarded a $49,816,500 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0030) for the full rate production of 3,500 Precision Laser Guidance Set (PLGS) units and 5,000 kits to convert the PLGS units from the DSU-38/B configuration to the DSU-38A/B for the U.S. Air Force.  Work will be performed in Fort Worth, Texas (57 percent); St. Charles, Mo. (17 percent); Cincinnati, Ohio (12 percent); Greenville, S.C. (5 percent); Minneapolis, Minn. (4 percent); Glen Riddle, Pa. (3 percent); Danville, Va. (1 percent); and Georgetown, Texas (1 percent), and is expected to be completed in February 2016.  Fiscal 2014 procurement of ammunition, Air Force funds in the amount of $49,816,500 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, Md., is the contracting activity.

Booz Allen Hamilton, McLean, Va. (N00421-10-D-0005); Deloitte Consulting LLP, Alexandria, Va. (N00421-10-D-0006); National Technologies Associates Inc., Alexandria, Va. (N00421-10-D-0007); and Science Applications International Corp., McLean, Va. (N00421-10-D-0008), are each being awarded modifications to previously awarded indefinite-delivery/indefinite-quantity multiple award contracts to exercise options for management, organizational, and business improvement services, financial and business solutions, and human resources services supporting Naval Air Systems Command (NAVAIR) Corporate Operations and Comptroller offices.  The aggregate not-to-exceed amount for these options is $17,665,000, and the companies will have the opportunity to compete on each individual task order.  Work will be performed in Patuxent River, Md., however, services also may be performed in the following NAVAIR locations:  Naval Air Warfare Center Aircraft Division St. Inigoes, Md.; Lakehurst N.J.; Point Mugu, Calif.; China Lake, Calif.; Orlando Fla.; Cherry Point, N.C.; Jacksonville, Fla., and North Island, Calif.  Work performed under these contracts is expected to be completed in February 2015.  No funds will be obligated at time of award.  Funds will be obligated on individual task orders as they are issued.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

IAP World Services Inc., Cape Canaveral, Fla., is being awarded a $9,190,177 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N40080-13-D-3003) to extend the contract completion date for base operating support services at Naval Air Station Patuxent River, Webster Field Annex, Solomon’s Recreation Center Annex and Point Lookout, Md.  The work to be performed provides for base operating services including all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary to provide facility, refuse collection, swimming pools, wastewater, water and environmental maintenance services.  The total contract amount after award of this modification will be $41,151,389.  Work will be performed in Patuxent River, Md. (91 percent); Solomons, Md. (five percent); St. Inigoes, Md. (two percent) and Point Lookout, Md. (two percent), and work is expected to be completed June 2014.  Fiscal 2014 working capital funds, Defense; fiscal 2014 health program, Defense; fiscal 2014 operations and maintenance, Navy; and fiscal 2014 non-appropriated funds contract funds in the amount of $6,790,177 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Washington, Public Works Department, Patuxent River, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Avox Systems Inc., Lancaster, N.Y., has been awarded a maximum $19,011,985 modification (P00101) exercising the first option year on a two-year base contract (SPM8EG-12-D-0006) with three one-year option periods for breathing apparatus.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is New York with a Mar. 27, 2015 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal year 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. (Awarded Feb. 25, 2013)

Petro Star Inc.*, Anchorage, Alaska, has been awarded a maximum $7,939,809 fixed-price with economic-price-adjustment contract for fuel.  This contract is a competitive acquisition, and two offers were received.  This is a four-year base contract with no option periods.  Location of performance is Alaska with a March 31, 2018 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2018 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0058).

DEFENSE FINANCE AND ACCOUNTING SERVICE

Immixtechnology, Inc., McLean, Va., is being awarded a $7,843,432 modification (P00012) to previously awarded firm-fixed-price contract (HQ0423-12-F-0028) to exercise the second option year to provide Business Activity Monitoring Services to identify improper payments across various payment systems.  Work will be performed in Indianapolis, Ind., and Atlanta, Ga, and is expected to be completed Feb. 28, 2015.  Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio is the

Tuesday, February 18, 2014

SUBCONTRACTOR PLEADS GUILTY TO BRIBING 2 MILITARY SEALIFT COMMAND OFFICIALS

FROM:  U.S. JUSTICE DEPARTMENT 
Tuesday, February 18, 2014
Former Virginia Subcontractor Pleads Guilty to Bribery

Dwayne Allen Hardman, 44, of Charleston, W.V., pleaded guilty today to paying bribes to public officials.

Acting Assistant Attorney General Mythili Raman of the Justice Department’s Criminal Division and Dana J. Boente, Acting U.S. Attorney for the Eastern District of Virginia, Special Agent in Charge Robert Craig of the Defense Criminal Investigative Service   Mid-Atlantic Field Office (DCIS), Acting Executive Assistant Director Charles T. May Jr. of the Naval Criminal Investigative Service (NCIS) Atlantic Operations and Special Agent in Charge Royce E. Curtin of the FBI’s Norfolk Field Office made the announcement after the plea was accepted by U.S. Magistrate Judge Douglas E. Miller in the Eastern District of Virginia.

Hardman was charged by criminal information on Feb. 12, 2014, with paying a bribe to public officials.  Hardman faces a maximum penalty of 15 years in prison when he is sentenced on June 6, 2014.

According to a statement of facts filed with the plea agreement, in November 2004, Hardman and another businessman established a government contracting corporation in Chesapeake, Va., to provide support to the Military Sealift Command (MSC) on various telecommunications projects.   Shortly thereafter, in early 2005, Hardman and his business partner agreed to pay cash bribes to two MSC officials in exchange for official action to steer government contracts to Hardman’s corporation.   From March 2005 and until 2007, Hardman, his business partner and others paid the MSC officials approximately $3,000 each month in cash bribes.   During this time, Hardman and his business partner withdrew approximately $144,000 in cash, which was then provided to the two MSC officials in exchange for their assistance in securing MSC contracting and subcontracting business for Hardman’s company.

According to court documents, in February 2009, Hardman left his former business and formed another government contracting company in Chesapeake with another businessman.   The two MSC officials again agreed to steer contracting work to Hardman’s new company in exchange for receiving bribes from Hardman and his new business partner.   In May 2009, Hardman and his new business partner paid each of the two MSC officials $25,000 in cash bribes.

On Feb. 12, 2014, one of the MSC officials, Kenny Toy, who was the Afloat Programs Manager for MSC’s N6 Command, Control, Communication and Computer Systems Directorate, pleaded guilty to accepting bribes in conjunction with this scheme.

This case was investigated by Special Agents of the FBI, the Naval Criminal Investigative Service, and the Defense Criminal Investigative Service.   Trial Attorney Emily Rae Woods of the Criminal Division’s Public Integrity Section and Assistant U.S. Attorney Stephen W. Haynie are prosecuting the case.

Friday, February 7, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR FEBRUARY 7, 2014

FROM:  DEFENSE DEPARTMENT  
CONTRACTS

ARMY

Aaski Technology Inc.*, Ocean, N.J. (W15P7T-14-D-A218); Nexagen Networks Inc., Marlboro, N.J. (W15P7T-14-D-A219J); Linquest Corp., Los Angeles, Calif. (W1PP7T-14-D-A220); Systems Technologies Inc., West Long Branch, N.J. (W15P7T-14-D-A221) were awarded a $497,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for technical administrative operations support services in the development and integration of command, control, communications, computers, intelligence, surveillance, and reconnaissance.  Funding and work performance location will be determined with each.  Estimated completion date is Feb. 7, 2019.  Bids were solicited via the Internet with four received.  Army Contracting Command is the contracting activity.

Snap-On, Kenosha, Wis., was awarded a $37,718,703 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aviation tool kits for maintenance services.  Funding and work performance location will be determined with each order.  Estimated completion date is Feb. 12, 2019.  Bids were solicited via the Internet with four received.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-14-D-0052).

DEFENSE LOGISTICS AGENCY

Federal Contracts Corp.*, Tampa, Fla., has been awarded a maximum $157,500,000 fixed-price with economic-price-adjustment contract for the procurement of commercial type environmental equipment.  This contract is a competitive acquisition and 16 offers were received.  This contract is one of up to nine contracts being issued against solicitation number SPM8EC-11-R-0006 and with requirements that specifically call for environmental equipment within the product line and will be competed amongst other contractors who receive a contract under this solicitation.  This is a five-year base contract.  Locations of performance are Florida and Iowa with a Feb. 6, 2019 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.; (SPE8EC-14-D-0010).

Gentex Corporation, Carbondale, Pa., has been awarded a maximum $14,580,000 firm-fixed-price contract for procurement of advanced combat helmets.  This contract is a competitive acquisition and two offers were received.  Location of performance is Pennsylvania with an Apr. 15, 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, Pa.; (SPE1C1-14-C-0004).

NAVY

Navmar Applied Sciences Corp.*, Warminster, Pa., is being awarded a $12,500,411 cost-plus-fixed-fee contract for development of a Biometric Identity Approval Sentinel that produces technology that rapidly processes individuals for threat detection and biometric matching.  This project will provide a fully integrated, highly accurate, configurable, and deployable solution that combines current and new technologies to dramatically increase the safety, speed, and efficiency of access control.  Work will be performed in Patuxent River, Md., and is expected to be completed in February 2017.  Fiscal 2013 research, development, test and evaluation, Navy funds in the amount of $3,000,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was competitively procured via a Broad Agency Announcement.  The Naval Air Warfare Center, Lakehurst, N.J., is the contracting activity (N68335-14-C-0023).

*Small Business

Friday, January 31, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JANUARY 31, 2014

FROM:  DEFENSE DEPARTMENT 
CONTRACTS
 DEFENSE LOGISTICS AGENCY

Lancair Corporation,* San Diego, Calif., has been awarded a maximum $15,635,562 fixed-price with economic-price-adjustment contract for jet fuel.  This contract is a sole source acquisition.  Location of performance is California with a Mar. 31, 2018 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2014 through fiscal year 2018 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SP0600-14-D-0008).

Bronze Star Apparel Group, Inc., ** San Juan, Puerto Rico has been awarded a maximum $11,111,611 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for various Navy working uniform blouses and trousers.  This contract is a competitive acquisition and six offers were received.  Location of performance is Puerto Rico with a Jan. 30, 2015 performance completion date.  This is a one-year base contract with four one-year option periods.  Using military service is Navy.  Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.; (SPE1C1-14-D-1014).

Wolverine Services LLC,*** Anchorage, Alaska., has been awarded a maximum $6,769,722 modification (P00010) exercising the second option year on a one-year base contract (SP3300-11-C-0003) with four one-year option periods for facility maintenance and repair.  This is a firm-fixed-price with time and material line items contract.  Locations of performance are Alaska and California with a Jan. 31, 2017 performance completion date.  Using military service is federal civilian agency.  Type of appropriation is fiscal year 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pa.

*Small Business
**Service-Disabled Veteran Owned Small Business
***Small Disadvantaged Business

ARMY

General Dynamics, Sterling Heights, Mich. was awarded a $72,690,235 firm-fixed-price contract for the acquisition of twelve M1A2 System Enhanced Package v2 tanks. Fiscal 2013 other procurement funds in the amount of $15,712,969 were obligated at the time of the award. Estimated completion date is Dec. 31, 2015. One bid was solicited with one received. Work will be performed in Lima, Ohio; Scranton, Pa.; Anniston, Ala.; and Tallahassee, Fla. Army Contracting Command, Warren, Mich. is the contracting activity (W56HZV-14-C-0054).

Conti Federal Services, Inc., Edison, N.J. (W912GB-14-D-0002); Cosmopolitan Inc., Columbia, Md. (W912GB-14-D-0003); CT JV, Bargersville, Ind. (W912GB-14-D-0004); M+W U.S., Inc., Watervliet, N.Y. (W912GB-14-D-0005); Nibor Enterprises, Inc.; North Miami Beach, Fla. (W912GB-14-D-0006); Oxford Construction of Pa. Inc.,  Philadelphia, Pa (W912GB-14-D-0007) were awarded a $24,975,000 firm-fixed-price foreign military sales contract for construction projects in Israel. Funds and work performance location will be determined with each order. Estimated completion date is Jan. 30, 2015. Bids were solicited via the Internet with seven received. Army Corps of Engineers, Europe is the contracting activity.

*Design West Technologies, Inc., Tustin, Calf. was awarded a $21,554,266 firm-fixed-price  indefinite delivery/indefinite quantity contract for fourteen suspension lock-out kits and associated spare parts for the M119 Howitzer. Funding and work performance location will be determined with each o
rder. Estimated completion date is Jan. 31, 2019. Bids were solicited via the Internet with four received. Army Contracting Command, Picatinny Arsenal, N.J. is the contracting activity (W15QKN-14-D-0019).

*Heckler and Koch Defense LLC, Ashburn, Va., was awarded a $19,647,426 firm-fixed-price contract for 12,400 M320 or M320A1 grenade launchers. Fiscal 2010 and 2013 other procurement funds in the amount of $19,647,426 were obligated at the time of the award. Estimated completion date is Jan. 13, 2016. One bid was solicited with one received. Work will be performed Columbus, Ga., Ashburn, Va., and Germany Army Contracting Command, Picatinny Arsenal, N.J. is the contracting activity (W15QKN-14-C-0028).

Booze Allen Hamilton, Inc., McLean, Va. was awarded a $16,080,397 cost-plus-fixed fee contract for system engineering and technical assistance support services for the development5, implementation, and deployment for the integrated personnel and pay system. Fiscal 2013 research, development, test, and evaluation funds in the amount of $14,000,000 were obligated at the time of the award. Estimated completion date is Jan. 31, 2015. Bids were solicited via the internet with one received. Work will be performed in Alexandria, Va. Army Contracting Command - Picatinny Arsenal, N.J. is the contracting activity (W15QKN-14-C-0032).

Mississippi Limestone Corp., Friars Point, Miss. was awarded a $8,751,228 firm-fixed-price contract for casting 94,640 squares of articulated concrete mattress, providing all necessary supplies, labor, and transportation to complete the project. Fiscal 2014 other procurement funds in the amount of $8,751,228 were obligated at the time of the award. Estimated completion date is Dec. 31, 2014. Bids were solicited via the Internet with two received. Work will be performed at Richardson Landing, Tenn. Army Corps of Engineers, Memphis, Tenn. is the contracting activity (W912EQ-14-C-0009).

*small business

AIR FORCE

Lockheed Martin Corporation, Marietta Ga., has been awarded a $105,287,400 (P00026) modification for an existing indefinite-delivery/indefinite quantity contract (FA8504-06-D-0001) for the C-130J Long Term Sustainment Program.  The contract modification provides for the exercise of the third annual option, a two-year ordering period for sustainment services including logistical support, program management support, engineering services, spares, and technical data in support of C-130J sustainment.  Work will be performed at Marietta, Ga., and is expected to be completed by Jan. 31, 2016.  No funds are being obligated at time of award, but will be obligated with each task order.  Air Force Life Cycle Management Center/WLKCA, Robins Air Force Base, Ga., is the contracting activity.

Lockheed Martin Aeronautics Corp., Marietta, Ga., has been awarded a $48,900,000 ceiling requirements contract for C-130J Long Term Sustainment Support for the Royal Norwegian Air Force.  The estimated value of the first order is $6,908,874.  Contractor will provide the Royal Norwegian Air Force with Return and Repair support, spares support, engineering support, in country representative support, and modification support for their C-130J aircraft platform. Work will be performed at Marietta, Ga. and at Gardermoen Air Station, Norway, and is expected to be completed by Nov. 30, 2018. This award is the result of a sole source acquisition and is 100 percent foreign military sales for Norway.  Air Force Life Cycle Management Center/WLKCB, Robins Air Force Base, Ga., is the contracting activity; (FA8553-14-D-0001)

Harris Corp. Government Communication Systems, Palm Bay, Fla., has been awarded a cost- plus-Award-Fee modification (P00161) for a total face value of $13,693,104 which includes $12,751,762 in estimated cost, $281,963 in base fee, and $659,379 in potential award fee.  This modification is being issued under a previously awarded contract (FA8819-08-C-0001 Space Control Depot Support) for the exercise of an option for additional sustainment labor hours.  These hours will provide uninterrupted Contractor Logistic Support for Space and Missile Systems Center Space Superiority operational Offensive Counterspace and Defensive Counterspace ground-based systems.  The work will be performed at Palm Bay, Fla., and is expected to be completed by Jan. 31, 2015.  Fiscal 2014 Operations and Maintenance funds in the amount of $2,546,846 are being obligated at time of award.  The cumulative face value of this contract is $265,396,292.  Space and Missile Systems Center (SMC)/Space Superiority Systems Directorate, Los Angeles Air Force Base, El Segundo, Calif., is the contracting activity.

Jacobs Technology, Inc., Lincoln, Mass., has been awarded a $10,657,764 modification (P00019) on an existing cost-plus-fixed -fee and cost-reimbursable contract (FA8721-13-C-0006) to continue providing Engineering Technical Assistance Support Services which consists 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 Lincoln, Mass., and is expected to be completed by May 19, 2014.  DoD Fiscal 2013 Research and Development funds in the amount of $207,000 will be obligated at time of award.  Air Force Life Cycle Management Center/PZM, Hanscom Air Force Base, Mass., is the contracting activity.

Jacobs Technology, Inc., Lincoln, Mass., has been awarded a $7,712,796 modification (P00018) on an existing cost-plus-fixed -fee and cost-reimbursable contract (FA8721-13-C-0002) to continue providing Engineering Technical Assistance Support Services which consists 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, Mass., Peterson AFB, Colo., and Dahlgren, Va., and is expected to be completed by May 19, 2014. Fiscal 2014 Operations and Maintenance funds in the amount of $926,188.50 Research and Development funds in the amount of $601,677 and Procurement funds in the amount of $633,318 will be obligated at time of award.   Air Force Life Cycle Management Center/PZM, Hanscom AFB, Mass., is the contracting activity.

Texas Department of Assistive & Rehabilitative Services, Austin, Texas, has been awarded a $0 modification (P00025) on an existing indefinite delivery requirements contract (W9124J-09-D-0005) for Food Services. The total cumulative face value of the contract is $75,126,351. The contract modification provides for the increase of additional quantities under the basic requirements contract. A subsequent task order (12) in fiscal 2014 Operations and Maintenance funds will be awarded no later than Jan. 31, 2014 to order additional quantities at an estimated cost of $15,152,144 in under the scope of the basic contract. Work will be performed at Joint Base San Antonio, Texas, and is expected to be completed by Jan. 31, 2015. Fiscal 2014 Operations and Maintenance funds 502 Contracting Squadron, Joint Base San Antonio, Texas, is the contracting activity.

NAVY

CH2M HILL Constructors, Inc., Englewood, Colo., is being awarded $44,240,000 for firm-fixed-price task order JU01 under a previously awarded indefinite-delivery/indefinite-quantity multiple award contract (N62470-13-D-6019) for the design and construction of the Naval Sea Systems Command (NAVSEA) Headquarters Recovery Restoration at Naval Support Activity Washington.  The work to be performed provides for the design and construction to restore the NAVSEA Headquarters building.  The work will provide repurposed and reconfigured areas on multiple floors to improve the efficiency and communication of NAVSEA within the facility.  The task order also contains one unexercised option, which if exercised, would increase cumulative task order value to $67,240,000.  Work will be performed in Washington, D.C., and is expected to be completed by February 2015.  Fiscal 2014 military construction, Navy contract funds in the amount of $44,240,000 are obligated on this award and will not expire at the end of the current fiscal year.  One proposal was received for this task order.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded $38,103,120 for cost-plus-fixed-fee delivery order 0017 under previously awarded contract (N00383-06-D-001J) for F/A-18E/F logistics support and associated material requirements.  Work will be performed at St. Louis, Mo., and is expected to be completed by Dec. 31, 2015.  Fiscal 2014 Navy working capital funds in the amount of $38,103,120 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  The contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1).  The Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded $26,836,716 for firm-fixed-price delivery order 0004 under a previously awarded Basic Ordering Agreement (N00383-11-G-001H) for the repair of various parts in support of the F/A-18 aircraft.  Work will be performed at Lemoore, Calif. (55 percent); Cecil Field, Fla. (44 percent); and Philadelphia, Pa. (1 percent), and is expected to be completed by Dec. 31, 2016.  Fiscal 2014 Navy working capital funds in the amount of $26,836,716 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  The contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1).  The Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pa., is the contracting activity.


Thursday, January 16, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JANUARY 16, 2014

FROM:  DEFENSE DEPARTMENT DEFENSE 
CONTRACTS

ARMY
CDM Constructors Inc., Bellevue, Wash., was awarded a $77,476,628 firm-fixed price contract to design and build a ‘Class A’ waste water treatment plant with nutrient removal and redundant process equipment to support the population of Joint Base Lewis-McChord. Fiscal 2013 military construction funds in the amount of $77,476,628 were obligated at the time of the award. Estimated completion date is March 1, 2016. Bids were solicited, via the Internet with 12 received. Work will be performed at Joint Base Lewis-McChord, Wash. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-14-C-0002).

DEFENSE LOGISTICS AGENCY

KPMG LLP, McLean, Va., has been awarded a maximum $36,243,243 firm-fixed-price contract to provide all necessary management services, personnel and documentation required to support DLA’s financial audit. This contract is a competitive acquisition, and there were six offers received. Location of performance is Virginia with a Jan. 15, 2015 performance completion date. Using military services are federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services, Richmond, Va., (SP4703-11-A-0017-0037).

Brit Systems*, Dallas, Texas, has been awarded a maximum $20,297,132 modification (P00007) exercising the first option year on a two-year base contract (SPM2D1-12-D-8309) with one two-year option and one one-year periods for digital imaging network-picture archive communication system. This is a fixed-price with economic-price-adjustment contract. Location of performance is Texas with a Jan. 19, 2016 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Safety Kleen, Richardson, Texas, has been awarded a maximum $12,930,214 fixed-price with economic-price-adjustment contract for re-refined motor oil program parts. This contract is a competitive acquisition and there was one offer received. Location of performance is Texas with a Jan. 15, 2015 performance completion date. Using military services are 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 Aviation, Richmond, Va., (SPE4A6-14-D-0076).

St. Michaels Inc.**, Woodbridge, Va., has been awarded a maximum $10,490,323 firm-fixed-price contract to provide necessary support of management services, personnel and documentation required to support DLA’s financial audit. This contract is a competitive acquisition and there were six offers received. Location of performance is Virginia with a Jan. 15, 2015 performance completion date. Using military services are federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services, Richmond, Va., (SP4703-14-A-0001-0007).

NAVY

General Dynamics Electric Boat Corp., Groton, Conn., is being awarded a $29,848,059 modification to a previously awarded contract (N00024-11-C-2109) to exercise an option for engineering and technical design services to support research and development (R&D) of advanced submarine technologies for current and future submarine platforms. Advanced submarine R&D includes studies to support the manufacturability, maintainability, producibility, reliability, manning, survivability, hull integrity, performance, structural, weight/margin, stability, arrangements, machinery systems, acoustics, hydrodynamics, ship control, logistics, human factors, materials, weapons handling and stowage, submarine safety, and affordability. Work will be performed in Groton, Conn., and is expected to be completed by October 2014. Fiscal 2014 research, development, test and evaluation funding in the amount of $625,000 will be obligated at time of award. Contract funds will not expire at the end of the fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

AIR FORCE

General Dynamics C4 Systems, Scottsdale, Ariz., has been awarded a $6,886,969 cost-plus-fixed-fee modification (P00051) to an existing contract (FA8307-06-C-0010) for design and development of a CAROUSEL Applicable Specific Integrated Circuit solution. This modification adds the design, development, and testing of CAROUSEL crypto engines. Work will be performed at Scottsdale, Ariz., and is expected to be completed by March 21, 2016. Fiscal 2013 research and development funds in the amount of $831,000 are being obligated at time of award. Air Force Life Cycle Management Center, Cryptologic Systems Contracting Division, Lackland Air Force Base, Texas, is the contracting activity.

*Small Business

**Veteran Owned Small Business

Thursday, January 9, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JANUARY 9, 2014

FROM:  DEFENSE DEPARTMENT 
CONTRACTS

ARMY

Sikorsky Aircraft Corp., Stratford, Conn., was awarded a $549,905,199 modification (P00126) to contract W58RGZ-12-C-0008 to fund Navy’s eighteen MH-60S helicopters and nineteen MH-60R helicopters and associated sustaining engineering, program management, systems engineering, provisioning, technical publications, other integrated logistics support and advanced procurement funding for program years four and five.  Fiscal 2014 other program funds in the amount of $230,186,863 were obligated at the time of the award.  Estimated completion date is Dec. 31, 2015.  Work will be performed in Stratford, Conn.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity


DEFENSE LOGISTICS AGENCY

American Water Operations & Maintenance Inc., Voorhees, N.J., has been awarded a maximum $288,021,970 fixed-price with economic-price-adjustment contract for assumption of ownership, operation, and maintenance of the water distribution system and wastewater collection system at Hill Air Force Base.  This contract is a competitive acquisition and one offer was received.  Location of performance is New Jersey and Utah with a January 2064 performance completion date.  Using military service is Air Force.  Type of appropriation is fiscal 2014 Air Force operations and maintenance funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-C-8290).

US Foods International Inc.*, Gardena, Calif., has been awarded a maximum $42,226,006 modification (P00202) exercising the fourth option year on a one-year base contract (SPM300-08-D-3310) with four one-year option periods for prime vendor full line food distribution.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Locations of performance are California and South Korea with a Jan. 31, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, federal civilian agencies, and other authorized Department of Defense customers.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

The Merchants Co., Hattiesburg, Miss., has been awarded a maximum $12,316,254 fixed-price with economic-price-adjustment, indefinite-quantity, bridge contract for prime vendor food and beverage support.  This contract is a sole-source acquisition.  Location of performance is Mississippi with a July 12, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, Coast Guard, and Air National Guard.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-14-D-3732).

US Foods Inc., Livermore, Calif., has been awarded a maximum $7,232,994 firm-fixed-price, indefinite-quantity contract for prime vendor full-line food distribution.  This contract is a sole-source acquisition.  Location of performance is California with a July 12, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-14-D-3734).

MISSILE DEFENSE AGENCY

Raytheon Missile Systems Co., Tucson, Ariz., is being awarded a not-to-exceed $156,000,000 sole-source, undefinitized contract action, with a hybrid contract structure with firm-fixed-price and cost reimbursable contract line item numbers.  Under this contract modification, the contractor will procure 8 Standard Missile-3 Block IB missile material and all up round build up.  The work will be performed in Tucson, Ariz.  The performance period is from date of award through September 2016.  Fiscal 2014 Defense wide procurement funds will be used to fund this effort.  The Missile Defense Agency, Dahlgren, Va., is the contracting activity (HQ0276-13-C-0001).

NAVY

Electric Boat Corp., Groton, Conn., is being awarded a $15,035,596 cost-plus-fixed-fee modification to previously awarded contract (N00024-13-C-2128) for procurement of integrated tube and hull long-lead-time material in support of the Ohio Class Replacement Program.  This contract combines purchases for the U.S. Navy (50 percent) and the government of the United Kingdom (50 percent) under the Foreign Military Sales program.  Work will be performed in Groton, Conn., and is scheduled to be completed by November 2016.  Fiscal 2014 research, development, test and evaluation and FMS funding in the amount of $15,035,596 will be obligated at time of award and will not expire at the end of the current fiscal year.  Supervisor of Shipbuilding Conversion and Repair, Groton, Conn., is the contracting activity.

Huntington Ingalls Inc., Newport News Shipbuilding, Newport News, Va., is being awarded an unpriced contract action not to exceed an estimated value of $8,163,923 to previously awarded contract (N00024-08-C-2110) to perform all efforts necessary to procure, manage and deliver onboard repair parts in support of the USS Gerald R. Ford (CVN 78) construction.  Work will be performed in Newport News, Va., and is expected to complete in September 2015.  Fiscal 2014 shipbuilding and conversion, Navy funding in the amount of $500,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  Supervisor of Shipbuilding Conversion and Repair, Newport News, Va., is the contracting activity.

BriarTek Inc., Alexandria, Va., is being awarded an $8,070,975 indefinite-delivery/indefinite-quantity contract for supplies and services for the procurement of the Man Overboard Indicator (MOBI) Ship Installation Support System, logistics and training services.  The overall objective of the MOBI program is to outfit each ship with a system capable of alerting the crew to a man overboard event, so that a lifesaving rescue can be affected.  Work will be conducted at various ship homeports within and outside the continental United States as required and is expected to be completed by January 2019.  Fiscal 2014 other procurement, Navy, fiscal 2014 operations and maintenance, Navy, and fiscal 2014 shipbuilding and conversion, Navy funding in the amount of $18,000 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.  The contract was awarded on a sole-source basis in accordance with the statutory authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1 - only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-14-D-0001).

AIR FORCE

The Boeing Co., Huntington Beach, Calif., has been awarded a $7,131,719 firm-fixed-price contract for Combat Survivor Evader Locator (CSEL) contractor logistics support 2014-2017.  The contractor will provide maintenance, sustaining engineering, new equipment training for users/operators; engineering support for the entire CSEL system on a continuous, around-the-clock basis; and analysis, tools, countermeasures, and software development and integration solutions for all Department of Defense cyber security and information assurance directives, instructions, procedures, threats and policies.  Work will be performed at Huntington Beach, Calif., and is expected to be completed on Dec. 31, 2014.  Fiscal 2014 operations and maintenance funds in the amount of $282,704 are being obligated at time of award.  Battle Management Directorate, Hanscom Air Force Base, Mass., is the contracting activity (FA8730-14-C-0013).

*Small Business

Wednesday, January 8, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JANUARY 8, 2014

FROM:  DEFENSE DEPARTMENT 
CONTRACTS
DEFENSE LOGISTICS AGENCY

GE Healthcare, Wauwatosa, Wis., has been awarded a maximum $43,200,000 modification (P00036) exercising the fifth option year of contract (SPM2D1-09-D-8300) for patient monitoring systems, subsystems, accessories, consumables, spare and repair parts, and training.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is Wisconsin with a Jan. 13, 2015 performance completion date.  Using military 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, Pa.

McClellan Jet Services*, McClellan, Calif., has been awarded a maximum $37,307,380 fixed-price with economic-price-adjustment contract for into-plane requirement jet fuel.  This contract is a competitive acquisition, and one offer was received.  Location of performance is California with a March 31, 2018 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2018 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0014).

ARMY

Eisenbraun and Associates, Yankdon, S.D., was awarded a $9,000,000 firm-fixed-price, task order contract for a nationwide survey and mapping of shallow water habitat, floodplain changes and vegetation cover.  Funding and work performance location will be determined with each order.  Estimated completion date is Jan. 7, 2019.  Bids were solicited via the Internet with 27 received.  Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-14-D-0001).

Bering Straits Technical Services LLC, Anchorage, Alaska, was awarded a $6,778,700 modification (P00004) to contract W91ZLK-13-D-0001 to furnish all plant, labor, materials, equipment, services, incidentals, and work to demolish, repair, and construct a variety of paving structures and drainage devices at several areas at Aberdeen Proving Ground, Md.  Funding and work performance location will be determined with each order.  Estimated completion date is Jan. 15, 2015.  Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity.

NAVY

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $13,895,899 modification to previously awarded contract (N00024-11-C-4407) for the USS Wasp (LHD 1) fiscal 2013 dry-docking planned maintenance availability.  A dry-docking planned maintenance 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, Va., and is expected to be completed by November 2014.  Fiscal 2014 operations and maintenance, Navy funding in the amount of $13,895,899 will be obligated at time of award and will expire at the end of the current fiscal year.  Norfolk Ship Support Activity, Norfolk, Va., is the administrative contracting activity.

*Veteran Owned Small Business


Tuesday, January 7, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR DECEMBER 7, 2014

FROM:  DEFENSE DEPARTMENT 
NAVY

Vigor Shipyards Inc., Seattle, Wash., is being awarded a not-to-exceed $33,077,000 undefinitized contract action to previously awarded contract (N00024-11-C-4401) for repair and alteration of the USS Momsen (DDG 82).  The USS Momsen will be undergoing a docking selected restricted availability which is the opportunity in the ship’s life cycle to primarily conduct repair and alteration to systems and hull not available when the ship is waterborne.  Work will be performed in Seattle, Wash., and is expected to be completed by October 2014.  Fiscal 2014 operations and maintenance, Navy funding in the amount of $22,298,229 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Wash., is the contracting activity.

Correction:  The contract announced Dec. 27, 2013 to  Lockheed Martin Corp., Mission Systems and Training, Manassas, Va., for $84,650,745 -- contract number should have read N00024-11-C-6294 not N00024-13-C-6272.

AIR FORCE

Aerospace Testing Alliance, Tullahoma, Tenn., has been awarded a $22,950,459 cost-plus-award-fee modification (P00321) on an existing contract (F40600-03-C-0001) to continue operations, maintenance, information management and support of Arnold Engineering Development Complex.  Work will be performed at Arnold Air Force Base, Tenn., and is expected to be completed by Sept. 30, 2014.  This modification does not obligate funds at time of award.  Air Force Test Center/PZZ, Arnold Air Force Base, Tenn., is the contracting activity.

ARMY

Law Company Inc., Wichita, Kan., was awarded a $20,078,900 firm-fixed-price contract to construct an unmanned aerial vehicle hanger.  Fiscal 2014 military construction funds in the amount of $20,078,900 were obligated at the time of the award.  Estimated completion date is July 7, 2015.  Bids were solicited via the Internet with seven received.  Work will be performed at Fort Riley, Kan.  Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-14-C-4003).

Bell Helicopter Textron, Inc, Hurst, Texas, was awarded an $18,556,810 modification (P00010) to contract W58RGZ-12-C-0030 to procure six additional months of contractor logistics support for Bell 407, Huey, Jet Ranger, and OH-58A&C helicopters.  Fiscal 2014 funds in the amount of $18,556,810 were obligated at the time of the award.  Estimated completion date is Aug. 8, 2014.  Work will be performed in Al Taji, Iraq and Piney Flats, Tenn.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Tetra Tech/Pond Joint Venture, Louisville, Ky., was awarded a $9,500,000 firm-fixed-price contract for architectural and engineering services for Army, Air Force, and other military and civil works primarily within the Great Lakes and Ohio River Division boundaries.  Funding and work performance location will be determined with each order.  Estimated completion date is Jan. 8, 2018.  One bid was solicited with one received.  Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-14-D-0004).

Monday, January 6, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JANUARY 6, 2013

FROM:  DEFENSE DEPARTMENT 
CONTRACTS

DEFENSE LOGISTICS AGENCY

R.D. Buie Enterprises Inc.*, Boerne, Texas, has been awarded a maximum $51,294,723 modification (P00101) exercising the third option year on a two-year base contract (SPM8E6-10-D-0003) with three one-year option periods for a tailored logistics support contract to provide items under the general category of wood products for the East region.  This is a firm-fixed-price contract.  Location of performance is Texas with a Feb. 4, 2015 performance completion date.  Using military 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, Pa.

Middle Atlantic Wholesale Lumber Inc.*, Baltimore, Md., has been awarded a maximum $51,294,723 modification (P00101) exercising the third option year on a two-year contract (SPM8E6-10-D-0004) with three one-year option periods for a tailored logistics support contract to provide items under the general category of wood products for the East region.  This is a firm-fixed-price contract.  Location of performance is Maryland with a Feb. 4, 2015 performance completion date.  Using military 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, Pa.

Sylvan Forest Products Inc.*, Portland, Ore., has been awarded a maximum $51,294,723 modification (P00101) exercising the third option year on a two-year contract (SPM8E6-10-D-0005) with three one-year option periods for a tailored logistics support contract to provide items under the general category of wood products for the East region.  This is a firm-fixed-price contract.  Location of performance is Oregon with a Feb. 4, 2015 performance completion date.  Using military 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, Pa.

S & S Forest Products LLC**, Boerne, Texas, has been awarded a maximum $51,294,723 modification (P00101) exercising the third option year on a two-year contract (SPM8E6-10-D-0006) with three one-year option periods for a tailored logistics support contract to provide items under the general category of wood products for the East region.  This is a firm-fixed-price contract.  Location of performance is Texas with a Feb. 4, 2015 performance completion date.  Using military 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, Pa.

NAVY

TTT-Cubed Inc.*, Fremont, Calif., is being awarded a $26,983,588 ceiling-priced, indefinite-delivery/indefinite-quantity contract for the procurement of hardware, repair, and modification services for the development, integration, and operational support of countermeasure and emitter threat simulator systems for the Airborne Threat Simulation Organization.  In addition, this contract provides for hardware, including one first article receiver-transmitter radar mini instantaneous frequency measurement (IFM) assembly; one first article integrated stabilized radio frequency source (ISRFS) assembly; 250 mini IFM assembly production units; and 125 ISRFS assembly production units.  Work will be performed in Fremont, Calif., and is expected to be completed in January 2019.  Fiscal 2014 weapons procurement, Navy funds in the amount of $900,000 is being obligated at time of this award, none of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals; two offers were received.  The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-14-D-0009).

The Entwistle Co., Hudson, Mass., is being awarded a $10,981,190 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the long term repair of 318 trough covers that support the Aircraft Launch and Recovery Equipment Program.  This contract contains two option years, which if exercised, will bring the contract value to $18,758,583.  Work will be performed in Hudson, Mass., and is expected to be completed by January 2017.  If all options are exercised, the work will continue through January 2019.  Contract funds will not expire at the end of the current fiscal year.  No funds will be obligated at time of award.  This contract was not a full and open competition in accordance with FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirement.  Only one offer received in response to this solicitation.  The Navy Supply Weapons System Support, Philadelphia Pa., is the contracting activity (N00383-14-D-003P).

Raytheon Co., McKinney, Texas, is being awarded a $10,510,029 firm-fixed-price contract for nine multi-spectral targeting systems for Royal Danish Navy MH-60R/S helicopters.  This contract supports foreign military sales to Denmark.  Work will be performed in McKinney, Texas, and is expected to be completed by December 2015.  Fiscal 2014 foreign military sales funding in the amount of $10,510,029 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was not a full and open competition in accordance with FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirement.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-12-G-JQ66-0037).

ARMY

IBM Corp. was awarded a $19,905,753 modification (P00004) to contract W912DY-13-F-0037 for services supporting Army General Fund Audit Readiness.  Fiscal 2014 operations and maintenance, Army funds in the amount of $19,905,753 were obligated at the time of the award.  Estimated completion date is July, 9, 2014. Work will be performed in Arlington, Va. Army Corps of Engineers, Huntsville, Ala., is the contracting activity.

L-3 Communications Corp., Tempe, Ariz., was awarded a $10,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract for commercial lighting tubes for special operations which increase range and field of vision in darkness.  Funding and work performance location will be determined with each order.  Estimated completion date is Jan. 2, 2018.  One bid was solicited with one received.  Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-14-D-0006).

AIR FORCE

Jacobs Technology Inc., Lincoln, Mass., has been awarded a $15,215,028 modification (P00011) on an existing contract (FA8721-13-C-0009) to continue providing engineering technical assistance support services which consists 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 Lincoln, Mass., and is expected to be completed by May 19, 2014.  Contract has a foreign military sales component as it requires company to travel overseas for host nation support.  FMS funding in the amount of $8,000 will be obligated at time of award.  Air Force Life Cycle Management Center/PZM, Hanscom Air Force Base, Mass., is the contracting activity.

*Small Business

**Service-Disabled Veteran-Owned Small Business

Thursday, January 2, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JANUARY 2, 2014

FROM:  U.S.  DEFENSE DEPARTMENT NAVY 
CONTRACTS

NAVY

General Electric, Lynn, Mass., was awarded a $572,500,000 three-year performance based logistics requirements contract, for the repair, replacement, and program support for 17 F414 engine (F/A-18 E, F and EA-18G aircraft) components.  Work will be performed at Fleet Readiness Center Southeast, Jacksonville, Fla. (60 percent) and Lynn, Mass. (40 percent), and work is expected to be completed by Dec. 31, 2016.  No contract funds will be obligated at the time of award.  No contract funds will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1).  NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity (N00383-14-D-001M).  (Awarded on Dec. 30, 2013)

BAE Systems, Land & Armaments L.P., Minneapolis, Minn., was awarded a $19,273,217 modification to previously awarded contract (N00024-13-C-5314), to exercise options for fiscal 2014 MK 41 vertical launching system canister production requirements.  Production requirements will include 89 MK 21 MOD 3 (SM-6) canisters, coding plug assemblies, explosive bolts, and impulse cartridge assemblies.  Work will be performed in Aberdeen, S.D. (87 percent) and Minneapolis, Minn. (13 percent), and is expected to be completed by March 2016.  Fiscal 2014 weapons procurement, Navy funds in the amount of $19,273,217 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, D.C., is the contracting activity. (Awarded on Dec. 31, 2013)

Lockheed Martin Mission Systems & Training, Moorestown, N.J., was awarded a $14,432,389 firm-fixed-price delivery order under previously awarded basic ordering agreement for the production of one Mission Signal Processor equipment suite and two array simulator cabinets in support of the Aegis Training and Readiness Center.  Work will be performed in Moorestown, N.J., (59 percent), Clearwater, Fla., (40 percent), and Akron, Ohio, (1 percent) and is expected to be completed by November 2015.  Contract funds will not expire at the end of the current fiscal year.  Other procurement, Navy funding in the amount of $14,432,389 will be obligated at time of award.  The Naval Sea Systems Command, Washington D.C., is the contracting activity (N00024-12-G-5123-0014).

Northrop Grumman Systems Corp., Rolling Meadows, Ill., is being awarded a $12,083,976 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0043) for the procurement of 11 AN/APR-39D(V)2 test assets for various naval aviation platforms, including testing support and travel costs.  Work will be performed in Rolling Meadows, Ill., and is expected to be completed in January 2015.  Fiscal 2013 and 2014 aircraft procurement, Navy contract funds in the amount of $12,083,976 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, Md., is the contracting activity.

Lockheed Martin Corp., Mission Systems and Training, Baltimore, Md., was awarded a $9,710,890 modification to previously awarded contract (N00024-11-C-5302) for MK 41 Vertical Launching System AEGIS Modernization module electronics production.  Work will be performed in Baltimore, Md. (12 percent); Clearwater, Fla. (48 percent); Mt. Laurel, Pa. (16 percent); Lewisburg, Tenn. (24 percent), and is expected to be completed by June 2015.  Fiscal 2013 other procurement, Navy, fiscal 2013 and 2014 research, development, test and evaluation funds in the amount of $9,710,890 will be obligated at time of award.  Contract funds in the amount of $401,781 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded on Dec. 31, 2013)

ARMY

Caduceus Healthcare Inc, Atlanta, Ga., was awarded a $19,751,538 firm-fixed-price contract for 35 certified registered nurse anesthetists.  Funding will be determined with each order.  Estimated completion date is Dec. 31, 2015.  Work will be performed at San Antonio Military Medical Center.  Bids were solicited via the web with eighteen received.  Army Medical Command, Fort Sam Houston, Texas, is the contracting activity (W81K00-13-D-0009).

DEFENSE LOGISTICS AGENCY

Sikorsky Aircraft Corp., Stratford, Conn., has been awarded a maximum $14,352,600 firm-fixed-price contract for helicopter bearing assembly spindle.  This contract is a sole source acquisition.  Location of performance is Connecticut with a Dec. 31, 2018 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va., (SPRPA1-11-G-001Y).

AIR FORCE

Ball Aerospace & Technologies, Systems Engineering Solutions, Albuquerque, N.M., has been awarded a $9,133,111 cost-plus-fixed-fee contract for Advanced Laser Effects Research branch (ALTER) to advance the state-of the-art of laser damage testing and target system vulnerability to laser weapons.  The deliverables for this task include:  beam train design documentation, test layout design and documentation, test hardware fabrication, test diagnostic instrumentation, raw data collection and documentation, test reports in the form of monthly technical status reports as required for test operations; and incidental programming or software developed during the test analysis and experimentation.  Work will be performed at Kirtland Air Force Base, N.M., and is expected to be completed on Jan. 13, 2017.  This award is the result of a competitive acquisition advertised on Federal Business Opportunities, and four offers were received.  Fiscal 2013 research and development funds in the amount of $731,000 are being obligated at time of award.  Air Force Research Laboratory Lasers Branch, Kirtland Air Force Base, N.M., is the contracting activity (FA9451-14-C-0313).

CORRECTION:  The contract to Komada LLC, announced Dec 31, 2013, did not have the correct city and state of the contractor.  The correct announcement should read:  Komada, LLC, Marysville, Calif., has been awarded a $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Simplified Acquisition of Base Engineering Requirements (SABER) to provide construction for simplified, multi-trade construction at Beale Air Force Base, Calif.  Work performed includes a broad range of maintenance, repair, alteration and minor construction on real property valued at less than $750,000.  Work will be performed at Beale AFB, Calif., and is expected to be completed by Dec. 31, 2014.  This is a single source award and is the result of a competitive acquisition in which an open market of offers were solicited and eleven offers were received.  Fiscal 2014 operations and maintenance funds will be obligated with the first task order.  The 9th Contracting Squadron, Beale AFB, Calif., is the contracting activity (FA4686-14-D-0002).

Friday, December 20, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR DECEMBER 20, 2013

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

 AIR FORCE

Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded an undefinitized contract action to incorporate contract change proposal 0362 "CY14 Follow-on Agile Sustainment to the Raptor (FASTeR)" via a firm-price-incentive-fee and cost-plus-fixed-fee modification (P00212) under an existing contract (FA8611-08-C-2897) with a total not-to-exceed value of $561,957,658.  The effort includes nine months of sustainment activities for the F-22 air vehicle.  As part of this effort, the contractor will provide all sustaining engineering, field service, technical data, supply chain management, modification and heavy maintenance, and reliability and maintainability upgrades for the F-22 Raptor.  The work will be performed at Fort Worth, Texas, and is expected to be complete by Sept. 30, 2014.  Fiscal 2014 procurement, research and development, operations and maintenance and Air National Guard funds in the amount of $157,262,925 are being obligated at time of award.  Air Force Life Cycle Management Center/WWUK, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

United Technologies Corporation, Pratt and Whitney, East Hartford, Conn., has been awarded an undefinitized contract action via a not-to-exceed $231,465,987 modification (P00116) for an existing contract (FA8611-08-C-2896) for F119 Engine Sustainment. The contract modification is for calendar year 2014 Sustainment of F119-PW-100 Engines.  Work will be performed at East Hartford, Conn.; Edwards Air Force Base, Calif.; Elmendorf AFB, Alaska; Hickam AFB, Hawaii; Hill AFB, Utah; Holloman AFB, N.M.; Langley AFB, Va.; Nellis AFB, Nev., Sheppard AFB, Texas; Tinker AFB, Okla.; and Tyndall AFB, Fla., and is expected to be completed by December 31, 2014.  Fiscal 2014 Research and Development and Operations and Maintenance Funds in the amount of $106,909,873 are being obligated at time of award.  Air Force Life Cycle Management Center/WWUK, Wright-Patterson AFB, Ohio, is the contracting activity.

Northrop Grumman Systems Corp., Herndon, Va., has been awarded a $12,317,909 cost-plus-incentive-fee modification (P00019) for an existing contract FA8707-12-C-0001) for Air Operations Center Weapon System, modernization engineering and manufacturing development and initial deployment.  The total cumulative face value of the contract is $513,157,909.  The contract modification is for a credit/debit modification to modify the plan for engineering and manufacturing development and initial deployment to incorporate the new program schedule and strategy, and to clarify requirements.  Work will be performed at Hampton, Va., and Davis-Monthan Air Force Base, Ariz., and is expected to be completed by Nov. 25, 2015.  This modification is changing an established contract line item number which is funded through Jan. 10, 2014.  Air Force Life Cycle Management Center/HBBK, Hanscom Air Force Base, Mass., is the contracting activity.  

NAVY

J. Walter Thompson, Atlanta, Ga., is being awarded an undefinitized contract action in an amount not-to-exceed $170,000,000 for an indefinite-delivery/indefinite-quantity bridge contract under a previously awarded cost-plus-fixed-fee contract (M00264-08-D-001).  Task order 0001 in the amount of $77,433,499 will be awarded concurrently.  The bridge contract is for the Marine Corps Recruiting Command's (MCRC) Advertising and Recruitment Services Program's requirement.  This contract provides for services to furnish the supplies and services customarily provided by a full-service advertising agency in order to support recruiting programs for MCRC at Quantico, Va., and other locations throughout the United States.  Work will be performed primarily at Quantico, Va., with an expected completion date of Dec. 19, 2014.  With all options exercised the contract will continue through June 19, 2015.  Fiscal 2014 operations and maintenance, Marine Corps funds in the amount of $29,701,083 are being obligated at time of award for the first task order, and will expire at the end of the current fiscal year.  The Regional Contracting Office, National Capital Region, Quantico, Va., is the contracting activity (M00264-14-D-0002).

Electric Boat Corp., Groton, Conn., is being awarded a $121,847,000 undefinitized contract action under existing contract (N00024-12-C-2115) for additional long lead time material associated with the second fiscal 2014 Virginia-class submarine (SSN 793) and the two fiscal 2015 Virginia-class submarines (SSN 794 and SSN 795).  This contract modification provides additional long lead time material for steam and electric plant components, the main propulsion unit efforts and ship service turbine generator efforts, steel and miscellaneous hull, mechanical and electrical system components.  Work will be performed in Sunnyvale, Calif. (56 percent); Coatesville Pa. (9 percent); Florence, N.J. (6 percent); Phillipsburg, N.J. (5 percent); Groton, Conn. (3 percent); Newport News, Va. (3 percent); Charlottesville, Va. (2 percent); Warren, Mass. (2 percent); Farmingdale, N.Y. (2 percent), and other efforts performed at various sites throughout the United States (12 percent), and is expe
cted to be complete by September 2014.  Fiscal 2013 shipbuilding and conversion, Navy funding in the amount of $121,847,000 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, D.C., is the contracting activity.

Raytheon Co., Tucson, Ariz., is being awarded an $80,474,905 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0011) to exercise an option for the procurement of 200 full rate production Lot 10 AGM-154C-1 unitary joint stand-off weapon missiles, including associated support equipment.  In addition, this contract provides for one AGM-154C-1 for performance characterization test.  Work will be performed in Dallas, Texas (44 percent); Cedar Rapids, Iowa (24 percent); Tucson, Ariz. (22 percent); and McAlester, Okla. (10 percent), and is expected to be completed in August 2016.  Fiscal 2014 weapons procurement, Navy contract funds in the amount of $80,474,905 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Nova Group Inc. - Underground Construction Inc., a Joint Venture, Napa, Calif., is being awarded a $52,364,400 firm-fixed-price contract for construction of a new fuel transfer pipeline and upgrade of an existing fuel transfer pipeline from Sasa Valley Fuel Farm to Andersen Air Force Base, Guam.  Work includes upgrading a pumphouse, providing new fuel pumps, providing a new generator building with emergency generators, new filter separators, piping modifications, upgrades to the electrical system, and cathodic protection.  The contractor will provide operations and maintenance support information, demolish existing piping components, and mitigate construction impacts on archaeological site along the pipeline route.  Work will be performed across multiple areas on Guam, and is expected to be completed by February 2016.  Fiscal 2013 military construction, Defense Logistics Agency contract funds in the amount of $52,364,400 are being obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received.  The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity (N40192-14-C-1300).

AMSEC LLC, Virginia Beach, Va., is being awarded a $45,779,743 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to furnish engineering services, maintenance and operator training and technical and repair support for U.S. Navy aircraft carriers.  This contract will support maintenance and planning for the overhaul, modernization and repair of shipboard elevators, cargo handling equipment and associated systems.  Work will be performed in Norfolk, Va. (40 percent), San Diego, Calif. (30 percent), Bremerton, Wash. (20 percent), Everett, Wash. (5 percent), and other fleet concentration areas to be determined (5 percent), and is expected to complete by December 2014.  Fiscal 2014 operations and maintenance, Navy funding in the amount of $200,000 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 Navy Electronic Commerce Online website, with one offer received.  The Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity (N50054-14-D-1406).

BAE Systems Southeast Shipyards Alabama LLC, Mobile, Ala., is being awarded a $32,946,457 firm-fixed-price contract for the regular maintenance and overhaul of USNS Supply (T-AOE 6).  This contract includes two additional options which, if exercised, would bring the cumulative value of the contract to $42,499,988.  Work will be performed in Mobile, Ala., and is expected to be completed by October 2014.  Fiscal 2014 working capital contract funds in the amount of $32,946,457 are being obligated and will not expire at the end of the current fiscal year.  This contract was competitively procured with more than 50 companies solicited and three offers received.  The solicitation was posted to the Federal Business Opportunities website.  U.S. Navy's Military Sealift Command, Washington D.C., is the contracting activity (N00033-14-C-7508).

Bath Iron Works, Bath, Maine, is being awarded a $23,124,445 modification to previously awarded contract (N00024-12-C-2313) to exercise options for DDG 51 class lead yard services.  This work will provide class engineering and design services including technical assistance to the follow shipbuilders in the interpretation and application of the detailed design developed by Bath Iron Works, the lead yard contractor.  Lead yard services include:  liaison for follow ship construction, general class services, class logistics services, class design contractor services, class changes design services for follow ships, ship trials and post-shakedown availabilities support and materials, noise, shock and vibration program, special studies, modernization support and baseline management.  Work will be performed in Bath, Maine, and is expected to be completed by December 2014.  Fiscal 2011 shipbuilding and conversion, Navy contract funds in the amount of $231,244 and research, development, test and evaluation funding fiscal 2012 in the amount of $22,430,712 and fiscal 2014 in the amount of $462,489 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.

General Dynamics National Steel and Shipbuilding Co., San Diego, Calif., is being awarded a $21,400,000 modification on a not-to-exceed basis to previously awarded contract (N00024-09-C-2229) for Detail Design and Construction of Mobile Landing Platform (MLP) 3 Afloat Forward Staging Base (AFSB) for the MLP Program and to accomplish limited AFSB block construction for the MLP Program.  Work will be performed in San Diego, Calif., and is expected to be completed by May 2014.  Fiscal 2012 National Defense Sealift funds in the amount of $21,400,000 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 D.C., is the contracting activity.

Sikorsky Aerospace Maintenance, Stratford, Conn., is being awarded an $18,298,546 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0024) to exercise an option for organizational, selected intermediate, and limited depot-level maintenance for aircraft operated by adversary squadrons.  Work will be performed at the Naval Air Station (NAS) Key West, Fla. (40 percent); NAS Fallon, Nev. (30 percent); and the Marine Corps Air Station, Yuma, Ariz. (30 percent), and is expected to be completed in December 2014.  Fiscal 2013 operations and maintenance, Navy reserve funding $5,036,560 is being obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Raytheon Integrated Defense Systems, Largo Fla., is being awarded a $12,921,937 modification to previously awarded contract (N00024-12-C-5231) to exercise options for cooperative engagement capability (CEC) for the AN/USG-2B Shipboard System and three planar array antenna assembly (PAAA) systems.  CEC is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information such that the superset of this data is available to all participating CEC units.  CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies.  Work will be performed in St. Petersburg Fla. (90 percent), and Largo, Fla. (10 percent), and is expected to be completed by September 2014. Fiscal 2013 other procurement, Navy funding in the amount of $6,034,545 and fiscal 2014 in the amount of $6,887,392 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, D.C., is the contracting activity.

Lockheed Martin Corp., Manassas, Va., is being awarded an $11,912,771 cost-plus-fixed-fee, firm-fixed-price contract for the Integrated Common Processor Program.  The organization will be providing software and hardware development, production, installation, training, maintenance and provisioned items under the Maritime Surveillance Systems Program Office, PMS-485, Program Executive Office Submarines, Naval Sea Systems Command.  This contract includes options which, if exercised, would bring the cumulative value of the contract to an estimated $83,502,467.  This contract combines purchases for the U.S. Navy (90 percent) and the government of Japan (10 percent) under the Foreign Military Sales (FMS) Program.   Work will be performed at Manassas, Va., (80.5 percent); Fairfax, Va., (7.5 percent); San Diego (5.3 percent); Falls Church, Va., (1.9 percent); Burlington, Mass., (1.7 percent); McLeansville, N.C., (1.2 percent); Mount Laurel, N.J., (0.8 percent); Corona, Calif., (0.7
percent); Virginia Beach, Va., (0.4 percent); and is expected to be completed by Dec. 31, 2014.  If all options are exercised, work could continue until 2017.  Fiscal 2014 research, development, testing and evaluation and 2014 FMS funding in the amount of $1,302,015 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured (sole source) in accordance with authority of 10 U.S.C. 2304(c)(1) - only one responsible source (FAR Subpart 6.302-1).  The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-14-C-0035).

Northrop Grumman Systems Corp., Linthicum Heights, Md., is being awarded a $10,500,000 modification under a previously awarded cost-plus-fixed-fee contract (M67854-07-C-2072) for the ground/air task-oriented radar engineering and manufacturing development phase for associated engineering support services and related program cost increases.  Work will be performed in Linthicum Heights, Md., and work is expected to be completed Aug. 31, 2014.  Fiscal 2014 research, development, test and evaluation funding in the amount of $10,500,000 will be obligated at the time of award.  Contract funds will not expire the end of this current fiscal year.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

A&D GC Inc.*, Santee, Calif., is being awarded $9,650,000 firm-fixed-price task order 0013 at under a multiple award construction contract for the design and construction of the Project Entry Control Gate 5 at Marine Corps Recruit Depot, San Diego.  The work to be performed provides for the design and construction of Project Entry Control Gate 5 at Marine Corps Recruit Depot, San Diego.  The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal.  The contractor shall also provide three extra traffic lanes for access to the base during the entire construction period.  The planned modification, if exercised, provides for the furniture, fixtures, and equipment.  The task order also contains one planned modification, which if exercised would increase cumulative task order value to $9,995,495.  Work will be performed in San Diego, Calif., and is expected to be completed by April 2015.  Fiscal 2013 military construction, Navy funding in the amount of $9,650,000 will be obligated on this award and will not expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (contract number N62473-09-D-1658).

Raytheon Co., McKinney, Texas, is being awarded an $8,977,748 modification to previously awarded firm-fixed-price contract (N00164-12-G-JQ66) for common sensor payload (CSP) AN/AAS-53 high definition retrofits.  CSP AN/AAS-53 high definition retrofits, while functioning on manned or unmanned aircraft, provide battlefield commanders with a day/night imaging sensor and laser designator for reconnaissance, intelligence, surveillance, target acquisition, and target designation.  The payload must operate day and night, detect and recognize operationally-meaningful targets at survivable standoff ranges, determine range-to-target, auto track and designate targets for precision-guided standoff weapons, provide target-location coordinates, and display continuous high-resolution imagery to the battlefield commander.  The ability to provide such a capability to the supported commander will greatly increase battlefield effectiveness.  The CSP high definition will have adequate on-board processing to perform auto tracking, designation, and to support the transmission of near-real-time motion imagery.  Work will be performed in McKinney, Texas, and is expected to be completed by March 2016.  Fiscal 2013 aircraft procurement, Army in the amount of $8,977,748 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, Ind., is the contracting activity.

General Electric Aviation, Lynn, Mass., is being awarded a $7,760,214 cost-plus-fixed-fee delivery order (0001) against a previously issued basic ordering agreement (N00421-14-G-0001) for the F414 Engine Component Improvement Program, including engineering and engine system improvement support for the U.S. Navy and the government of Australia.  Work will be performed at Lynn, Mass., and is expected to be completed in December 2014.  Fiscal 2014 research, development, test and evaluation funding in the amount of $2,000,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This order combines purchases for the U.S. Navy ($7,343,378; 94.63 percent) and the government of Australia ($416,836; 5.37 percent) under the Foreign Military Sales program.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

General Electric Aviation, Lynn, Mass., is being awarded a $7,500,074 cost-plus-fixed-fee delivery order (0002) against a previously issued basic ordering agreement (N00421-14-G-0001) for the F404 Engine Component Improvement Program, including engineering and engine system improvement support for the U.S. Navy and the governments of Canada, Spain, Sweden, Korea, Australia, Finland, Kuwait, Switzerland, and Malaysia.  Work will be performed at Lynn, Mass., and is expected to be completed in December 2014.  Fiscal 2014 research, development, test and evaluation funding in the amount of $1,500,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This order combines purchases for the U.S. Navy ($3,402,545; 45.3 percent) and the governments of Canada ($821,474; 11 percent); Spain($827,057; 11 percent);Sweden ($608,596; 8.1 percent); Korea ($536,667; 7.2 percent); Australia ($413,175; 5.5 percent); Finland ($390,842; 5.2 percent); Kuwait ($240,088; 3.2 percent); Switzerland ($209,379; 2.8 percent); and Malaysia ($50,251; .7 percent) under the Foreign Military Sales program.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Cyalume Technologies Inc.*, West Springfield, Mass., has been awarded a maximum $32,535,714 modification (P00102) exercising the third one-year option period on a two-year base contract (SPM8E7-10-D-0001) with three one-year option periods for various chemical light sticks supply support. This is a fixed-price with economic-price-adjustment contract.  Location of performance is Massachusetts with a Jan. 21, 2015 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Jianas Brothers Packaging Co.*, Kansas City, Mo., has been awarded a maximum $14,143,534 modification (P00201) exercising the second one-year option period on a one-year base contract (SPM3S1-12-D-Z120) with four one-year option periods for beverage base component items for use in the meal-ready-to-eat program.  This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is Missouri with a Dec. 21, 2014 performance completion date.  Using military services are 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, Pa.

CFM International, Cincinnati, Ohio, has been awarded a maximum $8,531,880 firm-fixed-price contract for combustion liners.  This contract is a sole-source acquisition.  Location of performance is Ohio with an April 15, 2015 performance completion date.  Using military service is Air Force.  Type of appropriation is fiscal 2013 Air Force funds.  The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla., (SPRTA1-14-G-0002-0020).

Raytheon Co., McKinney, Texas, has been awarded a maximum $8,035,430 firm-fixed-price contract for support of naval aircraft advanced targeting system.  This contract is a sole-source acquisition.  Location of performance is Texas and Switzerland with a December 2014 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2013 Navy working capital funds and foreign military sales.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPRPA1-09-G-001X-0112).

Excel Garment Manufacturing Ltd.**, El Paso, Texas, has been awarded a maximum $7,125,286 firm-fixed-price contract for rip-stop airmen battle uniform coats and trousers for both men and women.  This contract is a competitive acquisition and five offers were received.  Location of performance is Texas with a Nov. 19, 2014 performance completion date.  This is a one-year base contract with four one-year option periods.  Using military service is Air Force.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM1C1-14-D-1006).

U.S. TRANSPORTATION COMMAND

Three companies have each received an indefinite-delivery/indefinite-quantity, fixed-price with economic adjustment contract for domestic ocean and intermodal distribution services.  Work will be performed in the continental United States, Alaska, Hawaii and Puerto Rico as specified on each individual order, and is expected to be completed Nov. 30, 2014.  The three companies are:  Matson Navigation Co., Oakland, Calif., $27,292,829 (HTC711-14-D-W006); Totem Ocean Trailer Express Inc., Federal Way, Wash., $15,421,735 (HTC711-14-D-W012); and Sea Star Line LLC, Jacksonville, Fla., $7,342,931 (HTC711-14-D-W011).  The minimum amount of $5,000 will be obligated at time of award.  Remaining funds will be obligated on individual task orders.  Contracted funds will expire at the end of the current fiscal year.  There were 13 proposals received and awarded.  U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity.

ARMY

Lockheed Martin Missiles and Fire Control-Dallas, Grand Prairie, Texas was awarded a $255,134,404 firm-fixed-price contract to procure the unitary (quantity 1824 rocket) and reduced range practice rocket (quantity-158 pods) for the Guided Multiple Launch Rocket System for the Army and Marine Corps and the Republic of Italy.  Fiscal 2014 other procurement funds in the amount of $18,470,196 were obligated at the time of the award.  Estimated completion date is Mar. 31, 2016.  Bids were solicited via the Internet with one.  Work will be performed in Grand Prairie, Texas. Army Contracting Command, Redstone Arsenal, Ala. is the contracting activity (W31P4Q-14-C-0066).

Sikorsky Aircraft Corp., Stratford, Conn. was awarded a $105,300,000 modification (P00089) to contract W58RGZ-12-C-0008 to modify eight UH-60M Black Hawk Helicopters to a General Service Configuration in Support of the Saudi Arabian National Guard. Fiscal 2014 other procurement funds in the amount of $10,000,000 were obligated at the time of the award. Estimated completion date is Mar. 31, 2016. One bid was solicited with one received. Work will be performed in West Palm Beach, Fla. and Saudi Arabia. Army Contracting Command, Redstone Arsenal, Ala. is the contracting activity.

Essence Bottling Co., Lubbock, Texas was awarded a $100,000,000 firm-fixed-price contract to deliver bottled water within the United States and overseas. Funding and work performance location will be determined by each order.  Estimated completion date is Mar. 31, 2018. Bids were solicited via the Internet with five received. Army Corps of Engineers, Concord, Mass. is the contracting activity (W912WJ-14-D-0001).

*Four Thirteen, Inc. Texarkana, Texas (W911RQ-14-D-0004); *Blackhawk Milcon LLC, San Antonio, Texas (W911RQ-14-D-0005); *Altec, Inc. Texarkana, Texas (W911RQ-14-D-0006); *PentaCon, LLC, Catoosa, Okla. (W911RQ-14-D-0007); *American Contractor and Technology Inc., Scott, La. (W911RQ-14-D-0008); *Abba Construction, Inc., Jacksonville, Fla. (W911RQ-14-D-0009); *Jireh Group, LLC [dba Blackwood Services], Texarkana, Texas (W911RQ-14-D-0010); *LeeTex Construction, LLC, Dallas, Texas (W911RQ-14-D-0011) was awarded a $48,000,000 firm-fixed price multiple-award, indefinite-delivery/indefinite-quantity contract  for  construction, alteration, repair, rehabilitation of buildings, highways of other real property on Red River Army Depot, Texarkana, Texas. Funding and work performance location will be determined with each order.  Estimated completion date is Dec. 19, 2018. Bids were solicited via the Internet with twenty-four received. Army Contracting Command, Red River Army Depot, Texarkana, Texas is the contracting activity.

L-3 Combat Propulsion System (CPS), Muskegon, Mich. was awarded a $37,641,154 firm-fixed-price contract for 122 Transmission Operational Reliability HMPT 800 horsepower transmissions with required hardware with an option for 58 additional units. Fiscal 2014 other procurement funds in the amount of $5,109,056 were obligated at the time of the award. Estimated completion date is Nov. 30, 2015. One bid was solicited with one received. Work will be performed in Muskegon, Mich. Army Contracting Command, Warren, Mich. is the contracting activity (W56HZV-14-C-0048).

J&J Contractors, Inc., Lowell, Mass. was awarded a $31,687,000 firm-fixed-price contract for  the construction of the Hanscom Middle School, Hanscom Air Force Base Bedford, Mass.  Fiscal 2014 military construction funds in the amount of $31,687,000 were obligated at the time of the award.  Estimated completion date is Mar. 14, 2016.  Bids were solicited via the Internet with five received. Work will be performed in Bedford, Mass. Army Corps of Engineers, Concord, Mass. is the contracting activity (W912WJ-14-C-0007).

STG, Inc., Reston, Va. was awarded a $16,989,443 modification (P00009) to contract W91RUS-13-C-0003 for Non-personal Information technology services and support requirement for the 2nd Signal Center, continental United States - Theater Network Operations and Security Center. Fiscal 2014 operations and maintenance (Army) funds in the amount of $1,578,757 were obligated at the time of the award.  Estimated completion date is June 30, 2014.  One bid was solicited with one received. Work will be performed at Fort Huachuca, Ariz. Army Contracting Command, Fort Huachuca is the contracting activity.

Nordic Industries, Inc., Olivehurst, Calif., was awarded a $12,562,131 firm-fixed-price contract to construct an oxbow bypass in the Napa River, Napa, Calif.  Fiscal 2014 other procurement funds in the amount of $12,562,131 were obligated at the time of the award. Estimated completion date is April 22, 2015. Bids were solicited via the Internet with five received.  Work will be performed in Napa, Calif.  Army Corps of Engineers, Sacramento, Calif. is the contracting activity (W91238-14-C-0002).

Thales Raytheon Systems, Fullerton, Calif. was awarded an $11,890,678 modification (P00017) to contract W31P4Q-13-C-0091 for life cycle contractor support services for the Sentinel radar system. Fiscal 2014 operations and maintenance (Army) funds in the amount of $11,890,678 were obligated at the time of the award. Estimated completion date is Dec. 31, 2014. One bid was solicited with one received. Work will be performed in Fullerton, Calif. Army Contracting Command, Redstone Arsenal, Ala. is the contracting activity.

Wolpert, Inc., Dayton, Ohio was awarded a $9,500,000 firm-fixed price multi-year contract for architectural and engineering services for Army, Air Force, other military and civil works projects primarily within the Great Lakes and Ohio River Division mission boundaries.  Funding and work performance location will be determined by each order.  Estimated completion date is Dec. 12, 2018.  Bids were solicited via the Internet with one received. Army Corps of Engineers, Louisville, Ky. is the contracting activity (W912QR-14-D-0002).

M7 Aerospace LLC, San Antonio, Texas was awarded an $8,560,000 modification (P00116) to contract W58RGZ-09-C-0207 for continued support of total aircraft maintenance, repair, modification, service, logistical support, and management to maintain the worldwide fleet of eleven C-26 aircraft. Fiscal 2014 operations and maintenance (Army) funds in the amount of $8,560,000 were obligated at the time of the award.  One bid was solicited with one received. Work will be performed at Madison Wisc., Columbus Ohio; Otis ANGB Mass. Clarksburg W.Va.; Ft. Belvoir Va.; Raleigh-Durham N.C.; Columbia S.C.; Dobbins ARB Ga.; Little Rock Ark., Buckley ANGB, Col.; Wheeler AFB, Hi.; San Antonio, Texas. Army Contracting Command, Redstone Arsenal, Ala. is the contracting activity

Creative Times Dayschool Inc., doing business as Creative Times Inc., Ogden, Utah was awarded a $6,781,000 firm-fixed-price contract for an addition and alteration to an F-35 hanger at Hill Air Force Base, Utah. Fiscal 2014 military construction funds in the amount of $6,781,000 were obligated at the time of the award. Estimated completion date is April 3, 2015. Bids were solicited via the Internet with four received. Work will be performed at Hill AFB, Utah. Army Corps of Engineers, Los Angeles, Calif. is the contracting activity (W912PL-14-C-0005).

*Small Business
**In HubZone Small Business

Search This Blog

Translate

White House.gov Press Office Feed