Showing posts with label MISSILE DEFENSE AGENCY. Show all posts
Showing posts with label MISSILE DEFENSE AGENCY. Show all posts

Wednesday, September 3, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT

CONTRACTS

ARMY

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

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

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

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

NAVY

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $49,482,902 firm-fixed-price contract for the modification of 500 AGM-65A/B guidance control sections to an AGM-65E2 configuration. Work will be performed in Tucson, Arizona (53 percent); Williamsport, Pennsylvania (31 percent); Orlando, Florida (8 percent); Ontario, Canada (4 percent); Joplin, Missouri (3 percent); and Grass Valley, California (1 percent), and work is expected to be completed in January 2017. Fiscal 2014 weapons procurement (Navy) funding in the amount of $49,482,902 is being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-14-C-0071).

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

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

AIR FORCE

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

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

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

MISSILE DEFENSE AGENCY

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

U.S. TRANSPORTATION COMMAND

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

Tuesday, September 2, 2014

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

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

*Small business
   

Friday, August 8, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

MISSILE DEFENSE AGENCY

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, has been awarded a $193,610,317 modification (P00150) to previously awarded contract number HQ0276-10-C-0001 for procurement of necessary material, equipment, and supplies to conduct the technical engineering to define, develop, integrate and test Aegis Ballistic Missile Defense 4.1 and 5.0 Capability Upgrade baselines through their respective certifications. This modification brings the total cumulative face value of the contract to $2,002,542,722 from $1,808,932,405. Work will be performed at Moorestown, New Jersey, with an expected completion date of May 31, 2016. fiscal 2014 research, development, test and evaluation funds in the amount of $19,500,000 are being obligated at time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

AIR FORCE

J.K. Hill & Associates Inc.,* Virginia Beach, Virginia (FA8224-14-D-5001); Sunrise Beach Corp.,* doing business as: M2 Services, McKinney, Texas (FA8224-14-D-5002); Affordable Engineering Services LLC,* Coronado, California (FA8224-14-D-5003); Aerospace Engineering & Support Inc.,* Ogden, Utah (FA8224-14-D-5004); M1 Support Services LP,* Denton, Texas (FA8224-14-D-5005); Precision Turbines Inc.,* Boca Raton, Florida (FA8224-14-D-5006); and Zenetex LLC,* Herndon, Virginia (FA8224-14-D-5007), have each been awarded a $96,500,000 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract for depot on-site contractor augmentee teams (DOCAT). DOCATs are needed to augment government personnel who perform maintenance and related tasks, including modification, maintenance, inspection, corrosion control, overhaul, and repair of various weapon systems to include, but not limited to F-16, A-10, F-22, C-130, F-35, F-4, related components, missiles, ground support equipment and vehicles. Work will be performed at the Ogden Air Logistics Complex, Utah, and satellite operating locations to include Aerospace Maintenance and Regeneration Group, Arizona; Aircraft Maintenance Group, Randolph Air Force Base, Texas; Missile Maintenance Group, F.E. Warren Air Force Base, Wyoming; Malmstrom Air Force Base, Montana; and Minot Air Force Base, North Dakota. The work is expected to be completed by Aug. 8, 2019. This award is the result of a 100 percent small business set-aside competitive acquisition. An unlimited number of small business offers were solicited and eight offers were received. Depot Maintenance Activity Group, no-year, non-expiring funds in the amount of $2,500 are being obligated for each contractor at time of award. Air Force Sustainment Center/OL:H/PZIEB, Hill Air Force Base, Utah, is the contracting activity.

Jacobs Technology Inc., Bedford, Massachusetts, has been awarded a $21,143,345 cost-plus-fixed-fee and cost-reimbursable contract modification (P00009) for FA8721-14-C-0018 to provide engineering and technology acquisition support services which consist of disciplined systems/specialty engineering and technical/information assurance services, support, and products using established government, contractor, and industry processes. Work will be performed at Hanscom Air Force Base, Massachusetts; Washington, District of Columbia; Tinker Air Force Base, Oklahoma; Langley Air Force Base, Virginia; Wright-Patterson Air Force Base, Ohio; Robins Air Force Base, Georgia; Peterson Air Force Base, Colorado; and Offutt Air Force Base, Nebraska, and is expected to be completed by April 30, 2015. This award is the result of a sole source acquisition. Fiscal 2013 and fiscal 2014 procurement, aircraft procurement, research and development, and operations and maintenance funds (including both Air Force and Department of Defense) in the amount of $2,464,559 are being obligated at time of award. Air Force Life Cycle Management Center/PZM, Hanscom Air Force Base, Massachusetts, is the contracting activity.

ARMY

AGEISS Inc.,* Evergreen, Colorado (W9128F14-D-0018); Cti-Urs Environmental Services LLC,* Wixom, Michigan (W9128F14-D-0019); Stell Environmental Enterprises Inc.,* Elverson, Pennsylvania (W9128F14-D-0020); Trieco Environmental JV,* Louisville, Kentucky (W9128F14-D-0021); Trinity Analysis and Development Corp.,* Shalimar, Florida (W9128F-14-D-0022); and PB&A/ECATS/Dial Cordy Joint Venture LLC,* Austin, Texas (W9128F-14-D-0029), were awarded a $60,000,000 firm-fixed-price contract for environmental consulting services. These contracts include providing assistance to the government on environmental issues, such as the control of environmental contamination from pollutants, toxic substances and hazardous materials; identifying problems (e.g., inspect buildings for hazardous materials); measuring and evaluating risks; and recommending solutions. Funding and work location will be determined with each order with an estimated completion date of Aug. 7, 2019. Bids were solicited via the Internet with 22 received. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

Kongsberg Defence & Aerospace, Kongsberg, Norway, was awarded a $13,202,364 modification (P00069) to contract W15QKN-12-C-0103 for post-production conversion of Common Remotely Operated Weapons Systems M153A1 to Common Remotely Operated Weapons Systems M153. Other procurement funds for fiscal 2012 ($1,363,962), fiscal 2013 ($6,391,164) and fiscal 2014 ($5,447,238) were obligated at the time of the award. Estimated completion date is Aug. 16, 2017. Work will be performed at Johnstown, Pennsylvania. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

NAVY

CACI Inc., Chantilly, Virginia, is being awarded a $7,399,219 indefinite-delivery/indefinite-quantity multiple award contract with firm-fixed-price task orders for worldwide logistics service. Work will include support requirements for fleet logistics operations; enterprise-wide facilities and Global Shore Infrastructure Plan management; acquisition logistics; sustainment logistics; logistics systems and data management; Combat Logistics Force load management; ordnance management; and supply chain management. This contract includes four one-year options which, if exercised, would bring the cumulative value of this contract to $36,996,096. Work will be performed worldwide, and is expected to be completed by August 2015. If all options are exercised, work will continue through August 2019. Working capital contract funds in the amount of $7,500 will be obligated to cover the minimum guarantee of the contract, and will not expire at the end of the fiscal year. Contract funds will be obligated as future task orders are awarded. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with two offers received. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-14-D-6506).

Professional Analysis Inc., Washington, District of Columbia, is being awarded a $6,740,525 indefinite-delivery/indefinite-quantity multiple award contract with firm-fixed-price task orders for worldwide logistics service. Work will include support requirements for fleet logistics operations; enterprise-wide facilities and Global Shore Infrastructure Plan management; acquisition logistics; sustainment logistics; logistics systems and data management; Combat Logistics Force load management; ordnance management; and supply chain management. This contract includes four one-year options which, if exercised, would bring the cumulative value of this contract to $33,702,624. Work will be performed worldwide, and is expected to be completed by August 2015. If all options are exercised, work will continue through August 2019. Working capital contract funds in the amount of $7,500 will be obligated to cover the minimum guarantee of the contract, and will not expire at the end of the fiscal year. Contract funds will be obligated as future task orders are awarded. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with two offers received. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-14-D-6505).

DEFENSE LOGISTICS AGENCY

BioUrja Trading LLC,* Houston, Texas, has been awarded a maximum $72,705,120 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with eight offers received. This is a one-year base contract with a 30-day carryover and no option periods. Location of performance is Texas with an Oct. 30, 2015, performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0500).

DNO Inc.,* Columbus, Ohio, has been awarded a maximum $18,974,716 modification (P00203) exercising the second option period on an 18-month base contract (SPM300-11-D-S101) with two 18-month option periods. This is a fixed-price with economic-price-adjustment, indefinite-quantity contract to provide fresh fruit and vegetable support. Location of performance is Ohio with a Feb. 9, 2016, performance completion date. Using service is Department of Agriculture school customers. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

US Foods Inc., Salem Division, Salem, Missouri, has been awarded a maximum $16,450,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for prime vendor full-line food distribution. This contract was a sole-source acquisition. This is a bridge contract and will be in effect from Aug. 10, 2014, through Nov. 29, 2014. Locations of performance are Missouri and Kansas with a Nov. 29, 2014, performance completion date. Using services are Army, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3032).

US Foods Inc., North Dakota, Grand Forks, North Dakota, has been awarded a maximum $9,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for prime vendor full-line food distribution. This contract was a competitive acquisition with two offers received. This is a two-year base contract with one one-year option and one two-year option periods. Location of performance is North Dakota with an Aug. 3, 2019, performance completion date. Using service is Air Force. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3027).
*Small business

Thursday, August 7, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
MISSILE DEFENSE AGENCY
Lockheed Martin Corporation Missiles and Fire Control, Dallas, Texas, was awarded a $124,600,000 fixed-price contract for the manufacturing and delivery of U. S. government Terminal High Altitude Area Defense (THAAD) ground components. This contract provides for the delivery of U.S. government THAAD launchers, peculiar support equipment, THAAD fire control and communication spares, and launcher spares. Work will be performed at Dallas, Texas; Lufkin, Texas; Huntsville, Alabama; Sunnyvale, California; and Camden, Arkansas, with an expected completion date of Aug. 7, 2017. Fiscal 2014 procurement funds in the amount of $124,600,000 are being obligated at time of award. This contract was a sole-source acquisition and one offer was received. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-14-C-0011).
NAVY
Concurrent Technologies Corp., Johnstown, Pennsylvania (N00189-14-D-Z035); Consolidated Safety Service Inc., Fairfax, Virginia (N00189-14-D-Z036); and URS Group Inc., Washington, District of Columbia (N00189-14-D-Z037), are each being awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide industrial hygiene support services for the Bureau of Medicine and Surgery (BUMED). The maximum contract value for all three contracts combined is $78,554,443. These services will focus on industrial hygiene testing and monitoring services for the Navy and Marine Corps commands/activities in direct support of BUMED’s comprehensive Industrial Hygiene Program. The services include conducting periodic surveys, workplace monitoring and ventilation surveys, exposure monitoring surveys, conducting exposure claim investigations and occupational illness investigations conduct workplace assessments, and reviewing hazardous materials. These three contractors will compete for task orders under the terms and conditions of the awarded contracts. Work will be performed at shore-based Navy and Marine Corps locations throughout the United States (85 percent) and various contractor facilities (15 percent); work is expected to be completed by Sept 14, 2017. Fiscal 2014 Navy Defense Health Program operations and maintenance funds in the amount of $250,000 will be obligated at the time of award, and funds will expire at the end of the current fiscal year. This requirement was competitively procured via the Federal Business Opportunities website, with nine offers received in response to this solicitation. The NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity.
General Dynamics Advanced Information Systems Inc., Fairfax, Virginia, was awarded a $34,185,625 cost-plus-incentive-fee modification to a previously awarded contract (N00024-09-C-6250) to migrate the AN/BYG-1 Tactical Control System from a Technology Insertion (TI-12) baseline to a TI-14, integrate Advanced Processing Build (APB-13 and APB-15) and deliver this capability to multiple submarine platforms. This contract combines purchases for the U.S. Navy (91.22 percent) and Royal Australian Navy (8.78 percent). Work will be performed in Fairfax, Virginia, and is expected to be completed by July 2015. Fiscal 2013 and 2014 research, development, test and evaluation; fiscal 2014 other procurement (Navy); fiscal 2009, 2011 and 2012 shipbuilding and conversion (Navy); and Royal Australian Navy funding (non-Foreign Military Sales) contract funds in the amount of $7,582,405 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, District of Columbia is the contracting activity. (Note: This contract was awarded Aug. 5, 2014.)
ARMY
Swinerton Builders, Arvada, Colorado was awarded a $57,611,751 firm-fixed-price contract with options for construction of the 4th Infantry Division, Combat Aviation Brigade, General Support Aviation Battalion maintenance hangar. Work will be performed at Fort Carson, Colorado, with an estimated completion date of Aug. 10, 2016. Bids were solicited via the Internet with 14 received. Fiscal 2014 military construction funds in the amount of $57,611,751 are being obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9123F-14-C-0031).
Swinerton Builders, Arvada, Colorado was awarded a $53,699,643 firm-fixed-price contract with options to design-bid-build a distributed common ground support operations facility. Work will be performed at Beale Air Force Base, California, with an estimated completion date of Oct. 26, 2016. Bids were solicited via the Internet with six received. Fiscal 2014 military construction funds in the amount of $53,699,643 are being obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-14-C-0046).
Clover Leaf Solutions, Inc.,* Albuquerque, New Mexico (W9126G-14-D-0052); Gulf South Research Corp.,* Baton Rouge, Louisiana (W9126G-14-D-0053); JESCO Environmental & Geotechnical Services, Inc.,* Jennings, Louisiana (W9126G-14-D-0054); and Quaternary Resource Investigations, L.L.C.,* Baton Rouge, Louisiana (W9126G-14-D-0055), were awarded a $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award task order contract for environmental consulting services for projects within the Southwest Division or projects assigned to the Southwest Division. Funding and work location will be determined with each order with an estimated completion date of Aug. 6, 2019. Bids were solicited via the Internet with 26 received. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity.
L-3 Communications Corporation, SFS, Madison, Mississippi, was awarded a $15,832,848 modification (P00124) to contract W58RGZ-10-C-0107 to add eight C-12s to the life cycle contractor support maintenance contract for the Army's fleet of C-12/RC-12/UC-35 aircraft. Fiscal 2014 operations and maintenance (Army) funds in the amount of $15,832,848 were obligated at the time of the award. Estimated completion date is Jan. 31, 2015. Work will be performed in Madison, Mississippi. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Odyssey International Inc.,* Lancaster, Pennsylvania, was awarded a $15,000,000 modification (P00003) to contract W911N2-12-D-0040 for construction, renovation, maintenance and repair at Letterkenny Army Depot, Chambersburg, Pennsylvania. Funding will be determined with each order. Estimated completion date is Aug. 26, 2015. Army Contracting Command - Letterkenny Army Depot, Chambersburg, Pennsylvania is the contracting activity.
Vali Cooper International, LLC, Covington, Louisiana, was awarded a $7,000,000 firm-fixed-price, indefinite-delivery contract for architectural and engineering services for construction management in the Mobile District and South Atlantic Division, U.S. Army Corps of Engineers, with an estimated completion date of Aug. 6, 2019. Funding and exact work location will be determined with each order. Bids were solicited via the Internet with 98 received. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-14-D-0074).
AIR FORCE
Innovative Scientific Solutions, Inc., Dayton, Ohio, has been awarded a $45,005,000 indefinite-delivery/indefinite-quantity contract for fundamental and applied combustion and component research. Contractor will establish and conduct basic, applied, and advanced combustion experiments using both independent and collaborative approaches to push the state-of-the-art in combustion sciences. The goal is to design, fabricate, assemble, instrument and develop apparatus to perform research experiments in the areas of basic flame chemistry, emissions formation, heat transfer-fluid mechanics-combustion interaction, and related fields, as well as develop and test new combustion technologies and components that are of interest to the Air Force. Collaboration with multiple entities from government, industry, and academia is expected. Work will be performed at the experimental laboratories and test facilities located within the Air Force Research Laboratories Aerospace Systems Directorate research complex at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Aug. 6, 2022. This award is the result of a competitive acquisition and two offers were received. Fiscal 2013 research, development, test and evaluation funds in the amount of $40,000 for task order 0001 are being obligated at time of award. Air Force Research Laboratories Wright Research Site Aerospace Systems Contracting Branch for Turbine Engines, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-2414 and task order 0001).
Honeywell Technology Solutions Inc., Colorado Springs, Colorado, has been awarded an $11,929,705 cost-plus-award-fee delivery order modification (DO 021501). This non-competitive delivery order modification is being issued under previously awarded contract F04701-02-D-0006 for the Unified S-Band Development Phase II at Transportable Remote Tracking Station Block Change. Work will be performed at Colorado Springs, Colorado, and is expected to be completed Sept. 30, 2016. Fiscal 2014 and 2015 research, development, test and evaluation funds in the amount of $6,450,678 are being obligated at time of award. Space and Missile Systems Center/Range Network Systems Directorate, Los Angeles Air Force Base, El Segundo, California, is the contracting activity.
*Small business

Wednesday, July 16, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JUNE 15, 2014

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

ARMY

Johnson Controls Building Automation Systems, LLC, Huntsville, Alabama, was awarded a $450,000,000 firm-fixed-price contract for the procurement and installation of utility monitoring and control systems and similar services such as heating, ventilating, and air conditioning systems with an estimated completion date of July 14, 2019. Funding and work location will be determined with each order. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-14-D-0063).

General Atomics - Systems Integration, LLC, San Diego, California, was awarded a $38,781,663 modification (P00019) to contract W58RGZ-13-C-0124 to acquire continued operations, sustainment, and integration of two deployed Highlighter fixed wing aircraft. Fiscal 2014 operations and maintenance (Army) funds in the amount of $8,873,018 were obligated at the time of the award. Estimated completion date is July 13, 2015. Work will be performed in San Diego, California; Bridgewater, Virginia; and Afghanistan. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Northrop Grumman, Huntsville, Alabama, was awarded an $18,258,765 modification (P00107) to contract W31P4Q-08-C-0418 for the Integrated Air and Missile Defense S280 transition from the baseline M1085 mounted Command Post Platform Shelter to an M1148 Load Handling System Family of Medium Tactical Vehicle mounted S-280 Shelter. Fiscal 2014 research, development, testing and evaluation funds in the amount of $18,258,765 were obligated at the time of the award. Estimated completion date is Sept. 30, 2015. Work will be performed in Huntsville, Alabama. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Great Lakes Dredge and Dock Company, LLC, Oak Brook, Illinois, was awarded a $17,027,415 modification (P00003) to contract W912DS-13-C-0045 for dredging shoaled material. Fiscal 2014 other procurement funds in the amount of $17,027,415 were obligated at the time of the award. Estimated completion date is Sept. 7, 2014. Work will be performed in New York harbor along Newark Bay Port Elizabeth Channel, Newark Bay north and south areas, and along Kill Van Kull in the vicinity of Constable Hook and Anchorage Channel. U.S. Army Corps of Engineers, New York, New York, is the contracting activity.

U.S. TRANSPORTATION COMMAND

Federal Express Charter Programs Team Arrangement of Memphis, Tennessee, was awarded an estimated $57,810,843 modification (P00012) to previously awarded contract HTC711-13-D-CC02. The modification brought the total cumulative face value of the contract to $1,176,792,312. Team members include: Air Transport International LLC, Wilmington, Ohio; Atlas Air, Inc., Purchase, New York; Delta Air Lines, Inc., Atlanta, Georgia; Federal Express Corporation, Memphis, Tennessee; Polar Air Cargo Worldwide, Inc., Purchase, New York; and MN Airlines, LLC, doing business as Sun Country Airlines, Mendota Heights, Minnesota. Work will be performed at worldwide locations with an expected completion date of Sept. 30, 2014. Fiscal 2014 transportation working capital funds will be obligated on individual task orders. This was a competitive acquisition and 28 offers were received under the initial procurement. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

NAVY

BAE Systems Land and Armaments, Weapons Systems, Minneapolis, Minnesota, is being awarded a $43,245,218 cost-plus-fixed-fee modification to previously awarded contract (N00024-12-C-4221) for research and development activities associated with Integrated Power Systems power load modules, to be used for electromagnetic railgun pulse power containers design, and for the fabricating and testing of prototypes. Work will be performed in San Diego, California (75 percent); Minneapolis, Minnesota (15 percent); and Dayton, Ohio (10 percent), and is expected to be completed by December 2016. Fiscal 2014 research, development, test and evaluation (Navy) funding in the amount of $14,502,272 will be obligated at award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

BAE Systems Norfolk Ship Repair, Norfolk, Virginia, is being awarded a $29,773,261 modification to previously awarded contract (N00024-11-C-4403) for the USS San Jacinto (CG 56) fiscal year 2014 drydocking selected restricted availability. Work will be performed in Norfolk, Virginia, and is expected to be completed by January 2015. Fiscal 2014 operations and maintenance (Navy) funding in the amount of $28,857,059 will be obligated at time of award and will expire at the end of the current fiscal year. Norfolk Ship Support Activity, Norfolk, Virginia, is the contracting activity.

Walsh Construction Co. II, LLC, Chicago, Illinois, is being awarded a $26,947,000 firm-fixed-price contract for the construction of electrical capacity and cooling towers at Naval Support Activity Bethesda. The work to be performed provides for the construction of electrical upgrades to improve the capacity of the power distribution infrastructure. The proposed new construction includes the demolition and reconstruction of three existing cooling towers, and the construction of a fourth cooling tower cell to accommodate future loads. Work will be performed in Bethesda, Maryland, and is expected to be completed by January 2016. Fiscal 2013 military construction (Navy) contract funds in the amount of $26,947,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 12 proposals received. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-14-C-0158).

General Atomics, San Diego, California, is being awarded a $10,267,000 modification to a previously awarded firm-fixed-price contract (N68335-09-C-0573) for the integration and installation of the Electromagnetic Aircraft Launch System CVN 78 shipboard software and support. Work will be performed in San Diego, California (79 percent), and Waltham, Massachusetts (21 percent), and is expected to be completed in October 2015. Fiscal 2011 shipbuilding and conversion (Navy) funds in the amount of $10, 267,000 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

MISSILE DEFENSE AGENCY

Lockheed Martin Mission System and Training, Moorestown, New Jersey, has been awarded a $20,000,000 option exercise modification (P00148) to previously awarded contract (HQ0276-10-C-0001) for support of advanced concept initiatives by the Aegis Ballistic Missile Defense (ABMD) Program Office to identify technology for introduction into present and future ABMD Baselines and upgrades. The modification brings the total cumulative face value of the contract to $1,808,932,405. Work will be performed at Moorestown, New Jersey, with an expected end date of Dec. 15, 2015. Fiscal year 2014 research, development, test and evaluation funds in the amount of $500,000 are being obligated at time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Merchants Food Service, Hattiesburg, Mississippi, has been awarded a maximum $7,220,745 fixed-price with economic-price-adjustment contract for full line food distribution for Louisiana and Mississippi areas. This contract was a sole-source acquisition. Location of performance is Mississippi, with a Nov. 15, 2014, performance completion date. This is a four-month bridge contract with no option 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 Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3015). (This contract was awarded on July 11, 2014.)

Monday, June 30, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JUNE 30, 2014

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

AIR FORCE

Raytheon Co., Tucson, Arizona, has been awarded a $163,223,113 fixed-price/fixed-price-incentive/cost-plus-incentive contract for Advanced Medium-Range Air-to-Air Missile (AMRAAM) Program Support and Sustainment (PSAS). The PSAS contract provides sustaining engineering, program management, contractor logistics support and accomplishes the diminishing manufacturing sources and material shortage tasks of extending the life of the AMRAAM Central Processing Unit, improving the AMRAAM guidance section within the current performance envelope, and developing applicable test equipment. Work will be performed at Tucson, Arizona, and is expected to be completed by Jan. 31, 2017. This award is the result of a sole source acquisition. This contract has unclassified 45.7 percent foreign military sales service/repair requirements for Saudi Arabia, Korea, Israel, Singapore and United Arab Emirates. Fiscal 2013 missile procurement funds in the amount of $40,588,238, 2014 missile procurement funds in the amount of $18,344,910, fiscal 2014 operations and maintenance funds in the amount of $7,546,463, fiscal 2014 Navy weapons procurement funds in the amount of $19,857,909, and fiscal 2014 Navy operations and maintenance funds in the amount of $2,214,047, for a total of $88,551,568, are being obligated at time of award. Air Force Life Cycle Management Center/EBAK, Eglin Air Force Base, Florida, is the contracting activity (FA8675-14-C-0026).

Lockheed Martin Space Systems Co. Sunnyvale, California, has been awarded a $38,378,116 modification (P00645) to the cost-plus-incentive-fee contract F04701-02-C-0002 for Advanced Extremely High Frequency (AEHF) System Interim Contractor Sustainment Re-vector under cost line item number 0610. The total cumulative face value of the contract is $8,752,571,223. The contract modification is for critical software development for Mission Planning Development for initial operational capability in 2015. Work will be performed at Sunnyvale, California, and El Segundo, California, and is expected to be completed by June 30, 2015. Fiscal 2014 research and development funds in the amount of $11,600,000 are being obligated at time of award. This contract is not a multiyear effort. Space and Missile Systems Center/PKJ, AEHF, Los Angeles Air Force Base, California, is the contracting activity.

Alion Science and Technology Corp., McLean, Virginia, has been awarded a $24,909,860 delivery order (0079) on the Advanced Materials Manufacturing & Testing Information Analysis Center indefinite-delivery/indefinite-quantity cost-plus-fixed-fee contract FA4600-06-D-0003. The contract is for Life Cycle Engineering, Prototyping, Sustainability, and Manufacturing Processes for the Rapid Fielding Directorate. AMMTIAC's objective is to providing greater levels of protection to the most critical subsystems of combat platforms. Work will be performed at Alion Science and Technology Corp.'s facilities and various Air Force locations, and is expected to be completed by Dec. 29, 2016. Fiscal 2014 research, development, test and evaluation funds in the amount of $68,834 are being obligated at time of award. Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity.

The Boeing Co., Seattle, Washington, has been awarded a $11,150,000 firm-fixed-price, time-and-materials and cost-reimbursable contract for E-3 Engineering Services. Work will be performed at Seattle, Washington, and is expected to be completed by May 31, 2017. This is a sole source acquisition. Fiscal 2014 operations and maintenance and foreign military sales (France, United Kingdom, Saudi Arabia and NATO) funds in the amount of $11,150,000 are being obligated at time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8102-14-D-0001).
Hawker Beechcraft Corp., Wichita, Kansas, has been awarded a $7,851,932 firm-fixed-price contract for the purchase of one King Air 350 Extended Range (ER) Aircraft. Work will be performed at Wichita, Kansas, and is expected to be completed by March 30, 2015. This contract will support 100 percent foreign military sales for Iraq. FMS funds in the amount of $7,851,932 are being obligated at time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-14-C-4006).

ARMY

Environmental Chemical Corporation (ECC), Burlingame, California (W912P8-14-D-0028); Ashbritt Environmental, Deerfield, Florida (W912P8-14-D-0029); CrowderGulf, LCC, Theodore, Alabama (W912P8-14-D-0030); Environmental Chemical Corporation (ECC), Burlingame, California (W912P8-14-D-0031); Ceres Environmental Services, Inc.*, Brooklyn Park, Minnesota (W912P8-14-D-0032); and Ashbritt Environmental, Deerfield, Florida (W912P8-14-D-0033), were awarded a $240,000,000 firm-fixed-price contract for advanced contracting imitative debris management services for the United States and its territories. Funding and performance location will be determined with each order, with an estimated completion date of June 29, 2019. Bids were solicited via the Internet with 16 received. U.S. Army Corps of Engineers – New Orleans District, New Orleans, Louisiana, is the contracting activity.

Raytheon Integrated Air Defense Center, Andover, Massachusetts, was awarded a $235,485,020 foreign military sales, firm-fixed-price contract for Phased Array Tracking Radar to Intercept on Target weapon system, procuring 72 radar digital processor upgrade kits: 62 for the United States and 10 for foreign military sales to Kuwait and the Netherlands; it also includes procuring spares for the United States, Kuwait and the Netherlands. Work will be performed in Simsbury, Connecticut (6.30 percent); Andover, Massachusetts (78.90 percent); and Chelmsford, Massachusetts (14.80 percent), with an estimated completion date of March 31, 2017. Bids were solicited via the Internet with one received. Fiscal 2014 other procurement funds in the amount of $115,387,660 are being obligated at the time of the award. Army Contracting Command, Redstone Arsenal –Missile, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-14-C-0002).
The Boeing Company, Mesa, Arizona, was awarded a $135,173,889 foreign military sales, firm-fixed-price contract for Apache foreign military sales post production support services. Work will be performed in Saudi Arabia (80 percent) and Mesa, Arizona (20 percent), with an estimated completion date of Sept. 30, 2019. Bids were solicited via the Internet with one received. Other procurement funds in the amount of $10,878,730 are being obligated at the time of the award. There is no fiscal year attached to the foreign military sales fund. Army Contracting Command, Redstone Arsenal – Aviation, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-14-C-0055).

TRAX International Corp., Las Vegas, Nevada, was awarded a $34,668,877 cost-plus-award-fee modification (P00127) to contract (W9124R-09-C-0003) for non-personal test support services in support of the U.S. Army Yuma Proving Ground, Arizona. This modification allows for performance through Oct. 31, 2014. Fiscal 2014 research, development, test and evaluation funds in the amount of $34,668,877 were obligated at the time of the award. Work will be performed at Yuma, Arizona (99.0 percent) and Fort Greeley, Alaska (1.0 percent), with an estimated completion date of Oct. 31, 2014. Army Contracting Command, Yuma, Arizona, is the contracting activity.

EastCor Engineering, LLC*, Easton, Maryland, was awarded a $29,405,380 cost-plus-fixed-fee contract for Magnum Project advanced research and development and operational field testing and assessments using novel sensor systems for enhanced target detection and location. Funding and performance location will be determined with each order. Estimated completion date is June 29, 2019. Bids were solicited via the Internet with one received. Army Contracting Command, Adelphi Division, Adelphi, Maryland, is the contracting activity (W911QX-14-D-0002).

BAE Systems Land and Armaments, L.P., Santa Clara, California, was awarded a $20,819,031 cost-plus-fixed-fee modification (P00019) to contract (W56HZV-13-C-0018) to exercise 88,619 level of effort hours and dollars for system technical support and sustainment system technical support for the Bradley family of vehicles and multiple launch rocket system carrier. Fiscal 2014 other procurement funds in the amount of $5,753,947; fiscal 2014 other procurement (Army) funds in the amount of $14,100,734; and fiscal 2013 other procurement (Army) funds in the amount of $964,050 were obligated at the time of the award. Work will be performed at Santa Clara, California (91.71 percent); Sterling Heights, Michigan (4.91 percent); and York, Pennsylvania (3.38 percent), with an estimated completion date of Dec. 17, 2015. Army Contracting Command, Tank and Automotive Division, Warren, Michigan, is the contracting activity.
Frontier-Arrowhead JV*, Kansas City, Missouri, was awarded a $17,474,296 firm-fixed-price contract for river repairs to stone navigation structures on the Mississippi River. Work location and funding will be determined with each order, with an estimated completion date of June 30, 2015. Bids were solicited via the Internet with two received. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-14-D-0008).

Welkin Sciences*, Colorado Springs, Colorado, was awarded a $9,909,482 cost-plus-fixed-fee contract for small business innovative research, phase III contract, for advanced communication technologies. Work will be performed in Colorado Springs, Colorado, with an estimated completion date of June 29, 2019. Bids were solicited via the Internet with one received. Fiscal 2014 research, development, test and evaluation funds in the amount of $3,400,000 are being obligated at the time of the award. Army Contracting Command, Aberdeen Division B, Fort Monmouth, New Jersey, is the contracting activity (W56KGU-14-C-0008).
B & B General Contracting Inc*, Oscoda, Michigan, was awarded a $9,631,139 firm-fixed-price contract for repair of parking aprons A01B and A08B at the Combined Readiness Training Center. Work will be performed in Alpena, Michigan, with an estimated completion date of June 30, 2015. Bids were solicited via the Internet with six received. Fiscal 2014 other procurement funds in the amount of $9,631,139 are being obligated at the time of the award. National Guard Bureau – Michigan, Lansing, Michigan, is the contracting activity (W912JB-14-C-2004).

Aerostar SES, LLC*, Oak Ridge, Tennessee, was awarded an $8,832,628 firm-fixed-price contract to conduct improvements to the Jones Oyster-bed Island Dredged Material Containment Area which include, but are not limited to, the installing and removing of a temporary slit fence, site clearing and grubbing, surveying, and completion of a raised front perimeter dike and shoreline protection along the southwest side of Jones Oyster-bed Island. Work will be performed in Jasper County, South Carolina, with an estimated completion date of Aug. 7, 2015. Bids were solicited via the Internet with four received. Fiscal 2014 other procurement funds in the amount of $8,832,628 are being obligated at the time of the award. U.S Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-14-C-0009).

MACNAK Korte Team LLC*, Lakewood, Washington, was awarded a $19,716,709 firm-fixed-price contract to design/build in fiscal year 2014 a 144-person dormitory at Cannon Air Force Base, Curry County, New Mexico. The dormitory will consist of a three-story building complete with associated utilities, storm drainage, communications, electric, HVAC, lighting protection, fire protection/alarm system, paving, sidewalks, curbs, gutters, access drives, exterior lighting, grading, and physical security requirements. The project also will include demolition of existing building 1156. Work will be performed in Clovis, New Mexico, with an estimated completion date of July 7, 2016. Bids were solicited via the internet with four received. Fiscal 2014 military construction funds in the amount of $19,716,709 are being obligated at the time of the award. U.S. Army Corps of Engineers – Albuquerque District, Albuquerque, New Mexico, is the contracting activity (W912PP-14-C-0020).

NAVY

Northrop Grumman Systems Corp, Aerospace Systems, Bethpage, New York, is being awarded a $3,643,333,802 modification to definitize the E-2D Advanced Hawkeye advanced acquisition contract (N00019-13-C-9999) to a multi-year, fixed-price-incentive-firm target contract. In addition, this modification provides for the procurement of 25 full rate production E-2D Advanced Hawkeye aircraft. Work will be performed in St. Augustine, Florida (24.90 percent); Syracuse, New York (20.58 percent); Melbourne, Florida (7.60 percent); El Segundo, California (4.56 percent); Indianapolis, Indiana (4.06 percent); Menlo Park, California (3.90 percent); Rolling Meadows, Illinois (2.30 percent) and various locations
throughout the United States (32.10 percent); and is expected to be completed in August 2021. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $871,766,824 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded a $1,939,160,819 fixed-price-incentive-fee contract for the full rate production of 11 Lot 38 F/A-18E aircraft for the U.S. Navy and 33 EA-18G aircraft for the U.S. Navy (21) and the government of Australia (12). Work will be performed in El Segundo, California (46 percent); St. Louis, Missouri (30 percent); Fort Worth, Texas (2 percent); East Aurora, New York (1.5 percent); Irvine, California (1percent); Ajax, Ontario, Canada (1 percent), and various locations within the United States (18.5 percent), and is expected to be completed in December 2016. Fiscal 2013 and 2014 aircraft procurement (Navy) funds in the amount of $1,405,732,929 and foreign military sales funds in the amount of $533,427,890 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1) This contract combines purchase for the U.S. Navy ($1,405,732,929; 72.7 percent) and the government of Australia ($533,427,890; 27.3 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-14-C-0032).

Construction Development Services, Inc.*, Norfolk, Virginia (N40085-14-D-8152); Noah Enterprises, Inc.*, Virginia Beach, Virginia (N40085-14-D-8153); Portico Services, LLC*, Manassas, Virginia (N40085-14-D-8154); Syncon, LLC*, Chesapeake, Virginia (N40085-14-D-8155); and Turner Strategic Technologies, LLC*, Norfolk, Virginia (N40085-14-D-8156), are each being awarded an indefinite-delivery/indefinite-quantity multiple-award design-build/design-bid-build contract for construction projects located within the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic Hampton Roads area of responsibility (AOR), primarily for facilities for the Naval Station Norfolk/Naval Support Activity. The maximum dollar value including the base period and four option years for all five contracts combined is $95,000,000. Work provides for, but is not limited to, new construction, renovation, alteration, repairs, site improvement, general construction, electrical, fire protection, mechanical and other associated work on warehouses, training facilities, operational facilities (such as hangers and berthing piers), personnel support and service facilities, utilities, housing facilities and demolition of existing structures and facilities. Syncon, LLC is being awarded task order 0001 at $1,040,970 for the design and construction of Pier 11 power upgrades at Naval Station Norfolk, Norfolk, Virginia. Work for this task order is expected to be completed by January 2016. All work on this contract will be performed within the NAVFAC Mid-Atlantic Hampton Roads AOR, primarily for facilities for the Naval Station Norfolk/Naval Support Activity. The term of the contract is not to exceed 60 months, with an expected completion date of June 2019. Fiscal 2014 military construction (Navy) contract funds in the amount of $1,060,970 are being obligated on this award and will not expire at the end of the current fiscal year. These five contractors may compete for task orders under the terms and conditions of the awarded contract. Future task orders will be primarily funded by military construction (Navy); operation and maintenance (Navy), and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website, with 23 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

John C. Grimberg Company, Inc., Rockville, Maryland, is being awarded firm-fixed-price task order 0008 for $44,200,000 under a multiple award construction contract for design and construction of the Aircraft Prototype Facility Phase II at Naval Air Station Patuxent River. The work to be performed is for the construction of a hangar space for a single large aircraft or up to four smaller aircraft, with concrete pile and grade beam foundation, structural steel frame, insulated metal panel wall system, built-up roofing system over insulated structural metal deck, steel truss roof framing and sliding hangar doors on each end. The project will provide a secure facility, individual secure area(s), aircraft preparation bay and laboratories with equal-sized bays with separate zoning for fire protection alarm system and security systems. Work will be performed at Patuxent River, Maryland, and is expected to be completed by April 2016. Fiscal 2014 non-appropriated funds in the amount of $44,200,000 will be obligated at time of this award. Five proposals were received for this task order. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-10-D-0492).

Hensel Phelps Construction Co., Honolulu, is being awarded a $26,615,298 firm-fixed-price contract for the construction of a Submarine Production Support Facility at Joint Base Pearl Harbor-Hickam. The contract also contains two unexercised options, which if exercised would increase cumulative contract value to $28,870,298. Work will be performed in Oahu, Hawaii, and is expected to be completed by August 2017. Fiscal 2014 and fiscal 2010 military construction (Navy) funds in the amount of $26,615,298 are being obligated at time of this award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with three proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-14-C-1304).

The Boeing Co., St. Louis, Missouri, is being awarded an undefinitized contract action against a previously awarded cost-plus-incentive Fee contract (N00019-11-C-0036) with a not-to-exceed value of $22,200,000 for production of F/A-18E/F Infrared Search and Track Engineering Development Model systems and support equipment. Work will be performed in St. Louis, Missouri (58 percent), and Orlando, Fla. (42 percent), and is expected to be completed in September 2015. Fiscal 2014 research, development, test and evaluation (Navy) funds in the amount of $3,501,815 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $18,369,619 modification to a previously awarded fixed-price-incentive (firm target) contract (N00019-11-C-0083) for the procurement and delivery of electronic components needed to support F-35 production, sustainment, and operations and maintenance requirements. Work will be performed in Fort Worth, Texas, and is expected to be completed in March 2016. Fiscal 2012 and 2014 aircraft procurement, Navy and Air Force funds, and fiscal 2014 operations and maintenance, Navy and Air Force funds, in the amount of $18,369,619 will be obligated at time of award, of which $15,399,162 will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($9,346,195; 51 percent); U.S. Navy ($7,135,231; 39 percent); and international partners ($1,888,193; 10 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DPR Hardin Construction Company-LLC / Whitesell-Green, Inc., JV, Atlanta, is being awarded a firm-fixed-price task order 0010 for $14,810,000 under a multiple award construction contract for design, construction and renovation of the Navy Exchange Service Command Headquarters in Virginia Beach. The task order also contains five unexercised options, which if exercised would increase cumulative task order value to $16,286,000. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by September 2016. Fiscal 2014 non-appropriated funds in the amount of $14,810,000 are being obligated at the time of this award, none of which will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-10-D-5333).
Choctaw Manufacturing Defense Contractor,* McAlester, Oklahoma, is being awarded $14,247,484 for firm-fixed-price delivery order 0014 under an existing indefinite-delivery/indefinite-quantity contract for the purchase of 626 Medium Tactical Vehicle Replacement Modular Production Trailers and Water Dispensing System production units; training, provisioning data, and program support. Work will be performed in McAlester, Oklahoma, and is expected to be completed by Aug. 31, 2015. Fiscal 2012 procurement (Marine Corps) funds in the amount of $5,314,267 and fiscal 2012 procurement (Marine Corps) overseas contingency operations funds in the amount of $8,933,217 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(5). Choctaw Manufacturing Defense Contractor is a Native American owned, Small Business Administration 8 (a)-certified company. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-09-D-5024).

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded a $14,000,000 firm-fixed-price delivery order (#4004) against a previously issued basic ordering agreement (N00019-14-G-0004). This order provides for non-recurring efforts to incorporate the Engineering Change Proposal 4330AU into the Royal Australian Navy MH-60R aircraft for the government of Australia under the Foreign Military Sales Program. In addition, this order includes the delivery of 22 Emergency Locator Transmitter kits. Work will be performed in Stratford, Connecticut (90 percent) and West Palm Beach, Florida (10 percent), and is expected to be completed in June 2016. FMS funds in the amount of $14,000,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Corp., Aerospace Systems, Bethpage, New York, is being awarded $10,266,560 for firm-fixed-price delivery order 0010 against a previously issued Basic Ordering Agreement (N68335-10-G-0021) to procure the avionics source data for the future acquisition of depot level operational test program sets. The avionics source data consists of a detailed functional description document package and system synthesis model report for each avionics unit under test in support of the E-2D Advanced Hawkeye aircraft. Work will be performed in Bethpage, New York, and is expected to be completed in December 2016. Fiscal 2013 and 2014 aircraft procurement (Navy) funds in the amount of $10,266,560 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

BAE Systems Land & Armaments, Santa Clara, California, is being awarded a $7,882,132 modification to previously awarded contract (M67854-13-F-0009) to understand the risks and assist the government in determining the best approach for developing a High Waterspeed Amphibious Combat Vehicle (ACV). Detailed trade studies, requirements studies, operational effectiveness analyses and initial concept design results have been reported to Marine Corps leadership and the assistant secretary of the Navy research, development and acquisition. The contractors will continue these studies as they relate to flexibility and modularity requirements and the impacts to derived system specification requirements. This modification includes options which, if exercised, would bring the cumulative value of the modification to $17,190,479. Work will be performed in Santa Clara, California (80 percent); Sterling Heights, Michigan (11 percent); Stafford, Virginia (6 percent) Aiken, South Carolina (2 percent); and York, Pennsylvania (1 percent), and work is expected to be completed October 2014. With exercised options, work will continue through April 2015. Fiscal 2014 research, development, test and evaluation funds in the amount of $7,882,132 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

Millennium Engineering and Integration Co., Arlington, Virginia, is being awarded a $7,528,016 cost-plus-fixed-fee contract to provide mission planning, test execution and operations, data analysis and reporting, software and hardware maintenance/upgrades, and communications and facilities engineering in support of Missile Defense Communications and Operations Node systems in support of the Aegis Ballistic Missile Defense Program. Work will be performed in Kauai, Hawaii (65 percent); Pearl Harbor, Hawaii (6 percent); Colorado Springs, Colorado (6 percent); Huntsville, Alabama (4 percent); Wallops Island, Virginia (3 percent); San Diego, California (3 percent); Vandenberg Air Force Base, California (3 percent); Washington, District of Columbia (2 percent); Columbia, Maryland (2 percent); Tucson, Arizona (2 percent); Arlington, Virginia (2 percent); Dahlgren, Virginia (2 percent), and is expected to be completed by June 2017. Fiscal 2014 research, development, test and evaluation funding in the amount of $460,000 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with FAR 6.302-1 (a)(2) and DFARS 206.302-1. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-14-C-2006).

General Dynamics Information Technology, Fairfax, Virginia, is being awarded a $7,346,539 modification to previously awarded M67854-13-F-0010 to understand the risks and assist the government in determining the best approach for developing a High Waterspeed Amphibious Combat Vehicle. Detailed trade studies, requirements studies, operational effectiveness analyses and initial concept design results have been reported to Marine Corps leadership and the assistant secretary of the Navy research, development and acquisition. The contractors will continue these studies as they relate to flexibility and modularity requirements and the impacts to derived system specification requirements. This modification includes options which, if exercised, would bring the cumulative value of the modification to $15,901,781. Work will be performed in Sterling Heights, Michigan (96 percent) and Suffolk, Virginia (4 percent), and work is expected to be completed October 2014. With exercised options, work will continue through April 2015. Fiscal 2014 research, development, test and evaluation funds in the amount of $7,346,539 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.
Northrop Grumman Corp., Integrated Systems, Bethpage, New York, is being awarded a $6,700,000 modification to a delivery order (252) placed against a previously issued basic order agreement (N00019-10-G-0004) for two spare engines in support of the E-2D Advanced Hawkeye. Work will be performed in Indianapolis, Indiana (90 percent) and Bethpage, New York (10 percent), and is expected to be completed in September 2015. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $6,700,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Pocono ProFoods,** Stroudsburg, Pennsylvania, has been awarded a maximum $79,800,000 fixed-price with economic-price-adjustment for prime vendor food and beverage support. This contract was a competitive acquisition, and two offers were received. Location of performance is Pennsylvania. This is a two-year base contract with one one-year option and one two-year option period. Using military services are Army, Navy, Air Force, Marine Corps, job corps and detention centers. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3011).

Buckeye Terminals, LLC, Emmaus, Pennsylvania, has been awarded a minimum $42,533,000 firm-fixed-price for fuel storage services. This contract was a competitive acquisition and four offers were received. Locations of performance are Pennsylvania and New Jersey. This is a four-year six-month base contract with no option periods. Using service is Department of Energy. Type of appropriation is fiscal 2014 through fiscal 2019 Department of Energy funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-C-5419).

Renzi Bros. Inc.,* Watertown, New York, has been awarded a maximum $33,600,000 fixed-price with economic-price-adjustment, for prime vendor food and beverage support. This contract was a competitive acquisition, and three offers were received. Location of performance is New York. This is a two-year base contract with one one-year option and one two-year option. Using military services are Army and Air Force. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3012).
Global Companies, LLC, Waltham, Massachusetts, has been awarded a minimum $24,300,000 firm-fixed-price for fuel storage services. This contract was a competitive acquisition and four offers were received. Location of performance is Massachusetts. This is a four-year six-month base contract with no option periods. Using service is Department of Energy. Type of appropriation is fiscal 2014 through fiscal 2019 Department of Energy funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-C-5420).
BP Products North America, Chicago, Illinois, has been awarded a minimum $21,465,000 firm-fixed-price for fuel storage services. This contract was a competitive acquisition and four offers were received. Locations of performance are Illinois and New Jersey. This is a four-year six-month base contract with no option periods. Using service is Department of Energy. Type of appropriation is fiscal 2014 through fiscal 2019 Department of Energy funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-C-5418).

MISSILE DEFENSE AGENCY

Raytheon Missile Systems Co., Tucson, Arizona is being awarded a $50,239,866, modification (P00023) to previously awarded contract HQ0276-13-C-0001 for the procurement of material, fabrication, test and delivery of 52 SM-3 Block IB missiles and related support efforts. This modification increases the total contract value from $960,167,394 to $1,010,407,260. The work will be performed in Tucson, Arizona, with an expected completion date of Feb. 8, 2017. This modification definitizes the previously awarded undefinitized contract action (effective Jan. 9, 2014 for a value of $506,178,300). Fiscal 2014 defense-wide procurement in the amount of $152,625,839 is being obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

Raytheon Co, Integrated Defense Systems, Woburn, Massachusetts, has been awarded an estimated $14,521,358 modification (P00037) to previously awarded contract HQ0147-12-C-0014 for Object Classification (OC) requirement database enhancements and deployment. The modification brings the total cumulative face value of the contract to $205,098,422 from $190,531,002. Work will be performed at Woburn, Massachusetts, with an expected completion date of Oct. 31, 2017. Fiscal 2014 research, development, test and evaluation funds in the amount of $3,076,446 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.
*Small business

**Woman-owned small business


Tuesday, June 24, 2014

MDA TESTS THE EXOATMOSPHERIC KILL VEHICLE (EKV)

FROM:  U.S. DEFENSE DEPARTMENT 

Right:  The Missile Defense Agency's Flight Test 06b Ground-Based Interceptor launches from Vandenberg Air Force Base, Calif., June 22, 2014. Missile Defense Agency photo.

Syring: Missile Test Important Step for Missile Defense System
By Cheryl Pellerin
American Forces Press Service

WASHINGTON, June 23, 2014 – The Missile Defense Agency and its joint partners completed the first intercept using the second-generation exoatmospheric kill vehicle, or EKV, during a test over the Pacific Ocean yesterday afternoon.
All components seemed to perform as designed, MDA officials said in a statement, and program officials will spend the next several months assessing and evaluating system performance based on telemetry and other test data.
The test, called flight test ground-based interceptor-06b, or FTG-06b, will provide the data needed for the assessment and to assess the performance of many Ballistic Missile Defense System elements for homeland defense, officials said.
The MDA, the Air Force’s 30th Space Wing, Joint Functional Component Command, Integrated Missile Defense, U.S. Northern Command and the Navy were involved in the integrated exercise.

"This is a very important step in our continuing efforts to improve and increase the reliability of our homeland ballistic missile defense system,” Missile Defense Agency Director Navy Vice Adm. James D. Syring said in a statement.
“We'll continue efforts to ensure our deployed ground-based interceptors and our overall homeland defensive architecture continue to provide the warfighter an effective and dependable system to defend the country,” he added, after congratulating the government and industry team that conducted the test.
“Their professionalism and dedication made this test a success,” Syring said.
The BMDS is designed to counter ballistic missile threats of all ranges -- short, medium, intermediate and long. The system has many integrated elements and a layered architecture that offers several ways to destroy incoming missiles and warheads before they reach their targets.

The architecture includes networked sensors and ground- and sea-based radars to detect and track targets, and ground- and sea-based interceptor missiles like the EKV to destroy a ballistic missile using the kinetic energy from a direct hit. This is called “hit-to-kill” technology. An explosive blast fragmentation warhead also can destroy a ballistic missile.

Yesterday’s successful test used the second-generation capability enhancement II, or CE-II, EKV. The architecture also includes a command-and-control, battle-management and communications network that gives operational commanders links between sensors and interceptor missiles.

Earlier this month, Syring testified before the Senate Appropriations Committee’s defense subcommittee on the agency’s budget request for fiscal year 2015. “My highest priority remains the successful intercept flight test of the CE-II [variant] exoatmospheric kill vehicle,” he told the senators.

In December 2010, two intercept tests of the EKV failed, but in January 2013 the agency conducted a successful nonintercept flight test of the EKV and confirmed it was on the right path to return the ground-based midcourse defense element of the system to sustained flight testing.

During yesterday’s test, an intermediate-range ballistic missile target representing a threat to the U.S. homeland was launched from the Reagan Test Site on Kwajalein Atoll in the Marshall Islands. The Navy destroyer USS Hopper, with its Aegis weapon system, detected and tracked the target using onboard AN/SPY-1 radar that sent data to the ground-based midcourse defense fire-control system via the command, control, battle management and communication system. The sea-based X-band radar also tracked the target and relayed information to the GMD fire control system to help with target engagement and to collect test data.
About six minutes after target launch, the ground-based interceptor launched from Vandenberg Air Force Base, California. Then an operational crew of soldiers from the Army’s 100th Missile Defense Brigade at Schriever Air Force Base in Colorado remotely launched the interceptor, and a three-stage booster rocket system propelled the interceptor's EKV into the target missile's projected trajectory in space.

The kill vehicle maneuvered to the target, performed discrimination -- or determined the difference between the warhead and a decoy -- and intercepted the threat warhead using only the force of the direct collision to destroy it.
This was the first intercept using the second-generation EKV.

The test was the 65th successful hit-to-kill intercept of 81 attempts since 2001 for the Ballistic Missile Defense System, officials said. The system’s ground-based midcourse defense element has completed four intercepts since 2006 using the operationally configured interceptor.

Operational ground-based interceptors are deployed at Fort Greely in Alaska and at Vandenberg, MDA officials said in a statement, to protect the United States and its allies and friends against a limited long-range ballistic missile attack.

Friday, June 20, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JUNE 20, 2014

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

NAVY

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded $115,705,556 for firm-fixed-price delivery order 4019 against a previously issued Basic Ordering Agreement (N00019-14-G-0004). This order provides for non-recurring engineering and program support for the production and delivery of nine MH-60R aircraft for the Danish Defense Acquisition and Logistics Organization under the Foreign Military Sales program. Work will be performed in Stratford, Connecticut (52 percent); West Palm Beach, Florida (22 percent) and various locations outside the continental United States (17 percent), and within the continental United States (9 percent); work is expected to be completed in July 2018. FMS funds in the amount of $115,587,382 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded a $44,667,969 modification to definitize a previously awarded undefinitized contract action (N00383-14-D-015N) to a cost- plus- fixed- fee price contract. This contract provides for the repair of various parts for the UH-1Y and AH-1Z Upgrade Helicopters. Work will be performed in Hurst, Texas, and work is expected to be completed by January 2017. No funds will be obligated at the time of award and contract funds will not expire at the end of the current fiscal year. Fiscal 2014 working capital funds (Navy) will be used on individual delivery orders as they are issued. This contract was a non-competitive requirement in accordance with 10 U.S.C. 2304 (c)(1). NAVSUP Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Tetrad Digital Integrity, Washington, District of Columbia, is being awarded a $7,801,515 modification under a previously awarded indefinite-quantity/indefinite-delivery contract (N00033-12-D-6505) to exercise a one-year option for information technology services related to information assurance, mobile communication assets, shipboard electronic support and communication security support. Work will be performed worldwide, and is expected to be completed by June 2015. No funds will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-12-D-6505).

Systems Technology Forum Limited, Fredericksburg, Virginia, is being awarded a $7,386,653 modification under a previously awarded indefinite-
quantity/indefinite-delivery contract (N00033-12-D-6503) to exercise a one-year option for information technology services related to information assurance, mobile communication assets, shipboard electronic support and communication security support. Work will be performed worldwide, and is expected to be completed by June 2015. No funds will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-12-D-6503).

Syzygy Technologies, Inc., San Diego, California, is being awarded a $7,077,042 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N00033-12-D-6504) to exercise a one-year option for information technology services related to information assurance, mobile communication assets, shipboard electronic support and communication security support. Work will be performed worldwide, and is expected to be completed by June 2015. No funds will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-12-D-6504).

ARMY

Rapiscan Systems, Inc., Torrance, California, was awarded a $102,521,440 foreign military sales contract with options for 80 Rapiscan Eagle M60's and contractor logistics support to Iraq. Work will be performed in Torrance, California, and Iraq with an estimated completion date of June 19, 2016. One bid was solicited and one received. Fiscal 2010 other procurement (Army) funds in the amount of $102,521,440 are being obligated at the time of the award. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-14-C-0081).

J. Kokolakis Contracting, Inc., Bohemia, New York, was awarded a $48,826,910 firm-fixed-price contract for renovation and modernization of the MacArthur Short Barracks at West Point with an estimated completion date of June 18, 2015. Bids were solicited via the internet with six received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $48,826,910 are being obligated at the time of the award. Army Contracting Command, West Point, New York, is contracting activity (W911SD-14-C-0005).

STG, Inc.*, Reston, Virginia was awarded a $27,229,337 cost-plus-fixed-fee contract with options for information technology support for the 2d Signal Center Theater Network Operations and Security Center, Fort Huachuca, Arizona, with a completion date of June 30, 2017. Bids were solicited via the internet with 12 received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $27,229,337 are being obligated at the time of the award. Army Contracting Command, Fort Huachuca, Arizona, is the contracting activity (W91RUS-14-C-0015).

L-3 Communications Corp., Wilmington, Massachusetts, was awarded a $13,384,687 cost-plus-fixed-fee contract with options for the wide area 6-degree payload critical design/flight under Army Research Laboratory broad agency announcement W911NF-12-R-0011. The estimated completion date is June 30, 2017. Work will be performed in Wilmington, Massachusetts. Bids were solicited via the Internet with six received. Fiscal 2014 other procurement funds in the amount of $13,384,687 are being obligated at the time of the award. Army Contracting Command is the contracting activity (W911QX-14-C-0049).

AIR FORCE

The Boeing Co. Defense, Space and Security, St. Louis, Missouri, has been awarded an $80,000,000 indefinite-delivery/ indefinite-quantity contract for Small Diameter Bomb Increment 1 (SDB 1) technical support. The contractor will provide SDB 1 weapon integration support, including technical support to the designated aircraft System Program Offices testing, upgrades, program management support, and software updates to the SDB 1system required to integrate the SBD 1 weapon system with other weapons systems. Work will be performed in St. Louis, Missouri, and is expected to be completed by June 19, 2019. This award is a result of a sole-source acquisition. Fiscal 2014 U.S. Navy research, development, training and evaluations funds in the amount of $250,774 are being obligated at time of award. Air Force Life Cycle Management Center/EBMK, Eglin Air Force Base, Florida, is the contracting activity (FA8672-14-D-0007).

DEFENSE LOGISTICS AGENCY

Welch Allyn, Inc., Skaneateles Falls, New York, has been awarded a maximum $43,650,000 modification (P00101) exercising the fifth option period on a one-year base contract (SPM2D1-09-D-8350) with nine one-year option periods. This is a fixed-price with economic-price-adjustment contract for patient monitoring systems, subsystems, accessories, consumables, spare/repair parts and training. Location of performance is New York with a June 23, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

General Electric Aviation Systems, Vandalia, Ohio, has been awarded a modification (P00002) to add additional aviation consumable items to the existing long term contract (SPE4A2-14-D-0001). This modification adds an additional $644,165 to increase the overall contract value to $6,700,498. This contract is a three-year base with two three-year option periods. This is a fixed-price with economic-price-adjustment, prospective-price-redetermination contract. Locations of performance are Ohio, Michigan and Illinois with a Feb. 23, 2017 performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia.

MISSILE DEFENSE AGENCY

BAE Systems, Inc., of Nashua, New Hampshire, was awarded a $9,404,964 cost-plus-fixed-fee contract for 512×512 two-color high speed Digital Focal Plane Arrays (DFPAs). The contract provides for development and demonstration of 512×512 two-color high speed DFPAs for missile defense, offering a combination of high resolution, high frame rate and advanced digital processing functionality. BAE will deliver five DFPAs of the Baseline Development Run and three DFPAs of the Baseline Process Verification Run to the Missile Defense Agency for additional testing, a set of interface electronics and a user guide to facilitate testing. Options work will also include an updated read-out integrated circuit design, leveraging available results from the base program and verification of DFPA design compliance to MDA’s High Altitude Exoatmospheric Nuclear Survivability Standard. Work will be performed at Lexington, Massachusetts, and Camarillo, California, with an expected completion date of January 2017. Fiscal 2014 research, development, test and evaluation funds in the amount of $4,301,000 are being obligated at time of award. This contract was a competitive acquisition under the MDA Broad Agency Announcement for Advanced Technology Innovation, HQ0147-11-ATI-BAA. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-14-C-0007).

*Small business


Search This Blog

Translate

White House.gov Press Office Feed