Showing posts with label DEFENSE FINANCE AND ACCOUNTING SERVICE. Show all posts
Showing posts with label DEFENSE FINANCE AND ACCOUNTING SERVICE. Show all posts

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

Friday, February 14, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT  
CONTRACTS

ARMY

Jacobs Field Services North America Inc., Oak Ridge, Tenn., has been awarded a $45,000,000 cost-plus-fixed-fee contract for interim Remedial Action Contract for the New Bedford Harbor Superfund Site.  The base year and two six-month option periods will be exercised at the time of award.  Funding is from fiscal year 2013 other appropriations.  The performance location is New Bedford, Mass., with an estimated completion date of Aug. 13, 2015.  One bid was solicited and one received.  The U.S. Army Corps of Engineers – New England District, Concord, Mass., is the contracting activity (W912WJ-14-D-0002).

Northrop Grumman Systems Corporation, Herndon, Va., has been awarded a $12,430,650 firm-fixed-price contract for Spectrum Monitoring Subsystem to be installed at U.S. Army Remote Monitor Control Equipment locations.  Funding is from fiscal year 2013 and 2014 other procurement Army appropriations.  The performance location is Herndon, Va., with an estimated completion date of Feb. 13, 2016.  One bid was solicited and one received.  The U.S. Army Contracting Command – Rock Island Arsenal, Rock Island, Ill., is the contracting activity (W52P1J-14-C-0021).

Plateau Software, Inc.*, Issaquah, Wash., has been awarded a $9,000,000 firm-fixed-price, sole-source, indefinite-delivery/indefinite-quantity contract for support and maintenance of existing information technology systems that support the Environmental Protection and Sustainment program.  Funding and performance location will be determined with each order.  The estimated completion date is Feb. 12, 2017.  One bid was solicited and one received.  The U.S. Army Corps of Engineers – Mobile District, Mobile, Ala., is the contracting activity (W91278-14-D-0018).

AMERICAN ORDNANCE LLC, Milan, Tenn., has been awarded a $7,547,742 cost-plus-fixed-fee contract for calendar year 2014 care, maintenance and surveillance of field service stocks and packaging, crating and handling of field service stocks at Milan Army Ammunition Plant.  Funding is from fiscal year 2014 operations and maintenance Army appropriations.  Work is to be performed at Milan, Tenn., with an estimated completion date of Dec. 31, 2014.  One bid was solicited with one received.  The U.S. Army Contracting Command – Rock Island Arsenal, Rock Island, Ill., is the contracting activity (W52P1J-09-G-0001).

AIR FORCE

AAR Manufacturing, Inc., doing business as AAR Mobility Systems, Cadillac, Mich., has been awarded a $133,024,408 indefinite-delivery/indefinite-quantity contract for the repair and production of 463L cargo pallets.  Work will be performed at Cadillac, Mich., and is expected to be complete by Feb. 13, 2016.  This award is the result of a competitive trade-off source selection acquisition, and five offers were received.  Fiscal 2014 and 2015 operations and maintenance funds coming from the Transportation Working Capital Fund (TWCF) and Centralized Asset Management Fund (CAM) will be utilized on each order issued against this IDIQ contract.  Air Force Life Cycle Management Center/WNKBBA, Robins Air Force Base, Ga., is the contracting activity (FA8519-14-D-0002).

COLSA Corp., Huntsville, Ala., has been awarded a $55,705,947 indefinite-delivery/indefinite-quantity modification (19) on an existing firm-fixed-price contract (FA9200-10-D-0166) for technical and acquisition management support services.  This modification is for the exercise of an option for additional diverse non-engineering, technical and acquisition management support services being provided under the basic contract.  Work will be performed at Eglin Air Force Base, Fla., and is expected to be completed by Feb. 28, 2015.  The current action relates to unclassified foreign military sales only and countries include Australia, Belgium, Chile, Denmark, Egypt, Finland, Germany, Greece, Israel, Japan, Korea, Kuwait, Malaysia, Netherlands, Norway, Oman, Pakistan, Poland, Portugal, Saudi Arabia, Singapore, Spain, Taiwan, Turkey, and United Arab Emirates.  Air Force Test Center/PZZ, Eglin AFB, Fla., is the contracting activity.

Oasis Systems, LLC, Lexington, Mass., has been awarded a $55,705,947 modification (22) for an existing firm-fixed-price contract (FA9200-10-D-0173) for technical and acquisition management support services. This modification is for the exercise of an option for additional diverse non-engineering, technical and acquisition management support services being provided under the basic contract.  Work will be performed at Eglin Air Force Base, Fla., and is expected to be completed by Feb. 28, 2015.  The current action relates to 100 percent unclassified foreign military sales only and countries include Australia, Belgium, Chile, Denmark, Egypt, Finland, Germany, Greece, Israel, Japan, Korea, Kuwait, Malaysia, Netherlands,  Norway, Oman, Pakistan, Poland, Portugal, Saudi Arabia, Singapore, Spain, Taiwan, Turkey, and United Arab Emirates.  Air Force Test Center/PZZ is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Information Systems and Global Solutions, Gaithersburg Md., has been awarded a $16,421,355 modification (P000064) for an existing cost-plus-incentive-fee contract (FA8726-09-C-0006)for Global Broadcast Service (GBS) Defense Enterprise Computing Center (DEC C) Software Sustainment and GBS Operations Center (GBSOC) Operations. This contract modification adds software sustainment to maintain the GBS DECC software baseline and provide personnel to staff the GBSOC 24 hours a day, seven days a week, 365 days a year in support of worldwide GBS operations.  Work will be performed in Gaithersburg, Md., and Colorado Springs, Colo., and is expected to be completed by Dec. 31, 2015.  Fiscal 2014 research and development funds in the amount of $788,648 and operations and maintenance funds in the amount of $9,542,004 are being obligated at time of award. Air Force Life Cycle Management Center/HNAK, Hanscom Air Force Base, Mass., is the contracting activity.

NAVY

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $56,967,490 undefinitized contract action as a modification to a previously awarded contract (N00024-11-C-4403) for USS Monterey (CG 61) fiscal 2014 extended drydocking selected restricted availability.  An extended drydocking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities.  Work will be performed in Norfolk, Va., and is expected to be completed by January 2015.  Fiscal 2014 operations & maintenance, Navy funds in the amount of $44,959,750 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.

Navmar Applied Sciences Corp.,* Warminster, Pa., is being awarded a $44,695,815 cost-plus-fixed-fee, firm-fixed-price contract for a Phase III Small Business Innovation Research (SBIR) effort in support of the Copperhead Unmanned Air Systems, specifically Tigershark Unmanned Aerial Vehicle (UAV).  This project is for the improvement of sensor and platform capabilities, expansion to additional detachments and sustainment of current detachments.  This contract includes continued improvements of the Tigershark UAV airframe, incorporation of improved sensors, and integration of improved command and control systems to current and future Copperhead platforms.  Work will be performed in Afghanistan (50 percent); Patuxent River, Md. (25 percent); and Yuma, Ariz. (25 percent), and is expected to be completed in December 2014.  Fiscal 2014 operation and maintenance, Army funds in the amount of $21,000,000 are being obligated on this award, all of which will expire at the end of the current fiscal year.  This Phase III SBIR contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(5).  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-14-C-0131).

Sierra Nevada Corp., Sparks, Nev. (M67854-14-D-2521) and Northrop Grumman Corp., Herndon, Va. (M67854-14-D-2522) are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for the counter radio-controlled improvised explosive device (IED) electronic warfare Marine Expeditionary Unit Special Operation capable (CREW MEU (SOC), dismounted systems.  The CREW MEU (SOC) program addresses an urgent and compelling need for a capability to counter the threat posed by IEDs.  The maximum ceiling for both contracts is $90,000,000, with the two contractors having an opportunity to compete for individual orders under the terms and conditions of the awarded contracts throughout the 60-month ordering period of the contracts.  The contractors will deliver five initial production systems each for testing under the first delivery orders and the remaining 360 production systems and contract requirements will be competed for each subsequent delivery order.  Work will be performed in Sparks, Nev. and Herndon, Va., and work is expected to be completed in February 2019.  Fiscal 2013 procurement Marine Corps contract funds in the total amount of $11,008,795 will be obligated at the time of award and will not expire at the end of the current fiscal year.   These contracts are the result of a full and open competition solicitation via the Federal Business Opportunities website, with two offers received.  Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Raytheon Co., McKinney, Texas, is being awarded a $9,522,446 modification to a previously awarded firm-fixed-price contract (N68836-13-C-0084) for the full design, manufacture, and installation of test equipment, associated testing, and training to standup an organic depot maintenance facility to support the AN/APY-10 Radar.  Work will be performed in Jacksonville, Fla., and work will be completed by March 31, 2016.  Fiscal 2013 aircraft procurement, Navy funds in the amount of $9,522,446 will be obligated at the time of award, and will not expire at the end of this current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1) – only one responsible source and no other supplies or services will satisfy agency requirements.   NAVSUP Fleet Logistics Center, Jacksonville, Fla., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Lockheed Martin Corp., Owego, N.Y., has been awarded a maximum $30,814,317 firm-fixed-price contract for receiver transmitters.  This contract is a sole-source acquisition.  This is a four-year base contract with no option year periods.  Location of performance is New York with a Feb. 28, 2018 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 Navy working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPRWA1-13-D-2000-THAC).

Lockheed Martin, Orlando, Fla., has been awarded a maximum $16,584,869 firm-fixed-price contract for turret assemblies.  This contract is a sole-source acquisition.  This is a 31-month base contract with no option year periods.  Location of performance is Florida with a Sep. 30, 2016 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 through fiscal 2016 Navy working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPRPA1-14-C-W009).

DEFENSE FINANCE AND ACCOUNTING SERVICE

CACI, Inc. - Federal, Chantilly, Va., is being awarded a $10,803,390 modification to previously awarded firm-fixed-price contract (HC1028-08-D-2016-9R01) to provide on-site operational support to the mission systems of the Office of the Under Secretary of Defense (Comptroller) in the areas relating to system maintenance, system conversion and migration, report generation and documentation, training and guidance on the Comptroller Mission Systems as well as service desk and network operations.  This contract modification exercises the fourth option year of
a five-year contract period.  Work will be performed in Chantilly and is expected to be completed Feb. 15, 2015.  Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio is the contracting activity.


*Small Business

Search This Blog

Translate

White House.gov Press Office Feed