Showing posts with label DEFENSE DEPARTMENT CONTRACTS. Show all posts
Showing posts with label DEFENSE DEPARTMENT CONTRACTS. Show all posts

Friday, September 5, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT  
CONTRACTS

NAVY

CDM-AECOM Multimedia Joint Venture, Fairfax, Virginia, is being awarded a maximum amount $85,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for architectural-engineering services involving preparation of studies, plans, specifications, design, reports, cost estimates and all associated engineering services in support of Navy and other Department of Defense environmental compliance programs for Navy, Marine Corps and other Defense Department installations and federal agencies within the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility (AOR) worldwide. The services include petroleum storage tank and assets compliance, oil preparedness and planning compliance, Air Quality and Clean Air Act compliance, Safe Drinking Water Act compliance, Clean Water Act compliance (stormwater), Clean Water Act compliance (wastewater) and waste management. No task orders are being issued at this time. All work on this contract will be performed at various Navy and Marine Corps facilities and other Defense Department installations and federal agencies within the NAVFAC Atlantic AOR world-wide including, but not limited to, California (20 percent); Virginia (20 percent); North Carolina (20 percent); Europe (20 percent); Florida (5 percent); Maryland (5 percent) Washington, District of Columbia (5 percent); and Georgia (5 percent). The term of the contract is not to exceed 60 months with an expected completion date of September 2019. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $10,000 are being obligated on this 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 three proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-14-D-9016).

Lockheed Martin Corp., Littleton, Colorado, is being awarded a $45,000,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for the production, installation and continued sustainment of a General Service, Cross Domain Solution (CDS), Radiant Mercury (RM). RM is a CDS that brokers the exchange of data between different security domains by sanitizing, downgrading, guarding and transliterating formatted data between different security compartment levels. The contract has a five-year ordering period, up to the contract award amount. Work will be performed in Littleton, Colorado, and is expected to be completed by Aug. 31, 2019. No contract funds will be obligated at the time of award. Funds will be obligated as individual delivery orders are placed. No contract funds will expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole source acquisition pursuant to FAR 6.302-1(a)(2) and FAR 6.302-1(a)(2)(ii)(A) and (B). The Space and Navy Warfare Systems Command, San Diego, California, is the contracting activity (N00039-14-D-0013).

Bell Helicopter Textron Inc., Hurst, Texas, is being awarded a $41,776,269 firm-fixed-price contract for the procurement of three UH-1Y flight training devices, one AH-1Z flight training device, aircraft and/or trainer driven revisions, aircraft common operational equipment, provisioned spares, associated technical data required for operational and maintenance support, and three months of initial operation evaluation period for each flight training device. Work will be performed at Broken Arrow, Oklahoma (46 percent); Fort Worth, Texas (33 percent); St. Louis, Missouri (15 percent); and Austin, Texas (6 percent), and is expected to be completed in June 2018. Fiscal 2012 aircraft procurement (Navy Reserve) and 2014 aircraft procurement (Navy) funding in the amount of $41,776,269 is being obligated on this award, $29,120,770 of which will expire at the end of the current fiscal year. The contract was not competitively procured pursuant to FAR 6.302.1. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contract activity (N61340-14-C-1000).
Dawson-Hawaiian Builders I,* Honolulu, Hawaii, is being awarded a $16,231,000 firm-fixed-price contract for the design and construction of a low-rise building for the Third Radio Battalion Complex at Marine Corps Base Hawaii. The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $17,003,000. The complex includes offices for Battalion Headquarters, Headquarters and Service Company, Company A and Company B. The project also provides for classroom and other training spaces and offices, platoon command offices and workspaces, mail room, family readiness and career planning offices, and other workspaces needed to support Third Radio. Work will be performed in Kaneohe, Hawaii, and is expected to be completed by October 2016. Fiscal 2010 and 2014 military construction (Navy) contract funds in the amount of $16,231,000 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 Federal Business Opportunities website, with nine proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-14-C-1310).

Raytheon Co., El Segundo, California, is being awarded $11,403,294 for firm-fixed-price delivery order 7040 under a previously awarded Basic Ordering Agreement (N00383-10-G-005H) for the repair of 288 radar component units consisting of 18 different weapons repairable assemblies used in support of the F/A-18 Active Electronically Scanned Array Radar System. Work will be performed in El Segundo, California; and work is expected to be completed March 27, 2015. Fiscal 2014 Navy working capital funds in the amount of $11,403,294 will be obligated at the time of award and funds will not expire before the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(l). The NAVSUP Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.
Central Texas College, Killeen, Texas, is being awarded a $9,410,083 indefinite-delivery/indefinite-quantity, firm fixed-price task orders contract for the provision of education courses to sailors, both instructor led and distance learning, to include courses for academic skills, undergraduate and graduate levels. The contract will include a one-year base period and four one-year option periods, which if exercised, will bring the amount to $48,898,382. Work will be performed onboard various Navy ships (64 percent); San Diego, California (15 percent); Norfolk, Virginia (15 percent); Mayport, Florida (2 percent); Bremerton/Everett, Washington (2 percent); and Yokosuka, Japan (2 percent), and work is expected to be completed Sept. 30, 2015. If all options are exercised, work will continue through Sept. 30, 2019. Fiscal 2015 operations and maintenance (Navy) in the amount of $10,000 will be obligated at the time of award and will not expire before the end of the current fiscal year. The contract was competitively procured via the Federal Business Opportunities website, with one offer received in response to this solicitation. NAVSUP Fleet Logistics Center, Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-14-D-Z038).

ATAP, Inc., Eastaboga, Alabama, is being awarded an $8,268,000 firm-fixed-price contract for Inspect Repair Only As Necessary (IROAN) of the Mine Resistant Ambush Protected (MRAP) Cougar. Work will be performed in Eastaboga, Alabama, and is expected to be completed September 2015. Fiscal 2014 operations and maintenance (Navy) funds in the amount of $8,268,000 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured via solicitations to the Navy Electronic Commerce Online website, with four proposals received. The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-14-C-0029).

ARMY

Harry Pepper & Associates, Inc., Jacksonville, Florida, was awarded a $44,953,484 firm-fixed-price contract for the demolition and removal of the existing Herbert Hoover Dike culverts 12 and 2, and the construction of new water control structures S-274 and S-278. Fiscal 2014 other funds in the amount of $44,953,484 were obligated at the time of the award. Work will be performed in Clewiston, Florida, with an estimated completion date of Nov. 8, 2019. Bids were solicited via the Internet with two received. U.S. Army Corps of Engineers, Jacksonville, Florida is the contracting activity (W912EP-14-C-0025).

Gilbane Federal, Walnut Creek, California, was awarded a $32,929,672 firm-fixed-price contract for construction of a general purpose warehouse at a defense distribution depot in San Joaquin, California. Fiscal 2014 military construction (Army) funds in the amount of $32,929,672 were obligated at the time of the award. Work will be performed in Stockton, California, with estimated completion date of Nov. 8, 2016. Bids were solicited via the Internet with 14 received. U.S. Army Corps of Engineers, Sacramento, California is the contracting activity (W91238-14-C-0049).

Olgoonik Diversified Services, LLC,* Saint Robert, Missouri, was awarded a $24,000,000 firm-fixed-price contract for a job order for various minor construction projects within the geographical boundaries of the Little Rock District and Southwestern Division Corps of Engineers. Work and funding will be determined with each order, with an estimated completion date of Aug. 31, 2017. Bids were solicited via the Internet with 10 received. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9127S-14-D-0016).

Nova Group, Inc., Underground Construction, Joint Venture, Napa, California, was awarded a $13,407,419 firm-fixed-price contract for fuel island upgrades at Hunter Army Airfield. Fiscal 2011 and fiscal 2013 military construction (Army) funds in the amount of $13,407,419 were obligated at the time of the award. Work will be done at Hunter Army Airfield, Georgia, with estimated completion date of March 15, 2016. Bids were solicited via the Internet with four received. U.S. Army Corps of Engineers, Savannah, Georgia the contracting activity (W912HN-14-C-0011).

Blackhawk enterprise Incorporated*, Waynesboro, Virginia, was awarded a $7,738,213 indefinite-delivery/indefinite-quantity contract to ensure the intelligence production and dissemination software applications and intelligence mission data, technology forecasting, and foreign material management software applications are continually maintained for appropriate security posture. Work and funding will be determined with each order, with an estimated completion date of Sept. 4, 2017. Bids were solicited via the Internet with five received. U.S. Army Intelligence and Security Command Engineers Charlottesville, Virginia is the contracting activity (W911W5-14-D-0001)

STG, Inc., Reston, Virginia, was awarded a $7,561,521 modification (P00004) to contract (W911QX-14-F-0019) for nine months of information technology support services, with an options for two one-month periods. Fiscal 2014 operations and maintenance (Army) funds, and research, development, test and evaluation funds, in the amount of $2,575,160 were obligated at the time of the award. Work will be performed in Adelphi, Maryland, with an estimated completion date of May 31, 2015. Bids were solicited with one received. U.S. Army Contracting Command, Adelphi, Maryland, is the contracting activity.

AIR FORCE

Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a $42,880,040 modification (P00003) to previously awarded contract FA8810-13-C-0001 for dual band telemetry, tracking and communications capability for the Space-Based Infrared System Geosynchronous Earth Orbiting 5-6 space vehicles. Contractor will redesign the interfacing, software, power, thermal, and structures to accommodate the new dual band capable transponder box and cabling. This effort also adds a Unified S-Band uplink frequency and modulation scheme to the existing Space to Ground Link System L-Band uplink capability. Work will be performed at Sunnyvale, California, and is expected to be completed by July 31, 2021. Fiscal 2012 missile procurement funds in the amount of $10,673,074 are being obligated at the time of award. Space and Missile System Center, Los Angeles Air Force Base, California, is the contracting activity.

Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a not-to-exceed $34,721,663 modification (P00270) to previously awarded contract FA8625-11-C-6597 for C-130J Large Aircraft Infrared Countermeasures (LAIRCM) acquisition, integration, and installation. Work will be performed at Marietta, Georgia, and is expected to be completed by Jan. 31, 2019. This contract involves foreign military sales to the government of Australia. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

L-3 Communications-Platform Integration Division, Waco, Texas, has been awarded a $10,092,484 not-to-exceed, undefinitized contract action to provide C-27J aircrew and maintenance training to Australian Air Force personnel. Work will be performed at Waco and Arlington, Texas, and is expected to be completed by Dec. 31, 2017. This contract involves foreign military sales for the government of Australia. This award is the result of a country directed sole-source acquisition. The 338th Specialized Contracting Squadron, Joint Base San Antonio, Randolph Air Force Base, Texas, is the contracting activity (FA3002-14-D-0014).

Sahara Palms, Inc., Fruitland, Utah, has been awarded $7,091,268 firm-fixed price contract for paint bay equipment and renovation. Contractor will procure semi-off-the-shelf equipment and components, merge contractor equipment design with government design and specifications to renovate six existing paint bays to include: supply air fans, heating coils, humidity sections, exhaust fans, environmental controls, motors, and variable frequency drives. Work will be performed at Hill Air Force Base, Utah, and is expected to be completed by Nov. 5, 2015. This award is the result of a competitive acquisition and unlimited offers were solicited; two offers were received. Fiscal 2014 working capital funds in the amount of $7,091,268 are being obligated at the time of award. Air Force Materiel Command, Hill Air Force Base, Utah, is the contracting activity (FA8224-14-C-0063).

DEFENSE LOGISTICS AGENCY

Exelis, Incorporated, Clifton, New Jersey, has been awarded a maximum $15,380,162 cost-plus- fixed-fee contract for form, fit and function replacement of electronic countermeasures sets. This contract was a sole-source acquisition. Location of performance is New Jersey, with a March 3, 2017, performance completion date. Using military service is the Air Force. Type of appropriation is fiscal 2014 through fiscal 2017 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Georgia (SPRWA1-14-C-0006).
*Small business

Wednesday, September 3, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR SEPTEMBER 3, 2014

FROM:  U.S. DEFENSE DEPARTMENT

CONTRACTS

ARMY

Sundt Construction, Inc., Tempe, Arizona, was awarded a $107,899,999 firm-fixed-price, design, bid, and build contract for the replacement of a runway at Little Rock Air Force Base, Arkansas. Fiscal 2014 operations and maintenance (Army) funds in the amount of $107,899,999 were obligated at the time of the award, with an estimated completion date of April 4, 2017. Bids were solicited via the Internet with two received. U.S. Army Corps of Engineers Little Rock, Arkansas, is the contracting activity (W9127S-14-C-6003).

EMLS-Future Net Group JV,* Detroit, Michigan, (W912EK-14-D-0004); RB Construction Company,* Sterling Heights, Michigan, (W912EK-14-D-0006); and SAF, Inc.,* Akron, Ohio, (W912EK-14-D-0007), were awarded a $10,000,000 multiple-award, firm-fixed-price contract for maintenance, including general carpentry to doors, windows, roofing, and gutters. The work is also for moisture and thermal protection and masonry, to include rehabilitation of stone structures. The task order contract covers work in Illinois, Indiana, Iowa, Michigan, Minnesota, Missouri, Ohio and Wisconsin. Work and funding will be determined with each order, with an estimated completion date of Sept. 3, 2019. Bids were solicited via the Internet with seven received. U.S. Army Corps of Engineers, Rock Island, Illinois, is the contracting activity.

Facility Support Services, LLC*, Richmond, Virginia, was awarded a $9,949,500 firm-fixed-price contract to repair Reserve forces operations and training facilities. Fiscal 2014 operations and maintenance (Army) funds and fiscal 2014 other (Army) funds in the amount of $9,949,500 were obligated at the time of the award. Work will be performed in Joint Base Andrews, Maryland, with an estimated completion date of Sept. 19, 2016. Bids were solicited via the Internet with eight received. National Guard Bureau, Washington, District of Columbia, is the contracting activity (W912R1-14-C-0007).

L3 Global Communications Solutions, Inc., Victor, New York, was awarded an $8,402,031 undefinitized contract action for sustainment of the Army’s existing combat services support, for very small aperture terminal transmission systems and satellite communications terminals. Fiscal 2014 operations and maintenance (Army) funds in the amount of $4,200,000 were obligated at the time of the award. Work will be performed in Victor, New York, with estimated completion date of Aug. 28, 2016. Bids were solicited with one received. Army Contract Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-14-C-0057).
Johnson Machine Works,* Inc., Chariton, Iowa, was awarded a $7,875,953 firm-fixed-price contract for major maintenance of the Illinois Waterway Mississippi River and replacement of the La Grange Miter Gate and Tainter Gate. Fiscal 2014 operations and maintenance (Army) funds in the amount of $7,875,953 were obligated at the time of the award. Work will be performed in Morris, Illinois ($1,190,330; 15 percent); Versailles, Illinois ($3,548,803; 45 percent); and Dubuque, Iowa ($3,136,820; (40 percent), with an estimated completion date of Sept. 2, 2016. Bids were solicited via the Internet with three received. U.S. Army Corps of Engineers, Rock Island, Illinois is the contracting activity (W912EK-14-C-0084).

NAVY

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $49,482,902 firm-fixed-price contract for the modification of 500 AGM-65A/B guidance control sections to an AGM-65E2 configuration. Work will be performed in Tucson, Arizona (53 percent); Williamsport, Pennsylvania (31 percent); Orlando, Florida (8 percent); Ontario, Canada (4 percent); Joplin, Missouri (3 percent); and Grass Valley, California (1 percent), and work is expected to be completed in January 2017. Fiscal 2014 weapons procurement (Navy) funding in the amount of $49,482,902 is being obligated on this 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 Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-14-C-0071).

Rolls-Royce Corp., Indianapolis, Indiana, is being awarded a $10,055,878 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) for the procurement of MissionCareTM support for the AE1107C engine, including lower power engine removals and repairs for the V-22 aircraft. Work will be performed in Oakland, California (70 percent), and Indianapolis, Indiana (30 percent), and is expected to be completed in February 2015. Fiscal 2014 operations and maintenance (Navy) funds in the amount of $10,055,878 are being obligated at the time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Leidos, Inc., Reston, Virginia, is being awarded a $6,547,341 cost-plus-fixed-fee contract for innovative research and development in the area of Heterogeneous Networking and Advanced Communication Technologies Development and Demonstration. Work will be performed in Reston, Virginia, and is expected to be completed by February 2017. Fiscal 2014 research, development, test and evaluation (Defense Advanced Research Projects Agency) funds in the amount of $1,512,732 will be obligated at the time of award; these funds will not expire at the end of the current fiscal year. This award is the result of a competitive DARPA broad agency announcement, with 28 offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity (N65236-14-C-2821).

AIR FORCE

Boeing Co., Newark, Ohio, has been awarded a $46,882,260 delivery order on previously awarded contract F42610-99-D-0006-0081 to procure, repair and supply investment material for the Intercontinental Ballistic Missile NS-50 Missile Guidance Set under the Boeing Guidance Repair Center contract. Work will be performed at Newark, Ohio, and is expected to be complete by Sept. 27, 2015. Fiscal 2014 funds in the amount of $17,668,874 are being obligated at the time of award. Ogden Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity.

Space Coast Launch Services, Patrick Air Force Base, Florida, has been awarded a $36,328,456 modification (P00189) on previously awarded contract FA2521-05-C-0008 to exercise an option. Contractor will provide operations, maintenance and engineering support to critical launch, spacecraft and ordnance facilities and support systems owned by the 45th Space Wing. These facilities and systems are vital to the support of Department of Defense, civil and commercial space launch processing at Cape Canaveral Air Force Station, Florida. The Launch Operations Support Contract contractor is responsible for planning and executing all preventive and corrective maintenance and performing configuration changes to LOSC facilities and systems necessary to achieve the greatest operational availability for mission support. Work will be performed at Patrick Air Force Base, Florida, and is expected to be completed by Sept. 30, 2015. No funds are being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity.

Harris IT Services Corp., Dulles, Virginia, has been awarded an $8,207,316 modification (MG0620) to previously awarded contract FA8771-04-D-0003 for network support services. Work will be performed at Los Angeles Air Force Base, California, and is expected to be completed by Aug. 31, 2015. This award is the result of a sole-source acquisition. Fiscal 2014 other procurement; missile procurement; operations and maintenance and research, development, test and evaluation funds in the amount of $2,045,133 are being obligated at the time of award. Space and Missile Systems Center Contracting Directorate, Los Angeles Air Force Base, California, is the contracting activity.

MISSILE DEFENSE AGENCY

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, has been awarded a $10,330,015 cost-plus-fixed-fee modification to previously awarded contract HQ0276-10-C-0003 for test and engineering support for the Aegis Ashore program. This modification brings the total cumulative face value of the contract to $347,727,974 from $337,397,959. Work will be performed at Moorestown, New Jersey; San Diego, California; Kekaha, Hawaii; and Deveselu, Romania, with an expected completion date of Dec. 31, 2015. Fiscal 2014 and 2015 research, development, test and evaluation funds will be used to fund this effort. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

U.S. TRANSPORTATION COMMAND

Marine Terminals Corporation-East, Savannah, Georgia, was awarded an estimated $6,561,822 modification (P00013), extending the period of performance on previously awarded contract W81GYE-10-D-0002 for stevedoring and related terminal services. This is a fixed-price, indefinite-delivery/indefinite-quantity contract. Work will be performed at the Military Ocean Terminal Sunny Point, North Carolina, with a Feb. 28, 2015, performance completion date. The modification brings the total cumulative face value of the contract to $62,923,529 from $56,361,707. Fiscal 2014 funds will be obligated on individual task orders in the amount of $6,561,822. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

Tuesday, September 2, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
ARMY
Science Application International Corporation,* McLean, Virginia (W91CRB-11-D-0001); Battelle Memorial Institute,* Columbus, Ohio (W91CRB-11-D-0002); Booz Allen Hamilton, McLean,Virginia (W91CRB-11-D-0003); Exelis Inc., Alexandria, Virginia (W91CRB-11-D-0004); Northrop Grumman Systems Corporation, Herndon, Virginia (W91CRB-11-D-0005); Wintec Arrowmaker, Inc.,* Washington, Maryland (W91CRB-11-D-0006); and Technical and Project Engineering, LLC, Alexandria, Virginia (W91CRB-11-D-0007), were awarded a $150,000,000 cost-plus-fixed-fee modification to increase the contract ceiling for a previously awarded multiple award, indefinite-delivery/indefinite-quantity contract to support the Army Research Lab’s increased mission requirements; this is the third award and raises the contract ceiling to $630,000,000. Work and funding will be determined with each order, with an estimated completion date of Dec. 6, 2015. Army Contracting Command, Triangle Park, North Carolina, is the contracting activity.
Watts Constructors, LLC., Honolulu, Hawaii, was awarded a $38,914,500 firm-fixed-price contract for a satellite communications earth terminal station facility. Fiscal 2014 military construction (Army) funds in the amount of $38,914,500 were obligated at the time of the award. Work will be performed in San Miguel, California, with an estimated completion date of June 27, 2016. Bids were solicited via the Internet with six received. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W9128-14-C-0040).
The University of Alabama in Huntsville, Alabama, was awarded a $12,102,856 modification (P00013) for engineering services to support the engineering directorate on the work statement Advanced Weapon System and Manufacturing Technologies. Work and funding will be determined with each order, with an estimated completion date of Jan. 8, 2015. Bids were solicited and one received. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-12-D-0011).
HDR Engineering, Inc., Claremont, California, was awarded a $9,999,900 indefinite-delivery/indefinite-quantity contract for cathodic protection and corrosion control, at various locations worldwide. This contract awards a one year cathodic protection plan with options for up to two additional periods. Work and funding will be determined with each order, with an estimated completion date of Sept. 1, 2017. Bids were solicited via the Internet with six received. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-14-D-0023).
Bristol Engineering Services Corporation,* Anchorage, Alaska (W912DW-13-D-1015); Cherokee General Corporation,* Federal Way, Washington (W912DW-13-D-1016); CKY, Inc.,* San Pedro, California (W912DW-13-D-1017); Macro-Z-Technology,* Santa Ana, California (W912DW-13-D-1018); and Nordic Industries, Inc.,* Olivehurst, California (W912DW-13-D-1019), were awarded a $9,800,000 modification number (P0001) to exercise option period one on a multiple award task order contract for design-build and horizontal construction work. This work will be performed for the U.S. Army Corps of Engineers, Seattle district, including Washington, Oregon, Idaho, Montana and Northwestern division boundaries. Work and funding will be determined with each order, with an estimated completion date of Sept. 4, 2015. U.S. Army Corps of Engineers Seattle, Washington, is the contracting activity.
BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded a $9,653,246 modification (P00547) to contract DAAA09-98-E-0006 for a facility use contract requirement for installation of additional anoxic treatment capacity in Building 221, Phase 1. Fiscal 2014 (other) Army funds in the amount of $9,653,246 were obligated at the time of the award. Work will be performed in Kingsport, Tennessee, with an estimated completion date of May 31, 2017. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.
Heeter*, Spencer, West Virginia was awarded $9,620,766 modification (P00004) to contract W91237-12-C-0006 to exercise option seven for Bluestone Dam safety assurance- Phase 4, anchors, Hinton, West Virginia. This contract will involve the installation of 278 anchors in Bluestone Dam. Fiscal 2014 (other) Army funds in the amount of $9,620,766 were obligated at the time of the award. Work will be performed in Hinton, West Virginia, with an estimated completion of Oct. 16, 2019. Bids were solicited via the Internet with three received. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity.
A-T Solutions, Inc, Fredericksburg, Virginia, was awarded a $9,016,253 modification (P00005) to contract W911QX-12-C-0174 for freedom of maneuver for the Afghan national security forces programs. These programs will develop and assess a spiral development and prototyping approach to expedite integration of technical and operational information. These programs will also integrate tactical training and technologies for host nation forces that support counter-improvised explosive devices operations in Afghanistan. Fiscal 2013 (other) Army funds in the amount of $9,016,253 were obligated at the time of the award. Work will be performed in Afghanistan ($7,573,652; 84 percent) and Fredericksburg, Virginia ($1,442,600; 16 percent), with an estimated completion date of March 29, 2015. Army Contracting Command, Adelphi, Maryland, is the contracting activity. 
DEFENSE LOGISTICS AGENCY
Propper International, Inc., Mayaguez, Puerto Rico, has been awarded a maximum $124,470,982 modification (P00107) exercising the first option period on a one-year base contract (SPM1C1-13-D-1062), with two one-year option periods. This is a firm-fixed-price contract for modular lightweight load carrying equipment. Location of performance is Puerto Rico with a Sept. 5, 2015, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
NAVY
AH/BC NAVY JV, LLC, Newport News, Virginia, is being awarded a maximum amount $50,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for architectural and engineering services for Safe Drinking Water Act and Clean Water Act Environmental Compliance Engineering Support for Navy, Marine Corps and other Department of Defense installations and federal agencies within the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility (AOR) world-wide. Task order 0001 is being awarded at $116,802 for Water Purveyor Drinking Systems Source and Produced Water Surface Water Treatment Rules Monitoring Gap Analysis at Naval Support Activity Naples, Italy. Work on this task order is expected to be completed by December 2015. All work on this contract will be performed at various Navy and Marine Corps facilities and other defense installations and federal agencies within the NAVFAC Atlantic AOR world-wide including, but not limited to, California (25 percent), Europe (20 percent), Southwest Asia (10 percent), Virginia (10 percent), North Carolina (10 percent), Florida (10 percent), North Africa (5 percent), Washington, District of Columbia (5 percent), and Maryland (5 percent). The term of the contract is not to exceed 60 months, with an expected completion date of September 2019. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $116,802 are obligated on this 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 six proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-14-D-9022).
Lockheed Martin Mission Systems & Training, Owego, New York, is being awarded $8,879,035 for delivery order 4001 against a previously issued Basic Ordering Agreement (N00019-14-G-0019) for non-recurring efforts for software modifications required for MH-60 Terrain Awareness Warning System (TAWS II) and Automatic Dependent Surveillance – Broadcast enhancements, including integration of the TAWS II software into the 2018 product line. These services are in support of the U.S. Navy and the governments of Australia and Denmark. Work will be performed in Owego, New York, and is expected to be completed in October 2017. Fiscal 2014 research, development, test and evaluation (Navy), 2014 aircraft procurement (Navy) and foreign military sales funds in the amount of $8,353,021 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy ($8,395,805; 95 percent); and the governments of Denmark ($392,585; 4 percent); and Australia ($90,645; 1 percent) under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Total Concepts of Design Inc., Scottsburg, Indiana, is being awarded a $6,762,400 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for MK 3 MOD 0 and MK 12 MOD 1 metal material handling pallets used to transport different types of munitions in support of U.S. Navy and U.S. Army mission requirements. Work will be performed in Scottsburg, Indiana, and is expected to be completed by September 2019. Fiscal 2012 procurement of ammunition (Navy and Marine Corps) and fiscal 2014 ammunition procurement (Army) contract funds in the amount of $91,461 will be obligated at the time of contract award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-14-D-JR05).
AIR FORCE
Lockheed Martin Aeronautics Company, Marietta, Georgia, has been awarded a $9,519,633 fixed-price modification (P00257) on existing contract FA8625-07-C-6471 for the C-5 Reliability Enhancement and Re-engining program. The contract modification is for the supply of the C-5 RERP Lot 7 readiness spares package. Fiscal 2012 aircraft procurement funds in the amount of $9,519,633 are being obligated at time of award. Work will be performed at Marietta, Georgia, and is expected to be completed by January 2017. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio is the contracting activity.
MISSILE DEFENSE AGENCY
Raytheon Integrated Defense Systems of Woburn, Massachusetts is being awarded a $53,252,500 contract modification (P00023) to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (HQ0147-12-C-0006). This contract modification is for the production of an ANTPY-2 Float Cooling Equipment Unit #2, Float Electronic Equipment Unit #2, Spares, Reliability Improvements, and Mission Assurance. Work will be performed in Woburn, Massachusetts with an expected completion date of December 2016. Fiscal 2014 procurement funds in the amount of $53,252,500 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama is the contracting activity.

*Small business
   

Thursday, August 21, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR AUGUST 21, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
ARMY
Boh Bros. Construction Co., LLC, New Orleans, Louisiana, was awarded an $116,956,672 firm-fixed-price contract with options for the Southeast Louisiana Urban Flood Control Project’s widening of the Florida Avenue Canal, Phase II and III, Orleans Parish, Louisiana. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Oct. 15, 2018. Bids were solicited via the Internet, with six received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $116,956,672 are being obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-14-C-0049).
ImSAR LLC,* Springville, Utah, was awarded a $98,971,746 cost-plus-fixed-fee contract for research and development, rapid advancement and integration of small aperture radars on small unmanned aerial systems. Funding and work location will be determined with each order, with an estimated completion date of Aug. 20, 2019. One bid was solicited, with one received. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-14-D-0007).
Nova Technologies,* Panama City, Florida, was awarded a $55,000,000 modification (P00007) to contract W900KK-12-D-0005 for modification of the fire training system for simulated battlefield training of fire support specialists, joint fire observers and soldiers at the institutional and unit level. Funding and work location will be determined with each order. Estimated completion date is Aug. 14, 2017. Army PEO Simulation, Training, and Instrumentation, Orlando, Florida, is the contracting activity.
Northrop Grumman Systems Corp., Rolling Meadows, Illinois, was awarded a $10,006,600 modification (P00019) to contract W58RGZ-12-C-0046 for sole source modification for limited scope services to provide additional development and testing of the current Common Infrared Countermeasure Technology Development phase system. Fiscal 2014 research, development, test and evaluation funds in the amount of $10,006,600 were obligated at the time of the award. Estimated completion date is March 14, 2015. Work will be performed in Rolling Meadows, Illinois. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, was awarded an $8,005,521 modification (P00018) to contract W58RGZ-12-C-0045 for limited scope services to provide additional development and testing of the current Common Infrared Countermeasure Technology Development phase system. Fiscal 2014 research, development, test and evaluation funds in the amount of $8,005,521 were obligated at the time of the award. Estimated completion date is March 14, 2015. Work will be performed in Nashua, New Hampshire. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
MACKNAK Korte Group*, Lakewood, Washington, was awarded a $7,143,462 firm-fixed-price contract for design and construction of the air support operations center expansion. Work will be performed at Fort Campbell, Kentucky, with an estimated completion date of Feb. 29, 2016. Bids were solicited via the Internet, with 26 received. Fiscal 2014 military construction funds in the amount of $7,143,462 are being obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-14-C-0027).
NAVY
Honeywell Technology Solutions Inc., Jacksonville, Florida, is being awarded a $71,979,673 modification (P00031) to a previously awarded contract (M67004-09-D-0020) to exercise option year six for prepositioning and Marine Corps logistics support services for Blount Island Command. Work will be performed at the Blount Island Command in Jacksonville, Florida (85 percent); aboard 12 maritime prepositioning ships (12 percent); six locations in Norway (2 percent); and one location in Kuwait (1 percent). Work for this modification is expected to be completed Sept. 30, 2015. No funds will be obligated at the time of award. U. S. Marine Corps, Blount Island Command, Jacksonville, Florida, is the contracting activity.
Northrop Grumman Systems Corp., Airborne Early Warning & Electronic Warfare Systems, Bethpage, New York, is being awarded $47,596,436 for cost-plus-fixed-fee delivery order 0055 against a previously issued Basic Ordering Agreement (N00019-10-G-0004) for non-recurring engineering and development of five French E-2C compatible AN/ALQ-217 electronic support measures units for the government of France under the Foreign Military Sales program. In addition, this delivery order includes hardware and software modifications required for compatibility with the French E-2C aircraft, modification kits, aircrew and maintenance training, publications, post-installation ground and flight testing, and technical data. Work will be performed in Owego, New York (43 percent); Melbourne, Florida (40 percent); Cuers, France (9 percent); Dayton, Ohio (4 percent); Norfolk, Virginia (2 percent); Rolling Meadows, Illinois (1 percent); and Redwood City, California (1 percent), and is expected to be completed in December 2018. FMS funds in the amount of $37,461,976 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, Maryland, is the contracting activity.
Raydar Inc., Odon, Indiana, is being awarded a $25,973,375 firm-fixed-price, indefinite-delivery/ indefinite-quantity contract for vehicular automated diagnostic systems (VADS). The VADS allows trouble shooting to be performed on a wide variety of U.S. Marine Corps vehicles. Work will be performed in Odon, Indiana, and is expected to be completed by August 2019. Fiscal 2014 procurement (Marine Corps) funds in the amount of $2,655,135 will be obligated at time of contract award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with five offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-14-D-JS20).
American Rheinmetall Munitions Inc., Stafford, Virginia, is being awarded a $16,783,613 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for multi-bang, flash bang grenades in support of the U.S. Special Operations Command. Multi-bang, flash bang grenades are sound and flash devices that produce an intense light and sound display used as non-lethal means to distract and disorient in hostile environments that require less than lethal force. Work will be performed in Trittau, Germany, and is expected to be completed by August 2019. Fiscal 2014 research, development, test and evaluation funds in the amount of $461,318 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with five offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-14-D-JR04).
L-3 Communications Corp., Link Simulation & Training Division, Arlington, Texas, is being awarded $15,548,954 for cost-plus-fixed-fee, firm-fixed-price delivery order 0005 against a previously issued Basic Ordering Agreement (N61340-12-G-0001) for the procurement of 25 system configuration sets, Navy Aviation Simulation Master Plans, Next Generation Threat System upgrades and 25 liquid crystal display spare kits in support of the F/A-18 Tactical Operational Flight Trainer Suites. Work will be performed in Naval Air Station Oceana, Virginia (25 percent); Naval Air Station Lemoore, California (15 percent); Marine Corps Air Station Miramar, California (15 percent); Marine Corps Air Station Beaufort, South Carolina (15 percent); Marine Corps Air Station Iwakuni, Japan (10 percent); Joint Reserve Base New Orleans, Louisiana (10 percent); and Joint Reserve Base Fort Worth, Texas (10 percent), and is expected to be completed in August 2016. Fiscal 2013 and 2014 aircraft procurement (Navy) funds in the amount of $15,548,954 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.
IntelliSolutions, Inc.,* San Diego, California, is being awarded a $13,689,953 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide engineering support services for standards engineering and analysis, test support, configuration management, architecture engineering and analysis services, fleet support engineering services, and Network Design Facility operation to ensure interfacing Navy, joint service, and allied nations air, surface, subsurface and land command, control, communications, computers and intelligence, surveillance, and reconnaissance systems are interoperable. This is one of three contracts awarded; each awardee will have the opportunity to compete for task orders during the ordering period. This five-year contract includes a three-year base period followed by a two-year option period, which, if exercised, would bring the potential value of this contract to $23,241,504. Work will be performed in San Diego, California (94 percent), and Philadelphia, Pennsylvania (6 percent); work is expected to be completed Aug. 20, 2017. With all options exercised, work will continue through August 2019. No fiscal 2014 funding is currently associated with this award. Funding will be obligated via task orders beginning in fiscal 2015. The types of funding to be obligated include aircraft procurement (Navy); ship construction (Navy); operations and maintenance (Navy); research, development, test and evaluation; foreign military sales, and Navy working capital fund. This contract was competitively procured via 100 percent Small Business Set-Aside solicitation via publication on the Federal Business Opportunities and the SPAWAR e-Commerce Central websites. Five proposals were received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-14-D-0041).
Tactical Engineering & Analysis, Inc.,* San Diego, California, is being awarded a $13,411,718 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide engineering support services for standards engineering and analysis, test support, configuration management, architecture engineering and analysis services, fleet support engineering services, and Network Design Facility operation to ensure interfacing Navy, joint service, and allied nations air, surface, subsurface and land command, control, communications, computers and intelligence, surveillance, and reconnaissance systems are interoperable. This is one of three contracts awarded; each awardee will have the opportunity to compete for task orders during the ordering period. This five-year contract includes a three-year base period followed by one two-year option period, which, if exercised, would bring the potential value of this contract to $22,592,386. Work will be performed in San Diego, California (94 percent), and Philadelphia, Pennsylvania (6 percent); work is expected to be completed Aug. 20, 2017. With all options exercised, work will continue through August 2019. No fiscal 2014 funding is currently associated with this award. Funding will be obligated via task orders beginning in fiscal 2015. The types of funding to be obligated include aircraft procurement (Navy); ship construction (Navy); operations and maintenance (Navy); research, development, test and evaluation; foreign military sales, and Navy working capital fund. This contract was competitively procured via 100 percent Small Business Set-Aside solicitation via publication on the Federal Business Opportunities and the SPAWAR e-Commerce Central websites. Five proposals were received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California is the contracting activity (N66001-14-D-0042).
Data Intelligence LLC,* Marlton, New Jersey, is being awarded a $12,958,772 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract to provide engineering support services for standards engineering and analysis, test support, configuration management, architecture engineering and analysis services, fleet support engineering services, and Network Design Facility operation to ensure interfacing Navy, joint service, and allied nations air, surface, subsurface and land command, control, communications, computers and intelligence, surveillance, and reconnaissance systems are interoperable. This is one of three contracts awarded; each awardee will have the opportunity to compete for task orders during the ordering period. This five-year contract includes a three-year base period followed by one two-year option period, which, if exercised, would bring the potential value of this contract to $21,961,954. Work will be performed in San Diego, California (64 percent); Marlton, New Jersey (30 percent); and Philadelphia, Pennsylvania (6 percent); work is expected to be completed Aug. 20, 2017. With all options exercised, work will continue through August 2019. No fiscal 2014 funding is currently associated with this award. Funding will be obligated via task orders beginning in fiscal 2015. The types of funding to be obligated include aircraft procurement (Navy); ship construction (Navy); operations and maintenance (Navy); research, development, test and evaluation; foreign military sales, and Navy working capital fund. This contract was competitively procured via 100% Small Business Set-Aside solicitation via publication on the Federal Business Opportunities and the SPAWAR e-Commerce Central websites. Five proposals were received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-14-D-0040).
Choctaw Manufacturing Defense Contractor,* McAlester, Oklahoma, is being awarded $10,757,625 for firm-fixed price delivery order 0015 under an a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-09-D-5024), for the procurement of 500 Medium Tactical Vehicle Replacement (MTVR) modular production trailers (MPT) and water dispensing systems to support and fill the needs of the U.S. Marine Corps. The MTVR MPT will be employed throughout all elements of the Marine Air-Ground Task Force as well as being forward deployed through the Maritime Prepositioned Force. Work will be performed in McAlester, Oklahoma, and is expected to be completed by March 31, 2016. Fiscal 2012 procurement Marine Corps overseas contingency operations funds in the amount of $10,607,018 will be obligated at the time of award, and will expire at the end of this current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(5). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.
AIR FORCE
Rockwell Collins, Inc. Cedar Rapids, Iowa, has been awarded a $35,364,765 modification (P00027) to a firm-fixed-price contract (FA8106-11-C-0006) for KC-10 Communication Navigation Surveillance/Air Traffic Management (CNS/ATM) kits and installs. The total cumulative face value of the contract is $114,485,428. This modification provides for the exercise of an option for Group A and B kits and installation for 27 KC-10 aircraft. Work will be performed at Oklahoma City, Oklahoma; Cedar Rapids, Iowa; and Atlanta, Georgia, and is expected to be completed by November 2015. Fiscal 2014 aircraft procurement funds in the amount of $35,364,765 are being obligated at time of award. Air Force Life Cycle Management Center/WKDK, Tinker Air Force Base, Oklahoma, is the contracting activity. 
Alion Science and Technology Corp., Burr Ridge, Illinois, has been awarded a $25,172,296 cost-plus-fixed-fee delivery order (0082) on the AMMTIAC indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, sole-source (FA4600-06-D-0003) for technical analysis, logistics and sustainment for Headquarters U. S. Marine Corps. AMMTIAC shall provide research and development, engineering analysis, technical and operational evaluations, and systems engineering for programs designated by the U.S. Marine Corps. The work will be performed at Mount Arlington, New Jersey, and is expected to be completed by Dec. 29, 2016. Fiscal 2014 Marine Corps operations and maintenance funds in the amount of $50,000 are being obligated at time of award. Air Force Installation Contracting Agency/KD, Offutt Air Force Base, Nebraska, is the contracting activity.
Crash Rescue Equipment Service, Inc.,* Dallas, Texas, has been awarded an estimated $11,330,244 indefinite-delivery requirements contract for the fire truck overhaul and repair. Work will be performed in Dallas, Texas, and is expected to be completed by Aug. 19, 2015. This award is the result of a competitive acquisition; multiple offers were solicited and four offers were received. No operations and maintenance funds are being obligated at time of award. The contracting activity is Air Force Life Cycle Management Center/WNKBBA, Robins Air Force Base, Georgia (FA8519-14-D-0004).
*Small business 

Tuesday, August 19, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
DEFENSE LOGISTICS AGENCY
Sysco Raleigh, Selma, North Carolina, has been awarded a maximum $281,250,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support. This contract was a competitive acquisition, and five offers were received. This is a two-year base contract, with one one-year option and one two-year option periods. Location of performance is North Carolina, with a July 16, 2016, 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, Pennsylvania (SPE300-14-D-3030).
NAVY
Data Link Solutions, LLC, Cedar Rapids, Iowa, is being awarded a $124,326,550 modification under a previously awarded multiple award contract (N00039-10-D-0031) increasing the scope authorized to perform all of the necessary design and development work required to bring Tactical Targeting Network Technology (TTNT) capability to the Multifunctional Information Distribution System (MIDS) Joint Tactical Radio System (JTRS) terminal and to achieve a successful critical design review. MIDS JTRS is a pre-planned product improvement replacement, transforming the MIDS low volume terminal into a four-channel, software- communications architecture-compliant JTRS terminal, while maintaining current Link-16 and tactical air navigation capability. TTNT will significantly increase operational Link-16 networks’ capacities, improve network performance, and provide more capable and flexible Link-16 network designs for the warfighter. Work will be performed in Wayne, New Jersey (30 percent), and Cedar Rapids, Iowa (70 percent), and is expected to be completed by Aug. 19, 2017. Fiscal 2014 research, development, test and evaluation funds in the amount of $11,600,000 will be placed on contract and obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.
ViaSat, Inc., Carlsbad, California, is being awarded a $72,673,450 modification under a previously awarded multiple award contract (N00039-10-D-0032) increasing the scope authorized to perform all of the necessary design and development work required to bring tactical targeting network technology (TTNT) capability to the Multifunctional Information Distribution System (MIDS) Joint Tactical Radio System (JTRS) Terminal for a successful critical design review. MIDS JTRS is a pre-planned product improvement replacement that transforms the MIDS low volume terminal into a four-channel, software-communications architecture-compliant JTRS terminal, while maintaining current Link-16 and tactical air navigation capability. TTNT will significantly increase operational Link-16 networks’ capacities, improve network performance, and provide more capable and flexible Link-16 network designs for the warfighter. Work will be performed in Carlsbad, California, and is expected to be completed by Aug. 19, 2017. Fiscal 2014 research, development, test and evaluation funds in the amount of $11,600,000 will be placed on contract and obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.
Epsilon Systems Solutions Inc.,* San Diego, California, is being issued a $16,063,920 cost-plus-fixed-fee, cost-reimbursement contract to provide intermediate-level support to the Southwest Regional Maintenance Center in San Diego, California. The contract will provide professional and engineering support services, to include support to the product family departments in the areas of production operations, corrosion control, engines, machine, combat systems, production control, and offsite repair. This contract includes options which, if exercised, will bring the cumulative value of this contract to $84,979,741. Work will be performed in San Diego, California, and is expected to be completed by August 2019. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $16,063,920 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity (N55236-14-C-0014).
ARMY
Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $30,351,927 modification (P00072) to foreign military sales contract (Saudi Arabia) W58RGZ-12-C-0008 for 12 UH-60M Black Hawk helicopters for the Saudi Arabian National Guard. Fiscal 2014 other procurement (Army) funds in the amount of $30,351,927 were obligated at the time of the award. Estimated completion date is Aug. 31, 2017. Work will be performed in Jupiter, Florida, and Stratford, Connecticut. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
General Dynamics Ordnance Tactical Systems, Scranton, Pennsylvania, was awarded an $8,420,783 firm-fixed-price contract for 23,960 M1 high fragmentation artillery shells. Work will be performed in Scranton, Pennsylvania, with an estimated completion date of Dec. 31, 2014. One bid was solicited with one received. Fiscal 2013 other procurement funds (Army) in the amount of $8,420,783 are being obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-14-C-0051).

AIR FORCE
Lockheed Martin Information Systems & Global Services, Colorado Springs, Colorado, has been awarded a $24,191,749 modification (P00313) exercising an option to contract F19628-00-C-0019 to support critical mission operations for North American Aerospace Defense Command’s Cheyenne Mountain Complex/Integrated Tactical Warning/Attack Assessment (NCMC/ITWAA) in support of air, missile and space defense for the national command authority. This sustainment effort encompasses operations, maintenance and support to maintain mission integrity for the target system architecture systems at Cheyenne Mountain Air Force Station Colorado, the Alternate Mission Command Center, and forward user and sensor sites, as well as maintenance of legacy systems at the Peterson Air Force Base, Colorado; Test Development Facility, Space Training System and Joint Space Operations at Vandenberg Air Force Base, California; and the Integrated Space Command and Control Test and Integration Lab in Colorado Springs, Colorado. Also included is the 721st Cheyenne Mountain Communications Squadron (A-76) support. Work will be performed at Colorado Springs, Colorado, and Vandenberg Air Force Base, California, and is expected to be completed by Sept. 29, 2015. Fiscal 2014 operations and maintenance funds in the amount of $24,191,749 will be obligated at time of award. Air Force Life Cycle Management Center/HBQK, Peterson Air Force Base, Colorado, is the contracting activity.
Trailboss Enterprises, Inc.,* Anchorage, Alaska, has been awarded a $17,963,792 (two-month transition and base year) for forward operating location (FOL) base operation support services at FOL-Curacao. The contractor will be responsible for program management and mission support, including aircraft support equipment/servicing; maintenance and repair of all government furnished property and facilities while meeting environmental compliance requirements; civil engineering support for facility sustainment, restoration, and maintenance, fire protection, utilities, environmental, and operations; communications support of network infrastructure, wireless systems, transmissions, information, and planning; logistics support of vehicle operations, fuels, supply chain and traffic management; services support of lodging and custodial; and operations support; airfield management; airfield operations and management. Work will be performed at FOL-Curacao, and the base period is expected to be completed by Oct. 31, 2015. This award is the result of a competitive, small business set aside. The solicitation was posted on Federal Business Opportunities website and 10 offers were received. Fiscal 2015 operations and maintenance funds will fund the base year by subsequent modification released on or about Oct. 1, 2014. Headquarters Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-14-C-0012)
Jacobs Technology Inc., Bedford, Massachusetts, has been awarded a $11,514,275 cost-plus-fixed-fee and cost-reimbursable contract modification (P00006) for FA8721-14-C-0017 to provide engineering and technology acquisition 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, Massachusetts; Lackland Air Force Base, Texas; Langley Air Force Base, Virginia; Peterson Air Force Base, Colorado; Randolph Air Force Base, Texas; Wright-Patterson Air Force Base, Ohio; and Gunter Annex, Alabama, and is expected to be completed by April 30, 2015. This award is the result of a sole source acquisition. Fiscal 2014 operations and maintenance, and research and development funding, including both Air Force and Department of Defense funds in the amount of $1,385,521 will be obligated at time of award. Air Force Life Cycle Management Center/PZM, Hanscom Air Force Base, Massachusetts, is the contracting activity.
NEXGEN Communications LLC, Dulles, Virginia, has been awarded an $8,432,040 cost-plus-fixed-fee completion contract for Miniaturized Receiver Transmitter (mRXTX) Prototype Modules. Contractor will develop and demonstrate a miniaturized Radio Frequency (RF) transmit/receive module to support Computational Leverage Against Surveillance Systems (CLASS) requirements. The CLASS program requires an integrated transmit and receive module capable of performing wideband self-filtering for frequency division duplexing with high dynamic range and efficiency, which this effort will provide. The scope of this effort encompasses the innovation, design, assembly and assessment of a miniaturized RF transmit/receive module. The fabrication of the receive module, and then the integration of transmit and receive modules, will be performed. Each module/assembly will be thoroughly tested and reported. Work will be performed at Palm Harbor, Florida, and is expected to be completed by Feb. 19, 2016. This award is the result of a competitive acquisition, and seven offers were received. Fiscal 2014 research, development, test and evaluation funds in the amount of $4,132,670 are being obligated at time of award. Air Force Research Laboratory/RIKD, Rome, New York, is the contracting activity (FA8750-14-C-0123).
*Small business
 

Monday, August 18, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR AUGUST 18, 2014

FROM:  U.S. DEFENSE DEPARTMENT
CONTRACTS

ARMY
Whiting-Turner Contracting Co., Baltimore, Maryland (W91278-14-D-0088); Robins & Morton Group, Birmingham, Alabama (W91278-14-D-0089); Turner Construction Co., New York, New York (W91278-14-D-0090); United Excel Corp., Shawnee Mission, Kansas (W91278-14-D-0091); John J. Kirlin Special Projects, LLC, Rockville, Maryland (W91278-14-D-0092); and DMCA, Inc., Arlington, Texas (W91278-14-D-0093), were awarded a $49,000,000 firm-fixed-price, multiyear, indefinite-delivery/indefinite-quantity multiple award task order contract for healthcare and laboratory facility repair and construction for the U.S. Army Medical Research and Materiel Command. Funding and work location will be determined with each order, with an estimated completion date of Aug. 18, 2017. Bids were solicited via the Internet with 14 received. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, was awarded a $34,666,402 modification (P00054) to contract W15P7T-11-C-H267 for continued operations and sustainment of the Vehicle and Dismount Exploitation Radar currently deployed in theater. Fiscal 2014 operations and maintenance (Army) funds in the amount of $16,296,359 were obligated at the time of the award. Estimated completion date is Dec. 31, 2014. Work will be performed in Linthicum Heights, Maryland; Hagerstown, Maryland; and Afghanistan. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

L-3 Fuzing and Ordinance System, Cincinnati, Ohio, was awarded a $22,250,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with options for Fuze Munition Unit 160 A/B fuses. Funding and work location will be determined with each order, with an estimated completion date of Aug. 13, 2019. Bids were solicited via the Internet with one received. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-14-D-0093).

Security Construction Services, Inc.,* Hudson, Massachusetts (W912TF-14-D-0500); Meridian Construction Corp.,* Gilford, New Hampshire (W912TF-14-D-0501); J.C.N. Construction Co., Inc.,* Manchester, New Hampshire (W912TF-14-D-0502); Ironclad Services, Inc.,* Springfield, Massachusetts (W912TF-14-D-0503); CCB, Inc.,* Westbrook, Maine (W912TF-14-D-0504); CPM Constructors, Freeport, Maine (W912TF-14-D-0505); Maron Construction Co., Inc.,* Providence, Rhode Island (W912TF-14-D-0506); Cornerstone Construction Services, LLC,* Woburn, Massachusetts (W912TF-14-D-0507); Turnstone Corp.,* Milford, New Hampshire (W912TF-14-D-0508); Classic Site Solutions, Inc.,* Springfield, Massachusetts (W912TF-14-D-0509); Ricci Construction Co. Inc.,* Portsmouth, New Hampshire (W912TF-14-D-0510); CMGC Catamount LLC,* Bedford, New Hampshire (W912TF-14-D-0511); Aulson Co. Inc.,* Methuen, Massachusetts (W912TF-14-D-0512); Cutter Enterprises, LLC,* Vernon Rockville, Connecticut (W912TF-4-D-0513); and Benaka Inc.,* New Brunswick, New Jersey (W912TF-14-D-0514), were each awarded a $10,000,000 firm-fixed-price, indefinite- delivery/indefinite-quantity contract for sustainment/repair and maintenance, and military construction projects of various size and value for the National Guard, Pease Air National Guard Base, Concord Military Reservation, and all armories throughout New Hampshire. Funding and work location will be determined with each order, with an estimated completion date of Aug. 12, 2019. Bids were solicited via the Internet with 20 received. National Guard Bureau, Concord, New Hampshire, is the contracting activity.
NAVY
The Boeing Co., Seattle, Washington, is being awarded a $30,385,333 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0112) for the development of a structural repair manual in support of the P-8A Poseidon Multi-mission Maritime Aircraft. Work will be performed in Seattle, Washington, and is expected to be completed in November 2018. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $30,385,333 will be obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

General Dynamics Advanced Information Systems, Fairfax, Virginia, is being awarded a not-to-exceed $19,522,980 firm-fixed-price contract for Surface Electronic Warfare Improvement Program (SEWIP) Block 1B3 FY14 Low-Rate Initial Production (LRIP) units. This contract provides for procurement of 15 SEWIP Block 1B3 LRIP systems and associated data. SEWIP is an evolutionary acquisition program to upgrade the existing AN/SLQ-32(V) Electronic Warfare System through a modular, open-system approach. SEWIP provides enhanced shipboard electronic warfare for early detection, analysis, threat warning, and protection from anti-ship missiles. SEWIP Block 1 focuses on obsolescence mitigation and special signal intercept. Work will be performed in Pittsfield, Massachusetts (50 percent): Fairfax, Virginia (18 percent); Thousand Oaks, California (17 percent); and San Diego, California (15 percent), and is expected to be completed by September 2016. Fiscal 2011 and 2013 shipbuilding and conversion (Navy), and fiscal 2014 other procurement (Navy) funding, in the amount of $8,105,076, 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 pursuant to 10 U.S.C. 2304(c)(1) and FAR 6.302-1 - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-C-5341).

General Dynamics Advanced Information System, Minneapolis, Minnesota, is being awarded a $16,286,671 firm-fixed-price contract for the full-rate production of 60 Lot 38 Type 3 Advanced Mission Computers for the E/A-18G aircraft for the U.S. Navy (48) and the government of Australia (12). Work will be performed in Bloomington, Minnesota, and is expected to be completed in August 2016. Fiscal year 2013 and 2014 aircraft procurement (Navy) funds, and foreign military sales funds, in the amount of $16,286,671, 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 10 USC 2304 (c)(1). This contract combines purchases for the U.S. Navy ($9,772,003; 60 percent), and government of Australia ($6,514,668; 40 percent) under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-14-C-0068).

L-3 Communications Vertex Aerospace LLC, Madison, Mississippi, is being awarded a $13,744,643 modification to a previously awarded indefinite-delivery requirements contract (N00019-13-D-0007) to provide logistics services for aircraft availability of 96 TH-57 aircraft. Services to be provided include pre-flighting and fueling of the aircraft, as well as safe for flight release for designated missions. Work will be performed at the Naval Air Station Whiting Field, Milton, Florida, and is expected to be completed in May 2015. No funds are being obligated at time of award. Funds will be obligated against individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
DEFENSE LOGISITICS AGENCY
Chevron Products Company, a division of Chevron U.S.A. Inc., Louisville, Kentucky, has been awarded a maximum $9,355,150 fixed-price with economic-price-adjustment contract for lubricating engine oil. This contract was a competitive acquisition, and nine offers were received. This is a three-year base contract with a 30-day carry over period. Locations of performance are Kentucky, Oregon, South Carolina, and California, with an April 30, 2017, performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0758).
AIR FORCE
Spectro, Inc., Chelmsford, Massachusetts, has been awarded an estimated $9,024,628 firm-fixed-price, commercial, indefinite-delivery requirements contract for repair of spectrometers in support of U.S. Air Force and Army requirements. The award is a five-year ordering typecontract with no options. Work will be performed at Chelmsford, Massachusetts, and at each Air Force and Army location requiring repair. The contract is estimated to be completed Aug. 17, 2019. This award is the result of a sole-source acquisition. No funds are being obligated at time of award. Air Force Sustainment Center, Robbins Air Force Base, Georgia, is the contracting activity (FA8517-14-D-0021).

*Small business

Thursday, August 14, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR AUGUST 14, 2014

FROM:   U.S. DEFENSE DEPARTMENT 
CONTRACTS
NAVY
The Boeing Co., Seattle, Washington, is being awarded a $295,643,284 advance acquisition contract for the procurement of long-lead items for the manufacture and delivery of 12 Lot II Full Rate Production P-8A aircraft for the U.S. Navy (8) and the government of Australia (4). Work will be performed in Seattle, Washington (82.6 percent); Baltimore, Maryland (6.2 percent); Greenlawn, New York (4.2 percent); the United Kingdom (3.5 percent); and North Amityville, New York (3.5 percent), and is expected to be completed in April 2018. Fiscal 2014 advanced procurement aircraft procurement (Navy) funds in the amount of $152,043,495 and foreign military sales funds in the amount of $55,800,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchase for the U.S. Navy ($152,043,495; 51 percent) and the government of Australia ($143,599,789; 49 percent) under a cooperative agreement. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-14-C-0067).
Bell/Boeing Joint Program Office, California, Maryland, is being awarded $15,170,182 for modification 0006 under previously awarded cost-plus-incentive fee, indefinite-delivery requirements contract (N00019-09-D-0008) for repair of various parts on the V-22 aircraft. Work will be performed in Fort Worth, Texas (80 percent), and Ridley Park, Pennsylvania (20 percent). Work is expected to be completed by Dec. 31, 2017. Fiscal 2014 Navy working capital funds in the amount of $15,170,182 will be obligated at the time of award and will not expire before the end of the current fiscal year. One company was solicited for this non-competitive requirement in accordance with 10 U.S.C. 2304(c) (1). Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.
AIR FORCE
ATAP Inc.,* Eastaboga, Alabama (FA8517-14-D-0009); Advanced Technology Systems Company,* McLean, Virginia (FA8517-14-D-0010); Boneal Inc.,* Means, Kentucky (FA8517-14-D-0011); Charleston Logistics LLC.,* Charleston, South Carolina (FA8517-14-D-0012); and Tec-Masters Inc.,* Huntsville, Alabama (FA8517-14-D-0013), are being awarded $231,000,000 maximum firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contract under the Third Party Logistics (3PL) Follow-on Service Acquisition. The purpose of the multiple awarded 3PL IDIQ contract is to provide services necessary to source, acquire and ensure delivery of a broad range of support equipment items, on demand, to the warfighter. The preponderance of the work is services necessary to manage and leverage the supply chain for the scope of this contract which encompasses approximately 3,000 national stock numbers. This award is the result of a 100 percent small business set-aside acquisition. A total of five offers were received. The contract has a basic ordering period of three years from date of award with two, two-year performance incentive options for a total period of performance of seven years. Work will be performed predominantly at the contractors' locations mentioned above and is expected to be completed by Aug. 15, 2021. Fiscal 2014 operation and maintenance funds in the amount of $868,696, Consolidated Sustainment Activity Group working capital funds in the amount of $56,192 and foreign military sales funds in the amount of $742,183 are being obligated at time of award. Twenty-five percent of this contract will support foreign military sales; the first orders are for Saudi Arabia, Iraq, Indonesia and Thailand. This is not a multiyear contract. The Air Force Sustainment Center Contracting Directorate/PZAAC, Robins Air Force Base, Georgia, is the contracting activity.
Cherokee Nation Red Wing LLC.,* Tulsa, Oklahoma (FA8517-14-D-0014); International Logistics Group LLC.,* Warner Robins, Georgia (FA8517-14-D-0015); and Precision Air Inc.,* Manning, South Carolina (FA8517-14-D-0016) are being awarded a $57,000,000 maximum firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contract under the Third Party Logistics (3PL) Follow-on Service Acquisition. The purpose of the multiple awarded 3PL IDIQ contract is to provide services necessary to source, acquire and ensure delivery of a broad range of support equipment items, on demand, to the warfighter. The preponderance of the work is services necessary to manage and leverage the supply chain for the scope of this contract which encompasses approximately 3,000 national stock numbers (NSNs). This award is the result of an 8(a) competitive acquisition and a total of four offers were received. The contract has a basic ordering period of three years from date of award with two, two-year performance incentive options for a total period of performance of seven years. Work will be performed predominantly at the contractors' locations mentioned above and is expected to be completed by Aug. 15, 2021. This is not a multiyear contract. Fiscal 2014 operation and maintenance funds in the amount of $556,915 and foreign military sales funds in the amount of $22,959 are being obligated at time of award. Twenty-five percent of this contract will support foreign military sales; the first orders are for Korea and Chile. The Air Force Sustainment Center Contracting Directorate/PZAAC, Robins Air Force Base, Georgia, is the contracting activity.
UES Inc., Dayton, Ohio, has been awarded a $9,000,000 indefinite-delivery/indefinite-quantity contract for Mechanical Systems Performance Evaluation III. Contractor will conduct basic, applied, and advanced research and development relating to critical turbine engine mechanical system technology targeted for high performance, highly efficient and adaptive turbine engines being developed under the Versatile Affordable Advanced Turbine Engine and the Adaptive Engine Technology Development programs. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Aug. 13, 2022. This award is the result of a competitive acquisition and one offer was received. Fiscal 2014 Air Force research, development, test and evaluation funds in the amount of $301,081 for Task Order 0001 are being obligated at time of award. Multiyear is not applicable. Air Force Research Laboratories Wright Research Site Aerospace Systems Contracting Branch for Turbine Engines (AFRL/RQKPB), Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-2348 and Task Order 0001).
Ace Technology Partners LLC, Elk Grove Village, Illinois, has been awarded a $7,047,715 firm-fixed-price contract for Fidelis eXtrusion Prevention System (XPS) standard maintenance and software. Work will be performed at Elk Grove Village, Illinois, and is expected to be completed by Sept. 29, 2017. This award is the result of a competitive acquisition; 26 offers were solicited and five offers were received. Fiscal 2014 operations and maintenance funds in the amount of $7,047,715 are being obligated at time of award. Air Force Life Cycle Management Center/HNCK, Cryptologic and Cyber Systems Division, Lackland Air Force Base, Texas, is the contracting activity (FA8732-13-D-0014 RV01).
Boeing Aerospace Operations Inc., Oklahoma City, Oklahoma, has been awarded a $6,666,319 modification (P00148) to a firm-fixed-price, time and material, cost-plus-fixed-fee, cost-plus-incentive-fee, and cost-reimbursable contract (FA8106-07-C-0001) for a VC-25 Nitrogen Generation System Study to comply with FAA Final Rule FAA-2005-22997. The total cumulative face value of the contract, including the referenced modification is $316,942,806. The contract modification is for engineering services to provide recommended options, risk items and other special conditions associated with the installation of a Nitrogen Generation System in the VC-25A aircraft. Work will be performed at Oklahoma City, Oklahoma, and Long Beach, California, and is expected to be completed by May 11, 2015. Fiscal 2014 operations and maintenance funds in the amount of $6,666,319 are being obligated at time of award. Air Force Life Cycle Management Center/WLKLA, Tinker Air Force Base, Oklahoma, is the contracting activity.
ARMY
General Dynamics - OTS Inc., Garland, Texas was awarded a $38,526,856 modification (P0002) to foreign military sales contract (Canada, UAE) W52P1J-13-D-0050 to acquire Mark (MK) 80 General Purpose Bomb Body series: MK82-1= 1,662 each; MK82-6= 12,187 each; MK84-4= 736 each; MK84-10= 3,544 each. Fiscal 2012, 2013, and 2014 other procurement funds in the amount of $38,507,104 were obligated at the time of the award. Estimated completion date is July 31, 2016. Work will be performed in Garland, Texas. Army Contracting Command, Rock Island Arsenal, Illinois is the contracting activity.
Spectra Technologies LLC,* Camden, Arizona was awarded a $29,734,914 firm-fixed price contract to procure M303 blasting demolition kits. Funding and work location will be determined with each order with an estimated completion date of Aug. 13, 2019. Bids were solicited via the internet with two received. Army Contracting Command, Picatinny Arsenal, New Jersey is the contracting activity (W15QKN-14-D-0017).
Voith Hydro Inc., York, Pennsylvania was awarded a $21,920,646 firm-fixed-price contract with options for major rehabilitation of turbine units 1 and 2 at Denison Dam Power Plant, Denison, Texas and to design, manufacture, shop test and install two Francis turbine runner assemblies, including spare parts, tools and lifting devices. Work will be performed in Denison, Texas with an estimated completion date of Nov. 11, 2017. Bids were solicited via the Internet with five received. Fiscal 2014 other procurement funds in the amount of $21,920,646 are being obligated at the time of the award. Army Corps of Engineers, Tulsa, Oklahoma is the contracting activity (W912BV-14-C-0022).
TCC-NLC JV,* Fife, Washington (W911KB-14-D-0025); Ancor Inc.,* Anchorage, Alaska (W911KB-14-D-0026); and Orion Construction Inc.,* Wasilla, Alaska (W911KB-14-D-0027) were awarded a $15,000,000 firm-fixed-price indefinite delivery indefinite quantity contract with options for facility repair and renewal at various military installations in Alaska. Funding and exact work location will be determined with each order with an estimated completion date of Aug. 14, 2017. Bids were solicited via the Internet with seven received. Army Corps of Engineers, Elmendorf AFB, Alaska is the contracting activity.
BMI Defense Systems Inc.*, Bryan, Texas was awarded a $12,219,736 modification (P0002) to contract W56HZV-13-D-0109 to acquire 5,064 Gunners Accessory Package (GAP) 2.0 kits supporting the cross platform Mine Resistant Ambush Protected (MRAP) program. Fiscal 2014 other procurement funds in the amount of $12,219,736 were obligated at the time of the award. Estimated completion date is Mar. 30, 2016. Work will be performed Bryan, Texas. Army Contracting Command, Warren, Michigan is the contracting activity.
Alutiiq Manufacturing Contracts LLC,* Fife, Washington was awarded an $11,478,761firm-fixed-price contract with options to repair the main apron access and alert pavements. Work will be performed at Buckley AFB, Colorado with an estimated completion date of Oct. 20, 2015. Bids were solicited via the Internet with three received. Fiscal 2014 other procurement funds in the amount of $11,478,761 are being obligated at the time of the award. National Guard Bureau, Selfridge ANGB, Michigan is the contracting activity (W90FYQ-14-C-0001).
Life Technology Corp., Carlsbad, California was awarded a $9,100,000 modification (P00002) to contract W81XWH-12-D-0038 to acquire reagents and consumable supplies for the DNA Identification Laboratory at the Armed Forces Medical Examiners System, Dover AFB, Delaware. Funding and work location will be determined with each order. Estimated completion date is Aug. 14, 2015. Army Medical Research Acquisition Activity Frederick, Maryland is the contracting activity.
*Small business
 

Search This Blog

Translate

White House.gov Press Office Feed