Showing posts with label LOGISTICS AGENCY. Show all posts
Showing posts with label LOGISTICS AGENCY. Show all posts

Monday, June 16, 2014

CONTRACTS FOR JUNE 16, 2014

 FROM:  U.S. DEFENSE DEPARTMENT DEFENSE 

CONTRACTS

DEFENSE LOGISTICS AGENCY

C.E. Niehoff & Co., Evanston, Illinois, has been awarded a maximum $43,495,987 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for generators and engine accessories for high mobility multipurpose wheeled vehicles. This contract was a competitive acquisition with two offers received. This is a five-year base contract with no option periods. Location of performance is Illinois with a Feb. 10, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2015 through fiscal 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-14-D-0028).

M&M Manufacturing, LLC*, Lajas, Puerto Rico, has been awarded a maximum $21,207,508 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Navy working uniform blouses and trousers. This contract was a competitive acquisition with two offers received. This is a one-year base contract with four one-year option periods. Location of performance is Puerto Rico with a June 15, 2015, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-14-D-1048).

Bimbo Bakeries USA, Horsham, Pennsylvania, has been awarded a maximum $8,839,822 firm-fixed-price, indefinite-quantity contract for fresh bread and bakery products. This contract was a competitive acquisition with two offers received. This is a three-year base contract with no option periods. Locations of performance are Pennsylvania and Texas, with an Oct. 14, 2017, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2015 through fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-W399).

NAVY

L-3 Unidyne Inc., Norfolk, Virginia, is being awarded a $22,231,067 firm-fixed-priced contract for the service life extension program (SLEP) for four landing craft, air-cushioned (LCAC) craft in fiscal 2014, 2015 and 2016. The LCAC SLEP will extend the service life from 20 to 30 years, sustain/enhance craft capability, replace obsolete electronics, repair corrosion damage, reduce life cycle cost by improving reliability and maintainability, increase survivability, and establish a common configuration baseline. The LCAC SLEP scope of effort includes repair and upgrade of the buoyancy box, gas turbine engine replacement, installation of a new skirt, installation of an integrated C4N equipment package, and accomplishment of selected craft alterations and repair work. Work will be performed in Camp Pendleton, California, and is expected to be completed by October 2016. Fiscal 2013 and 2014 ship conversion (Navy) contract funds in the amount of $22,231,067 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 one proposal received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-C-2406).

L-3 Unidyne Inc., Norfolk, Virginia, is being awarded a $13,821,952 firm-fixed-priced contract for the service life extension program (SLEP) of two landing craft, air-cushioned (LCAC) craft in fiscal 2014, 2015 and 2016. The LCAC SLEP will extend the service life from 20 to 30 years, sustain/enhance craft capability, replace obsolete electronics, repair corrosion damage, reduce life cycle cost by improving reliability and maintainability, increase survivability, and establish a common configuration baseline. The LCAC SLEP scope of effort includes repair and upgrade of the buoyancy box, gas turbine engine replacement, installation of a new skirt, installation of an integrated C4N equipment package, and accomplishment of selected craft alterations and repair work. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by June 2016. Fiscal 2014 ship conversion (Navy) contract funds in the amount of $13,821,952 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 one proposal received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-C-2422).

Vista Research, Inc., Arlington, Virginia, is being awarded an $8,381,917 firm-fixed-price, cost-plus-fixed-fee contract for the upgrade and replacement of fielded Wide Area Surveillance Vista Radars and Processor Systems in support of the U.S. Army’s Persistent Ground Surveillance Systems Program. Work will be performed in Afghanistan (50 percent); Patuxent River, Maryland (20 percent); Yuma, Arizona (10 percent); Point Mugu, California (10 percent); and Elizabeth City, North Carolina (10 percent); work is expected to be completed in December 2014. Fiscal 2014 operations and maintenance (Army) funds in the amount of $8,381,917 are being obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-14-C-0176).

ARMY

Gilford Corp.*, Beltsville, Maryland was awarded an $11,117,705 firm-fixed-price contract with options for North Post Access Control Point, Fort Belvoir, Virginia. This project is to construct an access road, control point and supporting facilities. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of Dec. 8, 2015. Bids were solicited via the Internet with five received. Fiscal 2010 military construction funds in the amount of $10,148,034 and fiscal 2011 military construction funds in the amount of $969,671 are being obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland is the contracting activity (W912DR-14-C-0019).

Northrop Grumman Information Systems, McLean, Virginia was awarded a $7,868,723 cost-plus-fixed-fee contract with options for non-personal information technology support to the U.S. Army Regional Cyber Center - Europe (RCC-E)/U.S. Army 5th Signal Command. Funding and work location will be determined with each order. Bids were solicited via the Internet with 11 received. Army Contracting Command, Fort Huachuca, Arizona, is the contracting activity (W91RUS-14-D-0002).

Infused Solutions*, Sterling, Virginia, was awarded a $7,789,734 modification (P00010) to contract W9124D-12-C-0011 to exercise option year two for administrative support for the U.S. Army Recruiting Command from July 1, 2014 through June 30, 2015. Fiscal 2014 operations and maintenance (Army) funds in the amount of $2,724,208 and fiscal 2014 other procurement funds in the amount of $1,259,599 were obligated at the time of the award. Work will be performed at various locations. Army Contracting Command is the contracting activity.

*Small business

Thursday, April 17, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT
CONTRACTS
NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $54,574,234 modification to a previously awarded fixed-price-incentive-fee, cost-plus-incentive-fee contract (N00019-12-C-0004) for production non-recurring technical assistance in support of the F-35 Lot VII effort for the U.S. Navy, U.S. Air Force, and international partner governments. Services to be provided includes manufacturing technology transfer and planning tasks required to ensure a manufacturing base with sufficient technical knowledge to support F-35 production requirements. Work will be performed in El Segundo, Calif. (38 percent); Fort Worth, Texas (24 percent); Warton, United Kingdom (16.5 percent); San Diego, Calif. (14 percent); Orlando, Fla. (3.4 percent); Nashua, N.H. (2.3 percent); Palmdale, Calif. (1.2 percent); Marietta, Ga. (.3 percent) Amityville, N.Y. (.2 percent); and Laval, Canada (.1 percent), and is expected to be completed in January 2015. Fiscal 2012 aircraft procurement, Navy and Air Force and international partner funds in the amount of $54,574,234 are being obligated on this award, $42,966,294 of which will expire at the end of the current fiscal year. This modification combines purchases for the U.S. Navy ($21,912,810; 4 percent); the U.S. Air Force ($21,053,484; 38.7 percent); and F-35 international partner governments ($11,607,930; 21.3 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
FTSI-Phelps Joint Venture,* Irvine, Calif., is being awarded a $13,961,000 firm-fixed-price contract for the design and construction of a low-rise composite shop and Marine Aviation Logistics Squadron (MALS) Ground Support Equipment (GSE) holding shed at Marine Corps Base Hawaii. The work to be performed provides for the demolition of an existing engine test cell facility and the removal of an existing tension fabric structure that was used for equipment storage. The composite shop building will include areas for epoxy storage and mixing, paint storage and mixing, machining and grinding, cleaning and preparation, layup and bonding, open storage, preparation room, offices, restrooms and supporting mechanical, electrical and communication spaces. The MALS GSE holding shed will include open equipment storage, restrooms and supporting electrical and mechanical spaces. The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $14,372,716. Work will be performed in Kaneohe, Hawaii, and is expected to be completed by September 2015. Fiscal 2010 and 2014 military construction, Navy contract funds in the amount of $13,961,000 are 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 seven proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-14-C-1315).

Alutiiq Security & Technology,* Anchorage, Alaska (N65236-14-D-4978); Atlantic CommTech, Corp.,* Norfolk, Va. (N65236-14-D-4979); Forward Slope Inc.,* San Diego (N65236-14-D-4980); The Cameron Bell Corp., doing business as Government Solutions Group,* Daniel Island, S.C. (N65236-14-D-4981); Mandex Inc.,* Fairfax, Va. (N65236-14-D-4982); and Systems Applications & Solutions,* Hanahan, S.C. (N65236-14-D4983), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee with provisions for firm-fixed-price task orders, performance based multiple award contract. The contracts are for the procurement of Ashore Systems engineering services. The services required include engineering development, design, procurement, fabrication, configuration, integration, installation, logistics, maintenance and life cycle support services for Ashore Systems. The cumulative, estimated ceiling value of the base year is $9,980,000. These contracts include options which, if exercised, would bring the cumulative ceiling value of these contracts to an estimated $49,900,000. This contract action merely establishes a potential ceiling value and does not obligate the Navy to fund to the ceiling. Work will be performed in Charleston, S.C. (85 percent) and Washington, D.C. (15 percent). Work is expected to be completed by April 2015. If all options are exercised, work could continue until April 2019. SPAWAR Systems Center Atlantic Navy working capital funds in the amount of $25,000 will be obligated at the time of award as the minimum guarantee and will be split among the six awardees; these funds will not expire at the end of the current fiscal year. This contract action establishes a potential ceiling value, in which funds are obligated on individual task orders for efforts that fall within the core competency areas. The multiple award contracts were competitively procured by full and open competition after exclusion of sources under small business set-aside provisions (10 U.S.C. 2304 (b)(2)) via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 20 offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

The Source Group Inc.,* Signal Hill, Calif., has been awarded a maximum $13,810,540 firm-fixed-price contract for environmental remediation, assessment, and emergency response services. This is a competitive acquisition, and five offers were received. This is a five-year base contract. Location of performance is California with an April 30, 2019 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-5410).

The Source Group Inc.,* Signal Hill, Calif., has been awarded a maximum $10,432,295 firm-fixed-price contract for environmental remediation, assessment, and emergency response services. This is a competitive acquisition and five offers were received. This is a five-year base contract. Location of performance is California with an April 30, 2019 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-5411).

Rockwell Collins-ESA Vision Systems, Fort Worth, Texas, has been awarded a maximum $10,307,718 modification (02) on delivery order (0009) to contract (SPRWA1-11-D-0007). The modification adds various items in support of the joint helmet mounted cueing system. The revised total based on this delivery order modification is $37,210,209. This is a firm-fixed-price contract. This is a sole-source acquisition. Locations of performance are Texas, Oregon, and Israel with a Sept. 30, 2015 performance completion date. Using military service is Air Force. This modification contains foreign military sales elements for Iraq. Type of appropriation is fiscal 2015 Air Force procurement funds and FMS funds. The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga.
*Small Business

Wednesday, March 26, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR MARCH 26, 2014

FROM:  U.S. DEFENSE DEPARTMENT DEFENSE 
CONTRACTS
 DEFENSE LOGISTICS AGENCY

Siemens Medical Solutions Inc., Malvern, Pa., has been awarded a maximum $1,789,537,539 modification (P00101) exercising the fifth option period on a one-year base contract (SPM2D1-09-D-8314) with seven one-year option periods for radiology systems, subsystems, accessories, service, and repair and  parts.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Pennsylvania with a March 30, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Hitachi Medical Systems America Inc., Twinsburg, Ohio, has been awarded a maximum $90,254,284 modification (P00017) exercising the fifth option period on a one-year base contract (SPM2D1-09-D-8331) with seven one-year option periods for radiology systems, components, upgrades, accessories, and installation.  This is a fixed-price with economic-price adjustment contract.  Location of performance is Ohio with a March 29, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

Gulfstream Aerospace Corp., Savannah, Ga., has been awarded a maximum $102,062,349 modification (P00002) exercising option period one on firm-fixed-price, indefinite-delivery/indefinite-quantity contract (FA8106-13-D-0002) for contractor logistics support services to the C-20 and C-37 fleet for Air Force, Army, Navy, Marines, and Coast Guard.  Work will be performed worldwide, and is expected to be completed by Jan. 31, 2015.  Fiscal 2014 operations and maintenance, Air Force, Army, Navy, Marines, and Coast Guard funds in the amount of $60,841,191 are being obligated at time of award.  Air Force Life Cycle Management Center/WLKLB, Tinker Air Force Base, Okla., is the contracting activity.

The Raytheon Co., El Segundo, Calif., has been awarded a maximum $33,680,614 cost-plus-fixed-fee contract for the hypertemporal imaging space experiment payload.  The primary objective of the hypertemporal imaging space experiment payload effort is to design, fabricate, test, and deliver a space-flight ready instrument capable of conducting hypertemporal imaging from a geosynchronous earth orbit.  Work will be performed in El Segundo, Calif., and is expected to be completed in January 2017.  Fiscal 2013 and 2014 research, development, test and evaluation funds in the amount of $6,387,630 are being obligated at award.  This award is the result of a broad agency announcement, and two proposals were received.  Detachment 8, Air Force Research Laboratory, Kirtland Air Force Base, N.M., is the contracting activity (FA9453-14-C-0211).  

Beechcraft Corp., Wichita, Kan., has been awarded a $24,500,000 firm-fixed-price and cost- reimbursable, indefinite-delivery/indefinite-quantity contract for King Air 350 aircraft maintenance training.  Contractor provided training shall be based on standard commercial-off-the shelf configured King Air 350 proline 21 avionics.  Work will be performed at New Al-Muthana Airbase, Iraq and Wichita, Kan., and is expected to be completed by Dec. 31, 2015.  This award is the result of a sole-source acquisition.  This is 100 percent foreign military sales for Iraq.  338 Specialized Contracting Squadron, Joint Base San Antonio, Randolph Air Force Base, Texas, is the contracting activity (FA3002-14-D-0003).

Newbegin Enterprise Inc.*, Johnson City, Tenn., has been awarded a $15,000,000 modification (P00005) on indefinite-quantity/indefinite-delivery contract (FA4803-11-D-0001) to exercise option year three for U.S. Air Forces Central (USAFCENT) Internet-Based Contractor Operated Part Store.  The contract modification provides for the contractor to provide automotive and related vehicle parts, automotive chemicals, corrosion control materials, upholstery material, and accessories for USAFCENT vehicles/equipment located in USAFCENT area of responsibility.  Fiscal 2014 operations and maintenance funding for this modification will be issued against individual delivery orders.  Work will be performed at Johnson City, Tenn., and is expected to be completed March 31, 2015.  20th Contracting Squadron, Shaw Air Force Base, S.C., is the contracting activity.

NAVY

L-3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded a $58,488,748 indefinite-delivery, requirements contract to provide logistics services and materials for organizational, intermediate, and depot level maintenance required to support T45TS aircraft based at Naval Air Station (NAS) Meridian, Miss.; NAS Kingsville, Texas; and NAS Pensacola, Fla.  This requirement also includes the support and maintenance of the T-45 aircraft at all operational sites, numerous outlying fields, and various detachment sites.  Work will be performed in Kingsville, Texas (58 percent); Meridian, Miss. (36 percent); and Pensacola, Fla. (6 percent), and is expected to be completed in July 2014.  Contract funds will not be obligated at time of award.  Funds will be obligated on individual delivery orders as they are issued.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-D-0019).

Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $39,599,668 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) for the procurement of 26,495 V-22 flight hours and 26 low power MV-22 repairs under the Mission Care™ contract.  Work will be performed in Oakland, Calif. (70 percent) and Indianapolis, Ind. (30 percent), and is expected to be completed in February 2015.  Fiscal 2014 operations and maintenance, Navy and U.S. Special Operations funds in the amount of $39,599,668 are being obligated on this award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

CasePro Inc., San Antonio, Texas (N62645-14-D-5003); Catalyst Professional Services Inc.*, Colorado Springs, Colo. (N62645-14-D-5004); Cherokee Medical Services LLC*, Stillwell, Okla. (N62645-14-D-5005); Chesapeake Educational Services LLC*, Vienna, Va. (N62645-14-D-5006); OMV Medical Inc., Takoma Park, Md. (N62645-14-D-5007); Professional Performance Development Group Inc., San Antonio, Texas (N62645-14-D-5008); Saratoga Medical Center Inc.*, Fairfax, Va. (N62645-14-D-5009); TCMP Staffing Services LLC, Springfield, Va. (N62645-14-D-5010) are each being awarded a nine-month, firm-fixed-priced, indefinite-delivery/indefinite-quantity, multiple-award task order bridge contract to continue extending physician, allied health, nursing, technologist, technician and assistant services currently being provided in support of the Naval Hospital Jacksonville, Fla.; Naval Health Clinic Pensacola, Fla.; Naval Health Clinic Corpus Christi, Texas, and their affiliated clinics within Florida, Georgia, Indiana, Kansas, Louisiana, Mississippi, Tennessee and Texas.  The aggregate not-to-exceed amount for these multiple award contracts combined is $28,000,000.  Work will be performed in Jacksonville, Fla. (46 percent); Pensacola, Fla. (44 percent); Corpus Christi, Texas (10 percent) and affiliated clinics within Florida, Georgia, Indiana, Kansas, Louisiana, Mississippi, Tennessee and Texas, and work is expected to be completed January 31, 2015.  Fiscal 2014 Defense Health Program contract funding in the amount of $21,391,455 will be obligated at the time of award.  Contract funds in the amount of $5,000,000 will expire at the end of the current fiscal year.  Other funding initiatives such as psychological health/traumatic brain injury, overseas contingency operations and wounded, ill, and injured may be used.  These contracts were issued as sole source requirements in accordance with 10 U.S.C. 2304(c)(1)-only one responsible source or only a limited number of responsible sources.  The Naval Medical Logistics Command, Fort Detrick, Md., is the contracting activity.

General Dynamics-Advanced Information Systems, Pittsfield, Mass., is being awarded a $10,485,397 cost-plus-incentive-fee modification to previously awarded contract (N00024-09-C-6206) for fiscal 2014 and 2015 multi-purpose processor (MPP) cabinet and the Total Ship Monitoring System (TSMS).  The contract provides funding for the development and production of the MPPs and TSMS (TI-14) for the U.S. submarine fleet.  Work will be performed in Pittsfield, Mass. (70 percent), and Fairfax, Va. (30 percent), and is expected to be completed by December 2015.  Fiscal 2014 shipbuilding and conversion, Navy; fiscal 2014 other procurement, Navy; fiscal 2014 research, development, test and evaluation; and fiscal 2014 operations and maintenance, Navy contract funds in the amount $5,736,478 will be obligated at the time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Conn., is being awarded a $10,242,104 modification to a previously awarded advance acquisition contract (N00019-13-C-0016) for long-lead components, parts and materials associated with the low rate initial production Lot VIII of eight F135 conventional take off and landing propulsion systems for the governments of Japan (6) and Israel (2).  Work will be performed in East Hartford, Conn. (67 percent); Bristol, United Kingdom (16.5 percent); and Indianapolis, Ind. (16.5 percent), and is expected to be completed in September 2016.  Foreign military sales funds in the amount of $10,242,104 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract combines purchases for the governments of Japan; ($7,681,578; 75 percent); and Israel ($2,560,526; 25 percent) under the Foreign Military Sales Program.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Detyens Shipyards Inc.*, North Charleston, S.C., is being awarded an $8,529,497 firm-fixed-price contract for a 55-calendar day regular overhaul and dry-docking of USNS Laramie (T-AO 203).  Work will include clean and gas free tanks, voids, and cofferdams; deck non-skid resurfacing; ballast tank preservation, cylinder head and liner overhaul, main engine turbo overhaul, cargo system wire replacement; cargo console mechanical support; auxiliary boiler maintenance and inspection; annual lifeboat certification; house ventilation system cleaning; docking and undocking; propeller system maintenance and hub replacement; overhauling sea valves; and underwater hull cleaning and painting.  Laramie’s primary mission is to provide fuel to U.S. Navy ships at sea and jet fuel to aircraft assigned to aircraft carriers.  The contract includes options, which, if exercised, would bring the cumulative value of this contract to $9,520,492.  Work will be performed in Charleston, S.C., and is expected to be completed by June 2014.  Fiscal 2014 Navy working capital funds in the amount of $8,529,497 are obligated and will expire at the end of the current fiscal year.  This contract was competitively procured as a small business set-aside, with proposals solicited via the Federal Business Opportunities website, with two proposals received.  The U.S. Navy’s Military Sealift Command, Washington, D.C., is the contracting activity (N32205-14-C-1001).

ARMY

Olin Corp.-Winchester Division, East Alton, Ill., was awarded a $28,748,479 modification (P00036) to contract W52P1J-11-C-0038 to exercise option period three to procure .50 caliber and 5.56mm ammunition.  Fiscal 2013 other procurement funds in the amount of $2,132,226 and fiscal 2014 other procurement funds in the amount of $21,124,202 were obligated at the time of the award.  Estimated completion date is Sept 30, 2016.  Work will be performed at East Alton, Ill.  Army Contracting Command, Rock Island Arsenal, Ill., is the contracting activity.

Holland and Holland, Hinesville, Ga., was awarded a $9,035,374 modification (P00004) to indefinite-delivery/indefinite-quantity contract W9124M-12-D-0005 for paving at Fort Stewart, Ga.  Funding and performance locations will be determined with each order.  Estimated completion date is March 31, 2015.  Army Contracting Command, Fort Stewart, Ga., is the contracting activity.

*Small Business

Search This Blog

Translate

White House.gov Press Office Feed