Showing posts with label MILITARY CONTRACTS. Show all posts
Showing posts with label MILITARY CONTRACTS. Show all posts

Friday, January 31, 2014

UTAH MAN PLEADS GUILTY IN GOVERNMENT PROCUREMENT BRIBERY CASE

FROM:  JUSTICE DEPARTMENT DEFENSE DEPARTMENT 
Wednesday, January 29, 2014
Department of Defense Procurement Official Sentenced for His Role in Contract Bribery Scheme

A Utah man was sentenced to serve 24 months in prison for his role in a bribery and fraud scheme involving federal procurement contracts, announced Acting Assistant Attorney General Mythili Raman of the Justice Department’s Criminal Division and U.S. Attorney David B. Barlow of the District of Utah.

On Oct. 24, 2011, Jose Mendez, 50, of Farr West, Utah, pleaded guilty to conspiracy to commit bribery and procurement fraud, bribery, and procurement fraud.  Mendez was charged in an October 2011 indictment, along with Sylvester Zugrav, 71, and Maria Zugrav, 67, owners of Atlas International Trading Company in Sarasota, Fla.  The Zugravs were sentenced on Jan. 8, 2014.

According to court documents, while Mendez worked as a procurement program manager for the U.S. Air Force at Hill Air Force Base in Ogden, Utah, he conspired to enrich himself and others by exchanging money and other things of value for non-public information and favorable treatment in the procurement process.  Court records state that Mendez was offered approximately $1,240,500 in payments and other things of value throughout the course of the conspiracy.  Mendez admitted that from approximately 2008 to August 2011, he received more than $185,000 in payments and other things of value, with promises of additional bribe payments if Atlas were to receive future contracts from the U.S. government.

In return for the bribes offered and paid, Mendez admitted he gave Atlas and the Zugravs favorable treatment during the procurement process, including disclosing government budget and competitor bid information, which helped Atlas and the Zugravs in winning contracts.

The case was investigated by the FBI and the Air Force Office of Special Investigations. The case was prosecuted by Trial Attorneys Marquest J. Meeks and Edward P. Sullivan of the Criminal Division’s Public Integrity Section and Assistant U.S. Attorney Carlos A. Esqueda of the District of Utah.

Friday, December 13, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR DECEMBER 13, 2013

FROM:  U.S. DEFENSE DEPARTMENT 

NAVY

Lockheed Martin Corp., Mission Systems and Training, Manassas, Va., is being awarded a $124,531,317 modification to a previously awarded contract (N00024-11-C-6294) for the development and production of the acoustic rapid commercial-off-the-shelf insertion (A-RCI) and common acoustics processing for Technology Insertion 12 (TI12) through Technology Insertion 14 (TI14) for the U.S. submarine fleet.  A-RCI is a sonar system that integrates and improves towed array, hull array, sphere array, and other ship sensor processing, through rapid insertion of commercial off-the-shelf based hardware and software.  Work will be performed in Manassas, Va., (60 percent) and Clearwater, Fla., (40 percent) and is expected to be completed by December 2014.  Fiscal 2013 and 2014 research, development, test and evaluation funds; fiscal 2009, 2010, 2011 and 2012 shipbuilding and conversion, Navy funds and fiscal 2014 other procurement, Navy funding in the amount of $20,573,237 will be obligated at the time of the award.  Contract funds in the amount of $8,385,273 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

General Dynamics Advanced Information Systems, Inc., Pittsfield, Mass., is being awarded a $115,049,349 cost-plus-incentive-fee, cost-plus-fixed-fee, and fixed-price-incentive contract for engineering, development, and production efforts necessary to support to United States and United Kingdom Trident II Strategic Weapons Systems, SSBN Fire Control Subsystem (FCS) and support to SSGN Attack Weapons Control Subsystem, and continued engineering and trade studies on US SSBN replacement and UK SSBN successor common missile compartment.  These efforts include technical engineering and support, including performance evaluation, logistics, fleet documentation, and reliability maintenance engineering services for the deployed US and UK SSBN fleets; US SSBN replacement and UK SSBN successor FCS development, production, integration, planning, and installation; SSP alteration (SPALT) kits (hardware, software, and fleet documentation) for the US and UK; planning, management, and field engineering services for the Trident-II SWS; FCS engineered refueling overhauls; planning, management, and field engineering services for attack weapons control system major modernization periods and voyage repair periods; long-term supportability and sustainment efforts aimed at implementation of new technology within the subsystem as required to offset obsolescence and avoid cost growth; and training hardware, software, curricula, and technical engineering support including support to equipment repair and SPALTs.  The maximum dollar value, including the base period and one option year, is $217,685,976.  Work will be performed in Pittsfield, Mass., and work is expected to be completed March 31, 2016.  Fiscal 2013 and 2014 other procurement, Navy contract funds in the amounts of  $8,211,247 and $12,343,418 respectively; fiscal 2014 operations and maintenance, Navy contract funds in the amount of $8,942,052; fiscal 2012, 2013, and 2014 UK contract funds in the amounts of $760,000, $1,298,432, and $7,653,569 respectively; fiscal 2014 research, development, test and evaluation contract funds in the amount of $2,795,309; and fiscal 2014 weapons procurement, Navy contract funds in the amount of $1,251,739 are being obligated at time of award.  Contract funds in the amount of $28,975,275 will expire at the end of the current fiscal year.  This contract was a sole source acquisition in accordance with 10 U.S.C. 2304(c)(1).  Strategic Systems Programs, Washington, D.C., is the contracting activity.  (N00030-14-C-0005)

Lockheed Martin Mission Systems & Training, Liverpool, N.Y., is being awarded a $24,462,051 fixed-price incentive, firm-fixed-price, and cost-plus-fixed-fee contract for the production and support of AN/BQS-25 low-cost conformal arrays (LCCA).  The AN/BQS-25 LCCA is a passive planar array mounted on the aft submarine sail structure that is integrated with the Acoustic Rapid commercial-off-the-shelf insertion AN/BQQ-10 system to provide situational awareness and collision avoidance for improved tactical control in high density environments.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $92,476,516.  Work will be performed in Syracuse, N.Y. (90 percent), Akron, Ohio (7 percent), and Marion, Mass. (3 percent), and is expected to complete by March 2015.  Fiscal 2013 other procurement, Navy funds in the amount of $3,846,509 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 two offers received.  The Naval Sea Systems Command, Washington D.C., is the contracting activity (N00024-14-C-6227).  

Science Applications International Corp., McLean, Va., is being awarded a $14,425,908 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-11-D-0030) to exercise an option for technical and engineering services in support of the Naval Air Systems Command's Air Vehicle Engineering Department and the Manned Flight Simulator/Air Combat Environment Test and Evaluation Facilities.  Services to be provided support the development and utilization of advanced air vehicle technology for evaluating air vehicle flying qualities and controllability, developing simulation software, and building prototype simulations.  Work will be performed in Patuxent River, Md., and is expected to be completed in December 2014.  Funds will not be obligated at time of award; funds will be obligated on individual orders as they are issued.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded an $11,764,551 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N68936-11-D-0028) to provide additional engineering, technical and programmatic support services for development of products within the Airborne Electronic Attack Integrated Product Team; to include, EA-6B operational flight software, EA-6B unique planning component and EA-18G operational flight software.  Work will be performed in Pt. Mugu, Calif. (80 percent); and Baltimore, Md. (20 percent); and is expected to be completed by July 2014.  No funds will be obligated at time of award; funds will be obligated on individual orders as they are issued.  The Naval Air Warfare Center Weapons Division, Pt. Mugu, Calif., is the contracting activity.

Southeast Aerospace, Melbourne, Fla., is being awarded a $7,350,121 modification (P00004) to a previously awarded contract (N68836-13-D-0004) to exercise option one to extend the term of the contract to provide additional quantity of 23 additional parts kits, and miscellaneous components for the Avionics System Upgrade of the T-44 aircraft.  With the exercise of this option, the total contract value will be $16,568.406.  Work will be performed at Melbourne Fla., and is expected to be completed by Jan. 24, 2015.  No funds are being obligated at the time of award and will not expire before the end of the current fiscal year.  Funds will be obligated on individual task orders issued against the contract.  This contract was competitively procured via Navy Electronic Commerce Online website, with five offers received in response to the solicitation.  Naval Supply Systems Fleet Logistics Center, Jacksonville, Fla., is the contracting activity.

ARMY

General Atomics Aeronautical, Poway, Calif., was awarded an $110,453,269 cost-plus-fixed-fee contract for continuing logistic services to the Warrior unmanned aircraft system.  Fiscal 2014 operations and maintenance, Army funds in the amount of $8,000,000 were obligated at the time of the award.  Estimated completion date is Dec.15, 2015.  One bid was solicited with one received.  Work will be performed in Afghanistan and Poway, Calif.  Army Contracting Command, Redstone Arsenal (Aviation), Ala., is the contracting activity (W58RGZ-14-C-0008).

Lockheed Martin Corp., Orlando, Fla., was awarded a $92,915,233 contract modification (P00015) to contract W58RGZ-12-C-0009 to exercise option year two of the Apache attack helicopter performance based logistics program to modernize target designation sight/pilot's night vision sensor equipment.  Fiscal 2014 other procurement funds in the amount of $92,915,233 were obligated at the time of the award.  Estimated completion date is Dec. 31, 2014.  Work will be performed in Orlando, Fla.  Army Contracting Command, Redstone Arsenal (Aviation), Ala., is the contracting activity.

Northrop Grumman Systems Corp., Linthicum Heights, Md., was awarded a $65,288,028 contract modification (P00037) to contract W15P7T-11-C-H267 for continued operations and sustainment of the vehicle and dismount exploitation radar (VADER) currently deployed in theater.  Fiscal 2014 operations and maintenance, Army funds in the amount of $24,861,376 were obligated at the time of the award.  Estimated completion date is Dec. 31, 2014.  Work will be performed at Linthicum Heights, Md., Hagerstown, Md., and Afghanistan.  Army Contracting Command, Redstone Arsenal (Aviation), Ala., is the contracting activity.

Encompass Digital Media Inc, Atlanta, Ga., was awarded a $10,915,918 firm-fixed-price contract for a Defense Video and Imagery Distribution System (DVIDS) operations hub.  The hub will transmit and receive broadcast-quality high definition/standard definition video, two-way data, stories, stills, audio and data from DVIDS worldwide satellite transmitters (SATCOM).  It will maintain up and downlink service to all government portable SATCOM terminals accessing the DVIDS integrated network.  Fiscal 2014 operations and maintenance, Army funds in the amount of $4,200,000 were obligated at the time of the award.  Estimated completion date is Dec. 15, 2016.  Bids were solicited via the Internet with one received.  Work will be performed in Atlanta, Ga.  Army Contracting Command, Rock Island Arsenal; Ill., is the contracting activity (W52P1J-14-C-0014).

AIR FORCE

Boeing Boeing Co., Seal Beach, Calif., has been awarded a $59,617,404 modification (P00024) on an existing firm-fixed-price contract (FA8807-13-C-0001) for on-orbit support, factory reach-back, maintenance, and storage.  This contract provides for exercise of options for additional launch and on-orbit support for GPS IIF space vehicles.  Work will be performed at El Segundo, Calif., Colorado Springs, Colo., and Cape Canaveral, Fla., and is expected to be completed by Dec. 31, 2014.  Fiscal 2012, 2013 and 2014 missile procurement funds in the amount of $56,867,404 are being obligated at time of award.  The Air Force Space and Missile Systems Center Contracting Directorate, Los Angeles Air Force Base, Calif., is the contracting activity.

J. Torres Company Inc., Bakersfield, Calif., has been awarded a $7,396,934, firm-fixed-price contract for integrated solid waste services at Edwards Air Force Base, Calif., to include municipal solid waste, recycling, and landfill services.  The location of performance is Edwards AFB, Calif.  The work is expected to be complete by Dec. 31, 2018.  Fiscal 2014 operations and maintenance in the amount of $129,501 are being obligated at time of award.  This award is the result of a competitive acquisition with numerous offers solicited, and three offers received.  Air Force Test Center, Aerospace Systems Support Branch, Edwards AFB, Calif., is the contracting activity (FA9301-14-D-0006).

Raytheon Co., Integrated Defense Systems, Sudbury, Mass., has been awarded a $6,896,385 modification (P0005) on an existing cost-plus-fixed-fee, firm-fixed-price, cost-reimbursement contract (FA8730-13-C-0003) for the Taiwan Surveillance Radar program follow-on support string upgrade engineering change proposal.  The contract modification provides a continental United States sustainment string upgrade that creates a controlled site-like testing environment for build deployment and system troubleshooting at the CONUS development facility.  Work will be performed at Sudbury, Mass., and is expected to be completed by Nov. 8, 2017.  This contract involves foreign military sales to Taiwan.  Air Force Life Cycle Management Center/HBNA, Hanscom Air Force Base, Mass., is the contracting activity.

DEFENSE LOGISTICS AGENCY

O.C. Lugo Co., Inc.*, New York, N.Y., has been awarded a maximum $15,300,000 modification (P00105) exercising the first one-year option period on a two-year base contract (SPM8EF-129-D-0002) with three one-year option periods for chlorate candles and igniters.  This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is New York with a March 13, 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, Pa.

Thomas Scientific Inc.*, Swedesboro, N.J., has been awarded a maximum $9,600,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for laboratory supplies and wares.  This contract is a competitive acquisition, and four offers were received.  Location of performance is New Jersey with a Jan. 1, 2015 performance completion date.  This contract is a one-year base with four one-year option periods.  Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2DE-14-D-7349).

Thursday, December 12, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR DECEMBER 12, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

NAVY

The Boeing Co., St. Louis, Mo., is being awarded an indefinite-delivery/indefinite-quantity contract with an estimated ceiling-price of $872,766,714 for system upgrades for F/A-18 A/B, C/D, E/F and EA-18G aircraft for the U.S. Navy and the governments of Australia, Finland, Switzerland, Kuwait, Malaysia, and Canada.  This contract provides for deliverables and services based on System Configuration Set life cycle phases for the aircraft.  Work will be performed in St. Louis, Mo. (95 percent) and China Lake, Calif. (5 percent), and is expected to be completed in December 2018.  Fiscal 2014 research, development, test and evaluation, Navy contract funds in the amount of $100,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to the FAR 6.302-1.  This contract combines purchases for the U.S. Navy ($802,945,377; 92 percent) and the governments of Australia ($29,674,068; 3
40 percent); Finland ($21,819,168; 2.50 percent); Switzerland ($6,982,134; .80 percent); Kuwait ($4,363,834; .50 percent); Malaysia ($4,363,833; .50 percent); and Canada ($2,618,300; .30 percent).  The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-14-D-0008).

Northrop Grumman Systems Corp., Sunnyvale, Calif., was awarded an $112,926,348 firm-fixed-price, cost-plus-incentive-fee, cost-plus-fixed-fee contract, for Trident II (D5) Underwater Launcher System and Advanced Launcher Development Program Support.  This contract provides for ongoing support for the TRIDENT II (D-5) deployed SSBN and the SSGN underwater launcher subsystem, Engineering Refueling Overhaul shipyard support, spares procurement, United States (U.S.) and United Kingdom (U.K.) launcher trainer support, Vertical Support Group E-mount and shim procurement, Nuclear Weapons Safety and Security Review, TRIDENT II (D-5) missile hoist overhaul, underwater launch technology support, U.S. and U.K. SSP Alterations and non-compliance report projects, gas generator refurbishment and case hardware production.  It provides specialized technical support of TRIDENT II (D-5) missile tube closure production, technical engineering services, and tactical hardware production efforts for the New Strategic Arms Reduction Treaty.  It provides technical engineering services to support the Advanced Launcher Development Program and the Common Missile Compartment Concept Development and Prototyping effort for the U.S. and U.K.  The contractor shall be required to assess and analyze technologies and concepts to support the selection of a preferred system concept, which includes the identification of critical cost and risk impacts as a result of immature launcher technologies and/or immature requirements.  The result of the effort will then advance and support the conduct of the technology development effort to support developing cost-effective launcher subsystem architecture for the Ohio-class Replacement Program.  Work will be performed at Sunnyvale, Calif. (78 percent), Kings Bay, Ga. (7 percent), Bangor, Wash. (6 percent), St. Charles, Mo. (5 percent), Gardena, Calif. (2 percent), Camarillo, Calif. (1 percent), and Los Angeles, Calif. (1 percent), with an expected completion date of Sept. 30, 2018.  The maximum dollar value, including the base period and one option year, is $220,288,791.  Fiscal year 2014 operations and maintenance, Navy contract funds in the amount of $38,527,166; fiscal 2014 research, development, test and evaluation contract funds in the amount of $31,762,778; fiscal 2014 other procurement, Navy contract funds in the amount of $31,102,315; and fiscal 2014 United Kingdom contract funds in the amount of $11,534,089.  Contract funds in the amount of $38,527,166 will expire at the end of the fiscal year.  This contract was a sole source acquisition in accordance with 10 U.S.C. 2304(c)(1).  Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-14-C-0011).  (Awarded Dec. 11, 2013).

Science Applications International Corp., McLean, Va., is being awarded a $10,037,074 modification to a previously awarded time-and-materials contract to exercise a one-year option for marine mammal systems support services providing care and training of the Navy's marine mammals.  Work will be performed in San Diego, Calif. (70 percent), Kings Bay, Ga. (17 percent), and Bangor, Wash. (13 percent), and work is expected to be completed Dec. 31, 2014.  Fiscal 2013 Navy working capital funds in the amount of $5,018,537 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.  This contract was competitively procured via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with one offer received.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-10-C-0070).

Simmonds Precision Products operating as Goodrich Corp., Sensors and Integrated Systems, Vergennes, Vt., is being awarded a $7,945,029 modification on a previously awarded firm-fixed-price contract (N00019-12-C-2015) to exercise an option for 8 MH-60S integrated mechanical diagnostic systems (IMDS) production A1 kits, 27 IMDS integrated vehicle health ,management units and data transfer units, 17 MH-60S IMDS retrofit kits, 19 MH-60R IMDS Troy kits, and 19 MH-60R IMDS production A1 kits.  Work will be performed in Vergennes, Vt., and is expected to be completed in December 2015.  Fiscal 2014 aircraft procurement, Navy funds in the amount of $7,945,029 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

AIR FORCE

Lockheed Martin Corp, Newton, Pa., has been awarded a $200,700,415 cost-plus-incentive-fee modification (P00276) on an existing contract (FA8807-08-C-0010) for GPS III space vehicles 05 and 06.  Work will be performed at Littleton. Colo., and Clifton, N.J., and is expected to be completed by Dec. 14, 2017 for space vehicle 05 and June 14, 2018 for space vehicle 06.  Fiscal 2013 missile procurement funds in the amount of $200,700,415 are being obligated at time of award.  The Air Force Space and Missile Systems Center Contracting Directorate, Los Angeles Air Force Base, Calif., is the contracting activity.

U.S. TRANSPORTATION COMMAND

Textainer Equipment Management (U.S.) Ltd., San Francisco, Calif., is being awarded a $15,952,358 indefinite-delivery-requirements-type, fixed-price with economic-price-adjustment contract for the program management, leasing, transportation and repair of intermodal equipment.  Work will be performed at multiple locations both within and outside of the United States, with an expected completion date of Sept. 30, 2017.  Program management and transition of operations are funded by fiscal 2014 transportation working capital funds and individual leasing task orders will be funded by each individual Department of Defense requiring activity at the time the order is placed.  The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-14-D-R027).

ARMY

Exelis Systems Corp., FKI ITT Systems, Colorado Springs, Colo., was awarded an $11,538,204 contract modification (FR0112) to contract W911SE-07-D-0006 to exercise the option for logistic support center base operations support services, Fort Rucker, Ala.  Fiscal 2014 operations and maintenance, Army funds in the amount of $9,713,703 were obligated at the time of the award.  Estimated completion date is Dec. 16, 2014.  Sixteen bids were solicited with four received. Work will be performed at Fort Rucker, Ala.  Army Contracting Command, Fort Rucker, Ala., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Carestream Health, Inc., Rochester, N.Y., has been awarded a maximum $70,228,104 modification (P00101) exercising the fifth one-year option period on a one-year base contract (SPM2D1-09-D-8308) with seven one-year option periods for radiology systems, subsystems, and components.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is New York with a Dec. 15, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

DEFENSE INFORMATION SYSTEMS AGENCY

MCI Communications Services Inc., doing business as Verizon Business Services, Ashburn, Va., was awarded an $11,071,650 sole-source modification (P00066) to firm-fixed-price, indefinite delivery/indefinite quantity contract DCA200-02-D-5003 for Defense Research and Engineering Network II telecommunication services in support of the High Performance Computing Modernization program office.  This action adds a second six-month option that runs from Dec. 19, 2013 to June 18, 2014.  Performance will be at various sites geographically dispersed across the continental United States, as well as locations outside the U.S.  The Defense Information Technology Contracting Office, Scott Air Force Base, Ill., is the contracting activity.  (Awarded Dec. 11, 2013).

Monday, December 9, 2013

U.S. DEFENSE CONTRACTS FOR DECEMBER 9, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

DEFENSE LOGISTICS AGENCY

Physio-Control Inc., Redmond, Wash., has been awarded a maximum $46,011,356 modification (P00012) exercising the third one-year option period on a five-year base contract (SPM200-07-D-8261) with five one-year option periods for defibrillators, related components, and accessories.  This is a fixed-price with economic-price-adjustment, indefinite delivery/indefinite-quantity contract.  Location of performance is Washington with a Dec. 7, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

NAVY

Raytheon Co., Tucson, Ariz., is being awarded a $35,019,637 modification to previously awarded contract (N00024-10-C-5432) to exercise an option to accomplish fiscal 2014 design agent engineering services for the MK-31 Rolling Airframe Missile (RAM) Guided-Missile Weapon System (GMWS) improvement program support, guided-missile round pack support, and guided-missile launching system support.  The RAM MK-31 GMWS is a cooperative development and production program conducted jointly by the United States and the Federal Republic of Germany under Memoranda of Understanding.  The support is required to maintain current weapon system capability, as well as resolve issues through design, systems, software maintenance, reliability, maintainability, quality assurance and logistics engineering services.  Work will be performed in Tucson, Ariz., and is expected to be completed by September 2014.  Fiscal 2014 weapons procurement Navy; fiscal 2014 research, development, test and evaluation; fiscal 2014 operations and maintenance, Navy and German funding in the amount of $8,246,505 will be obligated at the time of contract award.  Contract funds in the amount of $733,035 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-10-C-5432).

Raytheon Co., Integrated Defense Systems, Sudbury, Mass., is being awarded a $29,521,981 modification to previously awarded contract (N00024-13-C-5115) to exercise options for the production of the AN/SPY-1D(V) radar transmitter group, missile fire control system MK 99 and site support for DDG 119.  Raytheon will also be responsible for related technical services to facilitate system testing, shipyard installation, and other requirements.  Work will be performed in Andover, Mass. (78.3 percent); Sudbury, Mass. (19.3 percent); Moorestown, N.J. (0.9 percent); Norfolk, Va. (0.5 percent); and Canada (1 percent) and is expected to be completed by June 2017.  Fiscal 2013 ship conversion, Navy contract funds in the amount of $29,521,981 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Sechan Electronics Inc.*, Lititz, Pa., is being awarded a $17,212,201 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for the procurement of the Target Detecting Device (TDD) MK 71 Mod 1 to support the Quickstrike Mine Improvement program.  This contract will require the fabrication, assembly, integration, testing and delivering of the hardware components which constitute TDD MK 71 Mod 1.  TDD MK 71 Mod 1 has been developed and fielded for use in the air-delivered Quickstrike mine shape MK 65, and is also planned for use in two additional mines:  Mine MK 62 and Mine MK 63.  Work will be performed in Lititz, Pa., and is expected to be completed by December 2018.  Fiscal 2013 weapons procurement, Navy contract funds in the amount of $3,071,600 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online and the Federal Business Opportunities websites, with one offer received.  The Naval Surface Warfare Center, Panama City Division, Panama City, Fla., is the contracting activity (N61331-14-D-0001).

Air Cruisers Co., LLC, Township, N.J., is being awarded a five year $16,970,294 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the long term repair of four different sized life rafts that comprise the Multi-Place Life Raft (MPLR) Program.  The MPLR is a critical safety/critical application item designed to save and sustain the lives of Navy and Marine Corps air crewmen in the event of ejection or aircraft abandonment at sea.  Work will be performed in Liberty, Miss., and work is expected to be completed December 2018.  Fiscal 2013 Navy working capital funds in the amount of $2,252,626 will be obligated at the time of award, and will not expire before the end of the current fiscal year.  The contract was not competitively procured in accordance FAR 6.302-1.  The NAVSUP Weapons System Support, Philadelphia, Pa., is the contracting activity (N00383-14-D-002P).

AIR FORCE

Diversitech Inc., Cincinnati, Ohio, has been awarded a $7,499,501 modification (P00011) for an existing indefinite-delivery/indefinite-quantity contract (FA8601-11-D-0001) for civil engineering facility and equipment support (FA8601-11-D-0001) extending the ordering period for one year.  This requirement provides routine maintenance and repair work for 7,352 pieces of equipment that support the mission of the Air Force Institute of Technology, Air Force Research Laboratory, National Air and Space Intelligence Center, and others.  Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Dec. 31, 2014.  Fiscal 2014 operations and maintenance and eesearch and development funds will be obligated on individual task orders.  Air Force Life Cycle Management Center/PZIO, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

ARMY

Luhr Bros., Inc., Columbia, Ill., was awarded a $7,000,000 contract modification (P00001) to exercise option year one on contract W912QR-13-D-0032 for the leasing of a dredge, plant attendant, and on-shore disposal equipment for channel maintenance dredging on the Ohio River and Ohio River pooled tributaries and the upper Mississippi River 0.0-185.00.  Funding and the work performance site will be determined with each order.  Estimated completion date is Dec. 31, 2014.  Army Corps of Engineers, Louisville, Ky., is the contracting activity.

*Small Business

Friday, December 6, 2013

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

 FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

AIR FORCE
 
Lockheed Martin Corp., Marietta, Ga., has been awarded up to $169,726,427 not-to-exceed firm-fixed-price contract for advance procurement funding for long lead efforts associated with 18 C-130J aircraft. Work will be performed at Marietta, Ga., and is expected to be completed by Oct. 31, 2016. This award is the result of a sole-source acquisition. Fiscal 2013 advance procurement funds in the amount of $169,726,427 are being obligated at time of award. Air Force Life Cycle Management Center/WLNNC, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-14-C-6450).

Booz Allen Hamilton Inc., McLean, Va., has been awarded an $18,062,895 cost-plus-fixed-fee modification (P00047) under an existing contract (FA8811-10-C-0006) for systems engineering and integration support to the Launch and Test Range System . The contract modification extends the existing contract for one year. Work will be performed at Los Angeles Air Force Base, Calif., and is expected to be completed by Dec. 7, 2014. Fiscal 2014 other procurement and research and development funds in the amounf of $3,665,819 are being obligated at time of award. Range and Network Division, Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity.

Oasis Systems LLC, Lexington, Mass., was awarded an $11,918,862 modification (P00005) on an existing cost-plus-fixed-fee, cost-reimbursable contract (FA8721-13-C-0025) for professional acquisition support services. This contract modification provides the exercise of an option for an additional six months of professional acquisition support services under the basic contract. Work will be performed at Hanscom Air Force Base, Mass., and Langley Air Force Base, Va., and is expected to be completed by April 17, 2014. This modification provides professional acquisition support services in support of Air Force Life Cycle Management Center divisions. Fiscal 2012 procurement and fiscal 2013 research and development and procurement funds in the amount of $420,420 were obligated at time of award. Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM, Hanscom Air Force Base, Mass., is the contracting activity (Awarded Sept. 10, 2013).

Quantech Services Inc., Lexington, Mass., was awarded a $10,074,671 modification (P00006) on an existing cost-plus-fixed-fee, cost-reimbursable contract (FA8721-13-C-0016) for professional acquisition support services. This contract modification provides the exercise of an option for an additional six months of professional acquisition support services under the basic contract. Work will be performed at Hanscom Air Force Base, Mass. and Langley Air Force Base, Va., and is expected to be completed by April 17, 2014. This modification provides professional acquisition support services in support of Air Force Life Cycle Management Center divisions, including classified foreign military sales. FMS support accounts for approximately 46 percent of the stated modification and includes Afghanistan, Egypt, Jordan, and Oman. Fiscal 2013 research and development, procurement and FMS funds in the amount of $2,016,142 were obligated at time of award. Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM, Hanscom Air Force Base, Mass., is the contracting activity (Awarded Sept. 10, 2013).

Global Defense Systems LP, Warner Robins, Ga., has been awarded a $9,624,302, firm-fixed-price contract for 480 C-130 Loadmaster Crashworthy seats. The Crashworthy seat will provide lifesaving capabilities during hard landings. Work will be performed at Albertville, Ala., and is expected to be completed June 30, 2016. This award is the result of a competitive acquisition via the internet, and five offers were received. Fiscal 2011 and 2012 procurement funds in the amount of $9,624,302 are being obligated at time of award. Air Force Life Cycle Management Center/WLKCA, Robins Air Force Base, Ga., is the contracting activity (FA8504-14-C-0002).

P E Systems Inc., Fairfax, Va., was awarded an $8,968,305 modification (P00005) on an existing cost-plus-fixed-fee, cost-reimbursable contract (FA8721-13-C-0029) for professional acquisition support services. This contract modification provides the exercise of an option for an additional six months of professional acquisition support services under the basic contract. Work will be performed at Hanscom Air Force Base, Mass., Langley Air Force Base, Va., Washington, D.C., and Wright-Patterson Air Force Base, Ohio, and is expected to be completed by April 17, 2014. This modification provides professional acquisition support services in support of Air Force Life Cycle Management Center divisions, including classified foreign military sales. FMS support accounts for approximately 1 percent of the stated modification and includes the countries of Germany, Greece, Morocco, Oman, Pakistan, Saudi Arabia, Singapore, and Thailand. Fiscal 2012 procurement and fiscal 2013 operations and maintenance, research and development, procurement and FMS funds in the amount of $621,641 were obligated at time of award. Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM, Hanscom Air Force Base, Mass., is the contracting activity (Awarded Sept. 19, 2013).

NAVY

Lockheed Martin, Mission Systems & Training, Mitchel Field, N.Y., is being awarded a $58,785,716 cost-plus-incentive fee, cost-plus-fixed fee contract for United States and United Kingdom D-5 navigation subsystem engineering support services. This contract provides for U.S. and U.K. fleet support, U.S. and U.K. trainer systems support, Ohio-class SSBN engineered refueling overhauls, U.S. and U.K. SSI4 trainer system, SSBN-R strategic weapon training system and training system development, U.K. successor support, software modernization and Linked Autonomous Programmed Navigational Operational Trainer modernization. The maximum dollar value, including the base period and one option-year if exercised, is $114,236,770. The work will be performed in Mitchel Field, N.Y. (97 percent), Clearwater/Oldsmar, Fla. (2 percent) and Manassas, Va. (1 percent), with an expected completion date of April 2017. Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $36,042,285; fiscal 2014 research, development, test and evaluation contract funds in the amount of $12,382,648; fiscal 2014 United Kingdom contract funds in the amount of $6,912,487; and fiscal 2014 other procurement, Navy contract funds in the amount of $3,448,296 are being obligated at time of award. Contract funds in the amount of $36,042,285 will expire at the end of the current fiscal year. This contract was a sole-source acquisition in accordance with 10 U.S.C. 2304(c)(1). Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-14-C-0002).

BAE Systems Technology Solutions Inc., Rockville, Md., is being awarded a $56,517,376 cost-plus-fixed fee, cost-plus-incentive fee contract for the United States and United Kingdom D5 strategic weapons systems programs, U.S. guided missile submarine attack weapons systems programs, Nuclear Weapons Security, and future concepts. These services will include: weapon system coordination, safety class engineering, conduct of installation test programs, direct logistics support of deployed forces, and support of logistics management programs. This contract provides for coordination documentation; electrical diagrams; systems publications; shipyard installation test support; test equipment and test data analysis; support for re-engineering the SWS as appropriate in response to guidelines resulting from continuous improvement initiatives, configuration management through SSP Alterations program, logistics engineering, Preventive Maintenance Management Plan, Standard Maintenance Procedures; systems level documentation and training curriculum support; logistics planning; logistics engineering; field logistics services; network development and maintenance. In addition, BAE Systems will provide the following products for the Common Missile Compartment (CMC) concept development effort to ensure that the existing TRIDENT II (D5) SWS is compatible with the Concept Development efforts being pursued for the CMC Program: weapon system coordination, class engineering, configuration management, logistics engineering, systems-level documentation, network development and maintenance and facility engineering and design support. They will also provide technical and engineering support to the CMC concept development efforts for SWS life cycle cost control evaluations. The maximum dollar value, including the base period and two option years, is $171,358,761. Work will be performed at Rockville, Md. (73 percent); Washington, D.C. (13 percent ); Silverdale, Wash. (5 percent); St. Mary’s, Ga. (4 percent); Portsmouth, Va. (3 percent); San Diego, Calif. (1 percent); the United Kingdom (.6 percent) , and Mechanicsburg, Pa. (.3 percent), with an expected completion date of Sept. 30, 2014. Fiscal 2014operations and maintenance, Navy funds in the amount of $33,679,376; fiscal 2014 United Kingdom contract funds in the amount of $10,268,000; fiscal 2013 and 2014 research, development, test and evaluation contract funds in the amounts of $488,000 and $6,783,000 respectively; fiscal 2012, 2013, and 2014 other procurement, Navy contract funds in the amounts of $173,000, $513,000, and $4,418,000 respectively; and fiscal 2014 weapons, Navy contract funds in the amount of $195,000 are being obligated at time of award. Contract funds in the amount of $34,340,376 will expire at the end of the current fiscal year. This contract was a sole source acquisition in accordance with 10 U.S.C. 2304(c)(1). Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-14-C-0009).

Huntington Ingalls Industries, Pascagoula, Miss., is being awarded a $39,051,995 modification to previously awarded contract (N00024-10-C-2203) for life cycle engineering and support services on the Amphibious Transport Dock Ship Program LPD 17 class. Services to be provided include post-delivery planning and engineering, homeport technical support, Class Integrated Product Data Environment, data maintenance and equipment management, systems integration and engineering support, LPD 17 class design services, research engineering, obsolescence management, material support, emergent repair provision (including warranty enforcement), training and logistics support; LPD 17 Integrated Planning Yard support including ship alteration development and installation, material management, Fleet Modernization Program planning, availability planning, configuration data management, research engineering, logistics documentation, and other logistics and executing activity coordination, and management of all related data within the Configuration Data Manager’s Database-Open Architecture. Work will be performed in Pascagoula, Miss., and is expected to be completed by December 2014. Fiscal 2005 shipbuilding and conversion, Navy funds in the amount of $5, 045,557, fiscal 2012 shipbuilding and conversion, Navy funds in the amount of $2,373,000, fiscal 2014 shipbuilding and conversion, Navy funds in the amount of $1,727,500, and fiscal 2014 operations and maintenance, Navy funds in the amount of $50,000 will be obligated at time of award. Contract funds in the amount of $2,423,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $15,597,818 firm-fixed-price delivery order (0075) against a previously issued basic ordering agreement (N00019-12-G-0006) in support of the V-22 aircraft. This order provides for additional nonrecurring engineering and technical support to forward fit/retrofit engineering change proposal #1007 into the aircraft. This effort will also provide for the delivery of eight helmet mounted display retrofit kits, spares, support equipment, tooling and training devices. Work will be performed at Ridley Park, Pa. (99.9 percent), and Fort Worth, Texas (.1 percent), and is expected to be completed in March 2015. Fiscal 2013 aircraft procurement, U.S. Special Operations Command funding in the amount of $15,597,818 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.

DEFENSE LOGISTICS AGENCY

Atlantic Diving Supply Inc.*, Virginia Beach, Va., has been awarded a maximum $84,063,089 fixed-price with economic-price-adjustment contract for various commercial fasteners. This contract is a competitive acquisition, and seven offers were received. Location of performance is Virginia with a Dec. 5, 2016 performance completion date. This is a three-year base contract with one two-year option periods. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM5EN-14-D-0001).

KPMG LLP, McLean, Va., has been awarded a maximum $12,834,740 firm-fixed-price contract for all necessary management services, personnel and documentation required for Defense Logistics Agency audit readiness review. This contract is a competitive acquisition, and six offers were received. Location of performance is Virginia with a Dec. 5, 2014 performance completion date. This is a one-year base contract. Using service is federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Richmond, Va., (SP4703-11-A-0017-0034).

ARMY

General Atomics Aeronautical Systems Inc., Poway, Calif., was awarded a $40,253,105 modification (P0003) to contract W58RGZ-13-C-0109 for the Gray Eagle full rate production option exercise applicable to the Gray Eagle Unmanned Aircraft System. Fiscal 2014 other procurement, Army funds in the amount of $40,253,105 were obligated at the time of the award. Estimated completion date is Sept. 30, 2016. One bid was solicited with one received. Work will be performed at Poway, Calif. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

EADS North America, Herndon, Va. was awarded a $33,217,089 firm-fixed-price contract with options for the purchase of six UH72A Lakota aircraft and six airborne radio communication 231 radios. Fiscal 2014 other procurement funds in the amount of $33,217,089 were obligated at the time of the award. Estimated completion date is Dec. 31, 2014. Five bids were solicited with three received. Work will be performed in Herndon, Va. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0194).

Dutra Dredging Co., San Rafael, Calif., was awarded a $19,869,500 firm-fixed-price contract for dredging the Thimble Shoal Federal Navigation Channel and the Cape Henry Federal Navigation Channel. Fiscal 2014 other procurement funds in the amount of $8,231,200 were obligated at the time of the award. Estimated completion date is Sept 1, 2014. Bids were solicited via the Internet with three received. Work will be performed at Newport News, Va. Army Corps of Engineers, Norfolk, Va., is the contracting activity (W91236-14-C-0014).

BAE Systems Information & Electronic Systems Integration, Greenlawn, N.Y., was awarded an $11,527,257 cost-plus-fixed-fee contract to acquire engineering services, a technical data package and technical training required to develop organic depot activation repair capability of the AN/APX-124 Mode S/5 Identification Friend or Foe Transponder System at Tobyhanna Army Depot, Pa. Fiscal 2014 other procurement funds in the amount of $3,562,257 were obligated at the time of the award. Estimated completion date is June 6, 2016. Bids were solicited via the Internet with one received. Work will be performed at Greenlawn, N.Y. Army Contracting Command, Tobyhanna, Pa., is the contracting activity (W25G1V-14-C-0003).

Jorge Scientific Corp., Arlington, Va., was awarded a $7,309,301 firm-fixed-price contract for Counterinsurgency (COIN) Advisory and Assistance Team services in Afghanistan regarding a new COIN concept without a break in service. This assistance entails training U.S. forces on how to train Afghanistan National Security Forces (ANSF) on functions critical to ANSF sustainment. Fiscal 2014 operations and maintenance, Army funds in the amount of $5,755,730 were obligated at the time of the award. Estimated completion date is March 15, 2014. This was a sole-source acquisition. Work will be performed in Afghanistan. CENTCOM Joint Theater Support Contracting Command – Phoenix APO, AE is the contracting activity (W56SGK-14-C-0003).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Koniag Information Security Systems, Chantilly, Va., has been awarded a $6,600,688 cost-plus-fixed-fee contract. This award is for contractor support services for the DARPA Security and Intelligence Directorate. Work will be performed in Arlington, Va. The estimated completion date is Dec. 31, 2014. Fiscal 2013 research and development funds are being obligated at time of award. The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Va., (HR0011-14-C-0048).

*Small Business

Wednesday, December 4, 2013

U.S. DEFENSE CONTRACTS FOR NOVEMBER 4, 2013

FROM:  U.S. DEFENSE DEPARTMENT
CONTRACTS

ARMY

Science Applications International Corp., McLean, Va., (W91CRB-11-D-0001) (P00010); Battelle Memorial Institute, Columbus, Ohio, (W91CRB-11-D-0002) (P00005); Booz Allen Hamilton, Mc Lean, Va., (W91CRB-11-D-0003) (P00007); Exelis Inc., Alexandria, Va., (W91CRB-11-D-0004) (P00010); Northrop Grumman Systems Corp., Herndon, Va., (W91CRB-11-D-0005) (P00007); Wintec Arrowmaker, Inc.*, Fort Washington, Md., (W91CRB-11-D-0006) (P00006); Technical and Project Engineering LLC.*, Alexandria, Va. (W91CRB-11-D-0007) (P00005) were awarded an $80,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract modification.  The modification increases the award ceiling from $400,000,000 to $480,000,000 in order to support the Army Research Laboratory’s increased unique mission cell requirements.  Funding and location will be determined with each order.  Bids were solicited via the Internet with seven received.  Army Contracting Command, Research Triangle Park, N.C., is the contracting activity.

Choctaw Transportation Company Inc., Dyersburg, Tenn., (W912EQ-14-D-0001); Luhr Bros., Inc., Columbia, Ill., (W912EQ-14-D-0002); Patton-Tully Marine LLC.*, Memphis, Tenn., (W912EQ-14-D-0003); Pine Bluff Sand and Gravel Co., White Hall, Ark., (W912EQ-14-D-0004), were awarded a $48,000,000 firm-fixed-price contract for the construction of various types of stone navigation structures to include all types of dikes, chevrons, bend-way weirs, hardpoints, and other river training structures in the Mississippi River between river miles 954.0 to 320.  Funds and location will be determined with each order.  Estimated completion date is Dec. 3, 2016.  Bids were solicited via the Internet with four received.  Army Corps of Engineers, Memphis, Tenn., is the contracting activity.

Northrop-Grumman, Huntsville, Ala. was awarded a $19,800,000 cost-plus-incentive-fee contract for research and development of the Integrated Air and Missile Defense and Battle Command System. Work will be performed in Huntsville, with an estimated completion date of Sept. 30, 2015.  Fiscal 2014 research, development, test and evaluation funds in the amount of a $19,800,000 were obligated at the time of the award.  Two bids were solicited, with two received.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-08-C-0418). (Awarded Dec 3, 2013)

Oshkosh Corp, Oshkosh, Wisc., was awarded a $9,500,000 contract modification (P00029) to contract W56HZV-09-D-0159 to extend the vehicle ordering year for the family of medium tactical vehicles to cover Jan. 1 to May 15, 2014.  This extension is based on lost ordering time due to a protest that occurred within ten days of this contract's award, Aug. 26, 2009, that lasted 131 days.  Fiscal 2014 other procurement funds will be determined by each order. Work will be performed in Oshkosh. Bids were solicited via the Internet, with three received.  Army Contracting Command, Tank and Automotive, Warren, Mich., is the contracting activity. (Awarded Dec. 3, 2013)


NAVY

Maersk Line Ltd., Norfolk, Va., is being awarded a $14,223,440 modification under a previously awarded firm-fixed-price contract (N00033-11-C-5400) to exercise option period two for the worldwide charter of one U.S.-flagged, Ice-class certified, double-hulled product tanker.  The vessel provides worldwide bulk fuel support to the Department of Defense, including a delivery each year to Antarctica for the National Science Foundation and a delivery each year to Greenland for the Department of Defense, Defense Logistics Agency-Energy.  Work will be performed worldwide, and is expected to be completed December 2014.  If all option periods are exercised, work will continue through November 2016.  Fiscal 2014 working capital contract funds in the amount of $11,495,657 are obligated on this award, and will not expire at the end of the fiscal year.  Military Sealift Command, Washington, D.C., is the contracting activity.

CDM Federal Programs Corp., Fairfax, Va., is being awarded $10,730,846 for firm-fixed-price task order 0012 under a previously awarded indefinite-delivery/indefinite-quantity contract (N62470-09-D-9037) for the Naval Facilities Engineering Command utility inventory and risk assessment pilot.  The work to be performed is to migrate existing AutoCAD (computer aided design) data and/or version 2.6 geographic information system data for the water, wastewater, thermal, gas, compressed air, saltwater and electrical commodities into the latest respective version of the utilities geographic information systems models.  The work to be performed is to also combine geographic information systems data with existing MAXIMO data, asset data in spreadsheets and other databases.  Work will be performed at several Naval Facility Engineering Commands located at Jacksonville, Fla., San Diego, Calif., and Washington, D.C.  Work is expected to be completed by September 2015.  Fiscal 2014 Navy working capital funds in the amount of $10,730,846 are obligated on this award and will not expire at the end of the current fiscal year.  One proposal was received for this task order.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded $8,481,104 for firm-fixed-price delivery order 2035 against a previously issued basic ordering agreement (N00019-11-G-0001) for follow-on integrated logistics support/engineering services for Harpoon/SLAM-ER Missile System and Harpoon Launch Systems for the U.S. Navy and various foreign military sales customers.  Work will be performed in St. Charles, Mo. (91.17 percent); St. Louis, Mo. (5.43 percent); Yorktown, Va. (2.64 percent); Pt. Mugu, Calif. (.71 percent); and Oklahoma City, Okla. (.05 percent), and is expected to be completed in July 2014.  This contract combines purchases for the U.S. Navy ($3,122,737; 36.82 percent); the governments of Korea ($759,253; 8.95 percent); Taiwan ($715,517; 8.43 percent); Turkey ($632,914; 7.46 percent); Egypt ($421,912; 4.97 percent); United Kingdom ($317,393; 3.74 percent); Japan ($302,563; 3.57 percent); Pakistan ($283,035; 3.34 percent); Australia ($260,331; 3.07 percent); Chile ($223,047; 2.63 percent); Saudi Arabia ($223,212; 2.63 percent); Canada ($204,204; 2.41 percent); Israel ($165,053; 1.95 percent); Bahrain ($109,006; 1.29 percent); United Arab Emirates ($106,102; 1.25 percent); the Netherlands ($83,584; .99 percent); Germany ($83,582; .99 percent); Kuwait ($77,246; .91 percent); Singapore ($75,386; .89 percent); Oman ($71,439; .84 percent); India ($64,462; .76 percent); Portugal ($62,687; .74 percent); Thailand ($45,825; .54 percent); Denmark ($41,791; .49 percent); and Malaysia ($28,823; .34 percent) under the Foreign Military Sales program.  Fiscal 2014 operations and maintenance, Navy and FMS contract funds in the amount $8,481,104 will be obligated at time of award; $3,122,737 of which expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Pfizer, Inc., has been awarded a $7,670,632 technology investment agreement.  Pfizer shall perform a research and development program designed to develop a technology platform to identify and subsequently induce the production of protective antibodies to an emerging pathogen directly in an infected or exposed individual.  Work will be performed in Cambridge, Mass. The estimated completion date is Dec. 8, 2016.  Fiscal 2013 research and development funds are being obligated at time of award. The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Va., (HR0011-14-3-0001).


*Small Business

Tuesday, December 3, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR DECEMBER 3, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

DEFENSE THREAT REDUCTION AGENCY

Alion Science and Technology Corp., Burr Ridge, Ill., (HDTRA1-14-D-0002); Applied Research Associates, Albuquerque, N.M., (HDTRA1-14-D-0003); Engility Corp., Chantilly, Va., (HDTRA1-14-D-0004); Exelis Inc., Herndon, Va., (HDTRA1-14-D-0005); Northrop Grumman Systems Corp., Herndon, Va., (HDTRA1-14-D-0006); Raytheon Co., Dulles, Va., (HDTRA1-14-D-0007); and Leidos, Inc., McLean Va., (HDTRA1-14-D-0008), were awarded a maximum $4,000,000,000 multiple-award, indefinite-delivery/indefinite-quantity contract titled Combating Weapons of Mass Destruction Research and Technology Development IDIQ.  This IDIQ provides for delivery/task orders to procure research and development, providing scientific and technological solutions to meet the DoD’s non-proliferation, counterproliferation, and consequence management objectives.  Work will be performed at contractor facilities as well as at Fort Belvoir, Va., with an expected completion date of Dec. 3, 2018 (base period) followed by a five-year option period that, if exercised, will extend the end date to Dec. 3, 2023, but would not increase the ceiling value.  The contract has a $100,000 minimum guarantee to each awardee.  This contract was a competitive acquisition, and eight offers were received.  The Defense Threat Reduction Agency, Research and Development Contracting Office DTRA/J4CRB, Fort Belvoir, Va., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Solution Dynamics Inc.*, Brookfield, Wis. (SPE8EC-14-D-0003) and Atlantic Diving Supply*, Virginia Beach, Va. (SPE8EC-14-D-0005), have been awarded a maximum $633,000,000 multiple-award, fixed-price with economic-price-adjustment contract.  These are two of up to 22 total five-year contracts being issued against solicitation number SPM8EC-11-R-0001, and are for the procurement of commercial type material handling equipment.  This contract is a competitive acquisition, and thirty-one offers were received.  Locations of performance are Wisconsin, Virginia, and England with a Dec. 2, 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 2019 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

MWI Veterinary Supply, Boise, Idaho, has been awarded a maximum $43,422,331 modification (P00102) exercising the second one-year option period on a one-year base contract (SPM2D0-11-D-0011) with four one-year option periods for veterinary pharmaceutical products.  This is a fixed-price with economic-price-adjustment, indefinite delivery/indefinite-quantity contract.  Location of performance is Idaho, with a Dec. 5, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 warstopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Dixon Shane, doing business as R&S Northeast LLC*, Philadelphia, Pa., has been awarded a maximum $18,360,764 modification (P00157) exercising the fifth one-year option period on a one-year base contract (SPM2D0-08-D-0252) with nine one-year option periods for various pharmaceutical products.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Pennsylvania with a Dec. 11, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 warstopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

Lockheed Martin Corp., Marietta, Ga., has been awarded a not-to-exceed $81,183,198 modification (P00231) to an existing contract (FA8625-11-C-6597 ) to fund one C-130J (aircraft #4), advance (long-lead) procurement of aircrafts five and six, and external fuel tank modification kits for Israel. Work will be performed at Marietta, Ga., and is expected to be completed by Jun. 30, 2016.  This contract is 100 percent foreign military sales for Israel.  Air Force Life Cycle Management Center/WLNNC, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Lockheed Martin Corp., Marietta, Ga., has been awarded a $48,500,000 modification (P00230) to previously awarded FA8625-11-C-6597 for advance procurement funding of long lead efforts associated with five additional C-130J aircraft.  Work will be performed at Lockheed Martin Corp., Marietta, Ga., with an expected completion date of Dec. 31, 2016.  Fiscal 2012 aircraft procurement funds in the amount of $48,500,000 are being obligated at time of award.  Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

NAVY

General Dynamics Bath Iron Works, Bath, Maine, is being awarded $73,913,646 modification to previously awarded contract (N00024-12-C-4311) for DDG 51 and FFG 7 class integrated planning yard services.  This effort will provide expert design, planning, and material support services for both maintenance and modernization.  Work will be performed in Bath, Maine, and is expected to complete by December 2016.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $1,000 will be obligated at time of contract award and will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington D.C., is the contracting activity.

L-3 Communications, Communication Systems--West, Salt Lake City, Utah, is being awarded a $22,921,771 modification to a previously awarded firm-fixed-price contract (N00019-12-C-2024) to exercise an option for the manufacture, test, delivery and support of four AN/SRQ-4 and 31 AN/ARQ-59 Common Data Link Hawklink radio terminal sets in support of the MH-60R aircraft.  Work will be performed in Salt Lake City, Utah (60 percent); Atlanta, Ga. (14 percent); Mountain View, Calif. (6 percent); Exeter, N.H. (2 percent); and Phoenix, Ariz.; El Cajon, Calif.; Oxnard, Calif.; Salinas, Calif.; Sunnyvale, Calif.; Boise, Idaho; Derby, Kan.; Littleton, Mass.; Stow, Mass.; Minnetonka, Minn.; Skokie, Ill.; Dover, N.H.; Bohemia, N.Y.; York Haven, Pa.; Providence, R.I.; Cedar Park, Texas; Fort Worth, Texas; and Toronto, Canada (1 percent each), and is expected to be completed in September 2017.  Fiscal 2014 other procurement, Navy and fiscal 2014 aircraft procurement, Navy contract funds in the amount of $22,921,771 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.


Monday, December 2, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR DECEMBER 12, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

ARMY

Raytheon Co., Fort Wayne, Ind., was awarded a $97,850,000 five year indefinite-delivery/indefinite-quantity contract for the design, building, integration, testing, and delivery of the Electronic Warfare Planning and Management Tool.  Funding and locations will be determined by each order.  Estimated completion date is Dec. 1, 2018.  Bids were solicited via the Internet with six received.  Army Contracting Command, Aberdeen, Md., is the contracting activity (W15P7T-14-D-C006).

Dutra Dredging Company, Calif. was awarded a $19,869,500 firm-fixed-price contract for dredging in the Thimble Shoal Federal Navigation Channel and the Cape Henry Federal Navigation Channel.  Fiscal 2014 other procurement funds in the amount of $8,231,200 were obligated at the time of the award.  Estimated completion date is Sept. 1, 2014.  Bids were solicited via the Internet with three received.  Work location is Newport News, Va.  Army Corps of Engineers, Norfolk, Va., is the contracting activity (W91236-14-C-0014).

AIR FORCE

The Boeing Co., Wichita, Kan., has been awarded a $75,679,707 firm-fixed-price modification (P00030) on an existing contract (FA8106-06-D-0001) for Product Service Integrator for the E-4B platform consisting of sustainment, programmed depot maintenance, modification, and related support.  Work will be performed at Wichita, Kan., and is expected to be completed by Nov. 30, 2014.  This award is the result of a sole-source acquisition.   Fiscal 2014 operations and maintenance funds in the amount of $24,502,089 are being obligated at time of award.  Air Force Life Cycle Management Center/WLKLC, Tinker Air Force Base, Okla., is the contracting activity.

Al Raha Group for Technical Services, Riyadh, Kingdom of Saudi Arabia, has been awarded a $45,000,000 (estimated) modification (P00003) on an existing firm-fixed-price/cost-reimbursable-no-fee contract (FA8505-12-D-0001) for foreign military sales Royal Saudi Air Force F-15 unclassified items, third party logistics, repair and return management services.  This modification adds six months period of performance to the basic contract.  Work will be performed at the contractor's facility in Warner Robins, Ga., Riyadh, Kingdom of Saudi Arabia, and multiple certified sources of repair located throughout the continental United States, and is expected to be completed by May 31, 2014.  This contract is 100 percent foreign military sales for Saudi Arabia.  Air Force Life Cycle Management Center/WWKA, Robins Air Force Base, Ga., is the contracting activity.

Phacil Inc., Arlington, Va., has been awarded a $10,965,757 primarily fixed-price incentive (firm target) modification exercising option 1 on the Modernization Eastern Range Network (MEN) task order (FA8806-14-F-0001) on the GSA Alliant Small Business Government wide Acquisition Contract.  This modification authorizes the effort required to design, procure, install, integrate, test, and deliver the Launch Sustainment System, Network Management System, and acquire initial operating spares.  Work will be performed at Patrick Air Force Base, Fla., and is expected to be completed by Sept. 30, 2017.  Fiscal 2012 other procurement funds in the amount of $10,965,757 are being obligated at time of award.  The Range and Network Division, Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity.

NAVY

CASS Holdings LLC*, Oklahoma City, Okla., is being awarded a $34,000,000 not-to-exceed, indefinite-delivery/indefinite-quantity contract to refurbish the F71, F72, F73, and F78 AM2 matting packages in support of the Expeditionary Airfield Program.  This contract includes end frames, stamping/markings, end sheets, and locking bars.  Work will be performed in Oklahoma City, Okla., and is expected to be completed in December 2018.  Fiscal 2014 operation and maintenance, Navy contract funds in the amount of $549,371 are being obligated on this award, all of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals as a 100 percent small business set-aside; one proposal was received.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-14-D-0008).

Austal USA LLC, Mobile, Ala., was awarded an $8,247,342 modification to previously awarded contract (N00024-11-C-2301) on Nov. 27, 2013, to exercise an option for littoral combat ship (LCS) core class services.  Austal USA LLC will assess engineering and production challenges as well as evaluate the cost and schedule risks from affordability efforts to reduce LCS acquisition and lifecycle costs.  Work will be performed in Mobile, Ala. (60 percent), and Pittsfield, Mass. (40 percent), and is expected to be complete by November 2014.  Fiscal 2013 shipbuilding and conversion, Navy funds in the amount of $8,247,342 were obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

C.R. Bard, Inc., Murray Hill, N.J., has been awarded a maximum $46,261,496 modification (P00007) exercising the second one-year option period on a one-year base contract (SPM2D0-11-D-0013) with seven one-year option periods for guaranteed access to inventory to ensure material availability and to provide medical/surgical surge, re-supply, and sustainment material.  This is a fixed-price with economic-price-adjustment, indefinite delivery/indefinite-quantity contract.  Location of performance is New Jersey with a Dec. 5, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2014 medical funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.


Lion Vallen LTD Partnership doing business as LVI, Dayton, Ohio, has been awarded a maximum $20,000,000 fixed-price with economic-price-adjustment contract for third party logistics support providing warehousing, distribution, and logistics support to fulfill clothing and textile requirements.  This contract is a competitive acquisition, and 10 offers were received.  Locations of performance are Ohio and Georgia with a Dec. 1, 2016 performance completion date.  This is a three-year base contract with four one-year option periods.  Using military services are Army and federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM1C1-14-C-0002).

DL Management Services Joint Venture, Clover, S.C., has been awarded a maximum $11,381,864 firm-fixed-price contract for procurement of alongside aircraft refueling services.  This contract is a competitive acquisition, and two offers were received.  Locations of performance are South Carolina and Maryland with a Dec. 31, 2018 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-C-5405).

TRANSPORTATION COMMAND

CORRECTION:  The contract announced Nov. 27, 2013 did not have dollar value associated with it.  The correct version is below.

AAR Airlift Group, Inc., Palm Bay, Fla., is being awarded a $22,665,042 indefinite delivery/indefinite quantity, fixed-price with economic price adjustment contract for dedicated fixed wing services in the Central Africa Region (Uganda, Central Africa Republic, the Democratic Republic of Congo, and South Sudan).  Performance is from Dec. 28, 2013 to Oct. 27, 2015.  Funds will be obligated on individual task orders and are Army operations and maintenance funds.  This contract was a competitive acquisition, and four proposals were received.  The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-14-D-R026).


*Small Business

Wednesday, November 27, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR NOVEMBER 27, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
NAVY

Toyon Research Corp.**, Goleta, Calif. (N68936-14-D-0001), and Integrity Applications Inc.**, Chantilly, Va. (N68936-14-D-0002), are each being awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the development and fielding of intelligence, surveillance, reconnaissance, and targeting systems to improve warfighter situational awareness and weapon delivery capabilities.  The estimated aggregate ceiling for both contracts is $42,282,088, with the companies having an opportunity to compete for individual delivery orders.  Work will be performed in Goleta, Calif., and Chantilly, Va. and work is expected to be completed in November 2018.  Funds are not being obligated at time of award.  Funds will be obligated on individual delivery orders as they are issued.  This contract was competitively procured via an electronic request for proposals as a 100 percent small business set-aside; seven offers were received.  The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity.

Raytheon Co., Integrated Defense Systems, San Diego, Calif., is being awarded a $32,388,530 modification to previously awarded contract (N00024-10-C-2205) for lifecycle engineering and support services for LPD 17 class integrated shipboard electronic systems.  The following services will be provided:  lifecycle engineering and support services, including post-delivery planning, logistics and engineering, homeport technical support, integrated product data environment, data maintenance, equipment management, systems integration and design engineering, software support, research engineering, obsolescence management (both technical and logistics), material readiness support, emergent repair planning, training and logistics support; Planning Yard support of integrated electronic systems, including fleet modernization planning, ship alteration development and installation, material management, configuration data management, research engineering, logistics documentation, and other logistics and executing activity coordination, and management; performance-based logistics support, including providing sustaining engineering and obsolescence management support for unique LPD 17 class integrated shipboard electronic systems.  Work will be performed in San Diego, Calif. (98 percent), and Norfolk, Va. (2 percent), and is expected to be completed by December 2014.  Fiscal 2005 and 2012 shipbuilding and conversion, Navy; fiscal 2014 shipbuilding and conversion, Navy and fiscal 2014 operations and maintenance, Navy funds in the amount of $6,229,134 will be obligated at time of award.  Contract funds in the amount of $1,814,508 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Helix Electric Inc., San Diego, Calif., is being awarded a $24,788,000 firm-fixed-price contract for Dry Dock 8 electrical distribution upgrade at Norfolk Naval Shipyard.  The work to be performed provides for the upgrade of existing shore power to support the new class of aircraft carriers.  Specifically, this project involves installation of an electrical distribution system, a system capable of providing shore power and industrial power at the dry dock.  The contractor will also be responsible for removal and disposal of the existing power system.  The project includes provisions to support the shore power requirements of the adjacent future pier replacement and provides for all electrical, civil, structural and mechanical work associated with the electrical upgrades.  The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $24,973,000.  Work will be performed in Portsmouth, Va., and is expected to be completed by December 2015.  Fiscal 2013 military construction, Navy contract funds in the amount of $24,788,000 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, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-14-C-8106).

Northrop Grumman Systems Corp., Aerospace Systems, San Diego, Calif., is being awarded a $13,857,607 cost-plus-fixed-fee contract for logistics services in support of the MQ-8B/C Fire Scout unmanned air vehicle.  This work will be performed in Patuxent River, Md. (70 percent), and Pt. Mugu, Calif. (30 percent), and is expected to be completed in November 2014.  Fiscal 2014 operations and maintenance, Navy funds in the amount of $13,857,607 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 10U.S.C. 2304 (c) (1).  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-C-0012).

Rockwell Collins Inc., Richardson, Texas, is being awarded a $10,834,820 fixed-firm-price contract for sustaining engineering services in support of the E-6B Mercury aircraft.  This contract includes sustaining engineering services for the Mission Avionics System, the Long Trailing Wire Assembly, the Short Trailing Wire Assembly, the High Power Transmit Set and the Internet Protocol Bandwidth Expansion Phase 4 system.  Work will be performed in Richardson, Texas (60 percent) and Tinker Air Force Base, Oklahoma City, Okla. (40 percent) and is expected to be completed in November 2014.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $2,033,000 are being obligated on this award, all of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-C-0027).

Raytheon Co., Tucson, Ariz., is being awarded a $9,720,715 modification to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-09-D-0005) to exercise an option for the procurement of 210 HARM AGM-88B/C Guidance Sections for the U.S. Air Force (190) and the Government of Germany (20); 25 HARM AGM-88BC Control Sections for the U.S. Air Force (20) and the Government of Germany (5), including associated technical data.  Work will be performed in Tucson, Ariz., and is expected to be completed in August 2015.  Fiscal 2014 operations and maintenance, Air Force and foreign military sales funds in the amount of $8,280,290 will be obligated at time of award, $7,222,105 of which will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Air Force ($8,662,530; 89 percent) and the Government of Germany ($1,058,185; 11 percent) under the Foreign Military Sales Program.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Drew Marine USA, Inc., Whippany, N.J., is being awarded a $9,202,490 modification under a previously awarded indefinite-delivery/indefinite-quantity contract with firm-fixed-price delivery orders (N00033-12-D-8000) to exercise a one-year option for the worldwide supply, delivery and services for shipboard chemical treatment; foam testing, supply and disposal; industrial gases; and refrigerants for all U.S. naval ships of Military Sealift Command (MSC) and any other vessel specifically identified by MSC.  Work will be performed worldwide and is expected to be completed November 2014.  If all options are exercised this effort will continue through November 2016.  Fiscal 2014 working capital contract funds in the amount of $9,202,490 are being obligated, and funds will expire at the end of that fiscal year.  The U.S. Navy’s Military Sealift Command, Washington, D.C., is the contracting activity (N00033-12-D-8000).

The Hana Group Inc., Honolulu, Hawaii, is being awarded a $6,803,449 modification to previously awarded cost-plus-fixed-fee contract (N00178-07-D-5082) to exercise option three for range and business/financial support services.  Work will be performed at Kauai, Hawaii, and work is expected to be completed Dec. 1. 2014.  If all options are exercised, work will be completed by Dec. 1, 2015.  This modification increases the value of the basic task order to a new total value of $27,096,766.  Fiscal 2014 operations and maintenance, Navy funds in the amount of $633,150 will be obligated at the time of award, and funds will expire at the end of the current fiscal year.  This contract was competitively procured using the Navy Sea Port e-procurement portal, with four offers received in response to this solicitation.  The NAVSUP Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Defense Contract Services Inc.*, Leander, Texas, has been awarded a maximum $20,790,000 firm-fixed-price contract for non-personal services to perform the operation and maintenance for fuels service center and manage all programs and actions required to support the fuels management flight located on Edwards Air Force Base, Calif.  This contract is a competitive acquisition, and 14 offers were received.  Locations of performance are Texas and California with a Dec. 31, 2025 performance completion date.  This is a 12-year base contract with one four-year option period.  Using military service is Air Force.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-C-5402).

Dixie Chemical Company Inc.**, Houston, Texas, has been awarded a maximum $15,179,076 firm-fixed-price contract for production, storage, and distribution of various types of high density, synthetic hydrocarbon type propellants.  This contract is a competitive acquisition, and three offers were received.  Location of performance is Texas with a Nov. 30, 2018 performance completion date.  This is a five-year base contract with no option year periods.  Using military services are Navy, Air Force, federal civilian agencies and defense contractors.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, San Antonio, Texas, (SPE601-14-D-1502).

Bethel Industries, Inc.**, Jersey City, N.J., has been awarded a maximum $13,967,796 modification (P00014) exercising the first one-year option period on a one-year base contract (SPM1C1-13-D-1015) with four one-year option periods for combat utility uniform trousers.  This is a firm-fixed-price, indefinite-quantity contract.  Locations of performance are New Jersey and Mississippi with a Dec. 4, 2014 performance completion date.  Using military service is Marine Corps.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Short Bark Industries Inc.***, Vonore, Tenn., has been awarded a maximum $10,835,538 modification (P00009) exercising the first one-year option period on a one-year base contract (SPM1C1-13-D-1005) with four one-year option periods for combat utility uniform blouses.  This is a firm-fixed-price, indefinite-quantity contract.  Locations of performance are Tennessee, Puerto Rico, and Mississippi with a Dec. 4, 2014 performance completion date.  Using military service is Marine Corps.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Refinery Associates of Texas Inc.**, New Braunfels, Texas, has been awarded a maximum $8,435,714 fixed-price with economic-price-adjustment contract for fuel.  This contract is a competitive acquisition, and seventeen offers were received.  Locations of performance are Texas and United Arab Emirates with a Jan. 30, 2015 performance completion date.  This is a two-year base contract with no option year periods.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0453).

Kandor Manufacturing Inc.****, Arecibo, Puerto Rico, has been awarded a maximum $6,690,641 modification (P00009) exercising the first one-year option period on a one-year base contract (SPM1C1-13-D-1014) with four one-year option periods for combat utility uniform blouses.  This is a firm-fixed-price, indefinite-quantity contract.  Locations of performance are Puerto Rico and Mississippi with a Dec. 4, 2014 performance completion date.  Using military service is Marine Corps.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

The Boeing Co., St. Louis, Mo., has been awarded a $15,500,000 firm-fixed-price modification (P00021) to firm-fixed-price contract (FA8634-12-C-2651) for the procurement of disorientation recovery function capability on the F-15SA aircraft for the Royal Saudi Air Force.  Work will be performed in St. Louis, Mo., and will be completed by Feb. 2, 2015.  Foreign military sales funds for Saudi Arabia in the amount of $2,365,121 are being obligated at time of award.  The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Honeywell International Inc., Clearwater, Fla., has been awarded a $9,997,263 cost-plus-fixed-fee contract for the Pendulous Integrating Gyroscopic Accelerometer (PIGA, a component on the Intercontinental Ballistic Missile).  Honeywell will repair PIGA float assemblies which is an ongoing repair effort.  This effort will produce 96 PIGA floats that will be reinserted within the PIGA float assembly repair line.  The PIGA float is an extremely complex, critical precision sub-assembly that is the heart of the PIGA instrument.  Work will be performed in Clearwater, Fla., and is expected to be completed by Nov. 30, 2015.  This award is the result of a sole-source acquisition.  Fiscal 2014 operations and maintenance funds in the amount of $8,234,569 are being obligated at time of award.  Air Force Nuclear Weapons Center/PZBF, Hill Air Force Base, Utah, is the contracting activity (FA8204-14-C-0002).

ARMY

General Dynamics Land Systems Inc., Sterling Heights, Mich., was awarded a $6,950,520 contract modification (P00025) for contract W56HZV-11-C-C002.  Modification is for an equitable adjustment resulting from the impact of a government stop-work order under the Ground Combat Vehicle Technology Development Phase contract.  Fiscal 2014 research, development, test and evaluation funds were obligated at the time of the award.  Estimated completion date is June 4, 2014.  Bids were solicited via the Internet with three received.  Work location is Sterling Heights, Mich.  Army Contracting Command (Tank and Automotive), Warren, Mich., is the contracting agency.

City of Monterey, Monterey, Calif., was awarded a $7,024,196 cost contract with options for base operations support services.  Fiscal 2014 operations and maintenance, Army funds in the amount of $3,780,100 were obligated at the time of the award.  Estimated completion date is Nov. 30, 2014.  One bid was solicited and one received.  Work location is Monterey, Calif.  Army Contracting Command, Fort Sam Houston, Texas, is the contracting agency (W9124J-14-D-0001).

TRANSPORTATION COMMAND

American Auto Logistics, Limited Partnership, Park Ridge, N.J., is being awarded a $69,000,000 delivery order modification 04 to previously awarded delivery order DAMT01-03-D-0184-0009 to provide Department of Defense-sponsored shipments of privately owned vehicles belonging to military service members and transportation of DOD-sponsored shipments of POVs for DOD civilian employees.  Work will be performed at multiple locations both within and outside of the continental U.S., through March 21, 2014.  Fiscal year 2014 Transportation Working Capital Funds of $69,000,000 are being obligated at the time of modification execution. The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill.

AAR Airlift Group, Inc., Palm Bay, Fla., is being awarded an indefinite delivery/indefinite quantity, fixed-price with economic price adjustment contract for dedicated fixed wing services in the Central Africa Region (Uganda, Central Africa Republic, the Democratic Republic of Congo, and South Sudan).  Performance is from Dec. 28, 2013 to Oct. 27, 2015.  Funds will be obligated on individual task orders and are Army operations & maintenance funds.  This contract was a competitive acquisition, and four proposals were received.  The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-14-D-R026).



*Veteran Owned Small Business
**Small Business
***Small InHubZone, Woman Owned Business
****Small Disadvantaged Business

Tuesday, November 26, 2013

DOD DEFENSE CONTRACTS FOR NOVEMBER 26, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
NAVY

Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $57,146,970 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) to exercise an option for MissionCareTM maintenance services in support of the V-22’s inventory of AE1107C engines. The services being performed will include O-level supply support, Repair of Repairable engine components and whole engines, field service representatives, low power repairs, program management, various site support and delivery of all Contract Data Requirements Lists.  Work will be performed in Oakland, Calif. (70 percent) and Indianapolis, Ind. (30 percent), and is expected to be completed in February 2015.  Fiscal 2013 aircraft procurement, Air Force; fiscal 2014 research, development, test and evaluation, Navy; fiscal 2014 aircraft procurement, Navy; fiscal 2014 operations and maintenance, Navy; fiscal 2014 operations and maintenance, Navy Reserve; fiscal 2014 operations and maintenance, Navy overseas contingency operations; fiscal 2014 operations and maintenance, Special Operations Command; fiscal 2014 operations and maintenance, Air Force overseas contingency operations contract funds in the amount of $57,146,970 will be obligated on this award, $55,580,178 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

BAE Systems Electronics, Intelligence & Support/Electronic Solutions, Nashua, N.H., is being awarded a $28,167,428 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0010) to exercise an option for the procurement of  procure 262 AN/ALE-55 fiber optic towed decoys (FOTDs) and 70 electronic frequency converters (EFC).  The AN/ALE-55 FOTDs and EFCs are components of the integrated defensive electronic counter measures suite.  The AN/ALE-55 provides the capability to transmit complex electronic countermeasures techniques from an off-board transmitter.  Work will be performed in Nashua, N.H. (80.6 percent); Mountain View, Calif. (12 percent); and Chelmsford Essex, United Kingdom (7.4 percent), and is expected to be completed in November 2015.  Fiscal 2013 and 2014 aircraft procurement, Navy and fiscal 2014 procurement of ammunition, Marine Corps contract funds in the amount of $28,167,428, will be obligated at the 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.

Atlantic NICC Joint Venture LLC*, Falls Church, Va., is being awarded a maximum amount $19,500,000 indefinite-delivery/indefinite-quantity job order contract for construction, alteration and repair of industrial, commercial, and utility projects to government facilities at various Department of Defense activities within Maryland, Virginia, and Washington, D.C.  The maximum dollar value, including the base period and four option years, is $97,500,000.  No task orders are being issued at this time.  Work will be performed in Patuxent River, Md. (31 percent), Dahlgren, Va. (30 percent), Indian Head, Md. (22 percent), and Annapolis, Md. (17 percent), with an expected completion date of November 2014.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $50,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was originally competitively procured via the Navy Electronic Commerce Online website with 20 proposals received.  This contract action is a re-award as a result of corrective action taken due to a Government Accountability Office protest.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-14-D-0352).

Atlantic NICC Joint Venture LLC*, Falls Church, Va., is being awarded maximum amount $19,500,000 indefinite-delivery/indefinite-quantity job order contract for construction, alteration and repair of industrial, commercial, and utility projects to government facilities at various Department of Defense activities within Maryland, Virginia, and Washington, D.C.  The maximum dollar value, including the base period and four option years, is $97,500,000.  No task orders are being issued at this time.  Work will be performed in Naval Support Activity Washington, Washington, D.C. (30 percent), Regional Officer in Charge of Construction Quantico, Va. (27 percent), Naval Support Activity Bethesda, Md. (25 percent), and Joint Base Anacostia-Bolling, Washington, D.C. (18 percent), with an expected completion date of November 2014.  Fiscal 2014 operation and maintenance, Navy contract funds in the amount of $50,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was originally competitively procured via the Navy Electronic Commerce Online website, with 21 offers received.  This contract action is a re-award as a result of corrective action taken due to a Government Accountability Office protest.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-14-D-0353).

BREMCOR Joint Venture, Arlington, Va., is being awarded an $18,922,837 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62470-06-D-4611) to exercise option seven for base operation support services at Naval Station Guantanamo Bay.  The work to be performed provides for base operation support services to include but not limited to:  port operations, base support vehicles and equipment, elevator maintenance, equipment maintenance, heating ventilation and air conditioning maintenance, environmental, pest control, janitorial services, transportation, fire alarms, and facility management.  Work also provides for service calls consisting of repairs of base facilities, transportation, janitorial, pest control, and fire alarm systems.  The total contract amount after exercise of this option will be $129,287,881.  Work will be performed in Guantanamo Bay, Cuba, and work is expected to be completed November 2014.  Fiscal 2014 operations and maintenance, Navy; fiscal 2014 Navy working capital funds; fiscal 2014 defense health fund; and fiscal 2014 Department of Defense schools contract funds in the amount of $7,099,162 are obligated on this award and will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded an $18,064,906 modification to a previously awarded cost-plus-incentive-fee contract (N00019-09-D-0008) for additional joint performance based logistics support for the Marine Corps (MV-22), Air Force, and Special Forces Operations Command (CV-22) aircraft.  Work will be performed in Amarillo, Texas (50 percent); and Philadelphia, Pa. (50 percent), and is expected to be completed in January 2014.  Fiscal 2014 operations and maintenance, Air Force; fiscal 2014 operations and maintenance, Navy; fiscal 2014 operations and maintenance, Special Operations Command; fiscal 2014 aircraft procurement, Navy; fiscal 2013 aircraft procurement, Air Force; and fiscal 2013 Defense-wide procurement, Special Operations Command contract funds in the amount of $18,064,906 will be obligated at time of award, $14,658,487 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Motorola Solutions Inc., U.S. Federal Government Markets Division, Columbia, Md., is being awarded a $17,248,849 modification under a previously awarded firm-fixed-price contract (N39430-13-C-1220) to exercise option period one for global sustainment of enterprise land and mobile radio systems at 53 military installations worldwide.  The work to be performed provides for preventive and corrective maintenance to sustain the enterprise land and mobile radio system and associated equipment and Information Assurance Vulnerability Alert compliance/patch management.  This includes fixed, mobile and portable units, dispatching equipment and all associated equipment currently deployed as part of Naval Facilities Engineering Command’s enterprise land and mobile radio systems worldwide.  Responsibility of troubleshooting, removal, and replacing of the equipment for these units is also included as part of this requirement.  The total contract amount after exercise of this option will be $48,429,904.  Work will be performed at 53 military installations worldwide, and work is expected to be completed December 2014.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $17,248,849 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif., is the contracting activity.

US Information Technologies, Chantilly, Va., is being awarded a $12,952,659 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N00033-11-D-6505) with firm-fixed-price and/or firm-fixed-price level-of-effort task orders to exercise an option for support services for maintenance and development of Military Sealift Command’s Oracle based information systems.  Work will be performed in Washington, D.C., and is expected to be completed by December 2014.  Fiscal 2014 working capital contract funds in the amount of $12,952,659 are being obligated, and will not expire at the end of the current fiscal year.  The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-11-D-6505).

Insitu Inc., Bingen, Wash., is being awarded an $8,845,101 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0054) to exercise an option for the procurement of one Low Rate Initial Production II RQ-21A Blackjack Unmanned Aircraft System, to include air vehicles, ground control stations, launch and recovery equipment, and air vehicle support equipment.  Work will be performed in Bingen, Wash., and is expected to be completed in May 2014.  Fiscal 2013 procurement, Marine Corps contract funds in the amount of $8,845,101 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.

DEFENSE LOGISTICS AGENCY

Ziehm Imaging Inc.*, Orlando, Fla., has been awarded a maximum $22,156,582 modification (P00008) exercising the third one-year option period on a one-year base contract (SPM2D1-11-D-8344) with seven one-year option periods for radiology systems, subsystems, and components.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is Florida with a Nov. 29, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

Raytheon Technical Services Company LLC, Sterling, Va., has been awarded a $13,267,175 modification (P00023) to an existing firm-fixed-price contract (FA7022-11-C-0010) for radar operations and maintenance services.  This modification provides for the exercise of option year three for a period of performance from Jan. 1, 2014 through Dec. 31, 2014.  The contract modification will ensure the availability of the COBRA DANE's radar facility to collect 100 percent of the tasked data that passes through its field of view.  The necessary support shall be provided 24 hours per day, 365 days per year.  Work will performed at Eareckson Air Station, Shemya, Alaska, and is expected to be completed by Dec. 31, 2015.  Fiscal 2014 operations and maintenance funds will be incrementally funded January 2014, in the amount of $3,688,845.  The 21st Contracting Squadron, Peterson Air Force Base, Colo., is the contracting activity.

Ahntech Inc., San Diego Calif., has been awarded a $12,435,300 modification (P00008) to an existing firm-fixed-price contract (FA4890-13-C-0005) to continue to provide program support for Air Combat Command’s Primary Training Ranges Operations and Maintenance Services (PTR O&M), currently, but not limited to, PTR O&M support services.  The work under this program provides OM&S of range threat, scoring, and feedback systems.  The program also provides for target, road, grounds, and limited facility maintenance.  The contract modification is for the exercise of option year one services for the period of performance from Jan. 1, 2014 through Dec. 31, 2014.  Work will be performed at nine ACC Primary Training Ranges locations at Seymour Johnson Air Force Base , N.C., Shaw AFB, S.C., Moody AFB, Ga., Dyess AFB, Texas, Ellsworth AFB, S.D., Holloman AFB, N.M., Mountain Home AFB, Idaho and the Nevada Test and Training Range, and is expected to be completed by Dec. 31, 2014.  Fiscal 2014 operations and maintenance funds in the amount of $1,246,780 are being obligated at time of award.  ACC AMIC/PKCB, Newport News, Va., is the contracting activity.

Odyssey Systems Consulting Group Ltd., Wakefield, Mass., was awarded an $8,456,784 modification (P00008) on an existing cost-plus-fixed-fee, cost-reimbursable contract (FA8721-13-C-0022) for professional acquisition support services.  This contract modification provides for the exercise of an option for an additional six months of professional acquisition support services under the basic contract.  Work will be performed at Hanscom Air Force Base, Mass., and is expected to be completed by April 17, 2014.  This modification provides professional acquisition support services in support of Space C2 Surveillance Division and the Theater Battle Control Division of classified foreign military sales.  FMS support account for approximately 14 percent of the stated modification.  Fiscal 2013 operations and maintenance, research and development, procurement and foreign military sales funds in the amount of $65,000 were obligated at time of award.  Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM is the contracting activity.   (Awarded Sept. 3, 2013)

Bering Sea Environmental LLC, Anchorage Alaska, will be awarded a $6,762,241 modification (P00039) to an existing firm-fixed-price contract (FA4890-11-C-0004) to continue to provide program support for Air Combat Command’s (ACC), Air Combat Training System Operations and Maintenance Support Services (ACTS O&M), currently, but not limited to, ACTS O&M support services.  The work under ACTS includes all maintenance and repairs on ACTS pods and debriefing stations, transports and loading of pods onto the aircrafts and preparing data cartridges both before and after missions.  The contract modification is for the exercise of option year three services for the period of performance from Jan. 1, 2014 through Dec. 31, 2014.  Work will be performed at Eglin Air Force Base, Fla., Langley AFB, Va., Seymour Johnson, N.C., Shaw AFB, S.C., Barksdale AFB, La., Mountain Home AFB, Idaho, as well as outside of the continental United States funded sites at Lakenheath Air Base, United Kingdom, Spangdahlem AB, Germany, and Aviano AB, Italy, and is expected to be completed by Dec. 31, 2014.  This contract includes unclassified foreign military sales (1.8 percent ) for the Royal Singapore Air Force.  Fiscal 2014 operations and maintenance funds in the amount of $1,144,627 are being obligated at time of award.  ACC AMIC/PKCB, Newport News, Va., is the contracting activity.

*Small Business

Search This Blog

Translate

White House.gov Press Office Feed