Showing posts with label NAVY AIR FORCE. Show all posts
Showing posts with label NAVY AIR FORCE. Show all posts

Friday, January 31, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JANUARY 31, 2014

FROM:  DEFENSE DEPARTMENT 
CONTRACTS

DEFENSE LOGISTICS AGENCY

Avfuel Corporation,* Ann Arbor, Mich., has been awarded a maximum $6,985,104 fixed-price with economic-price-adjustment contract for jet fuel. This contract is a competitive acquisition and two offers were received. Locations of performance are Michigan and Washington with a March 31, 2018 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SP0600-14-D-0025).

ARMY

*GTI Systems, Inc., Auburndale, Fla. was awarded a $78,200,000 firm-fixed-price foreign military sales multiyear contract for practice bombs and accoutrements. Funding and work performance location will be determined with each order. Estimated completion date is Sept. 30, 2018. Bids were solicited via the Internet with three received. Army Contracting Command - Rock Island Arsenal Ill, is the contracting activity (W52P1J-14-D-0042).

Employment Source Inc, Fayetteville, N.C. was awarded a $15,755,197 modification (P00002) to contract W91247-D-0007 to provide dining facility attendant services at Ft. Bragg, N.C. Funds and work performance location will be determined with each order. Estimated completion date is Jan. 31, 2015. Army Contracting Command, Ft. Bragg, N.C. is the contracting activity.

Weeks Marine, Inc., Covington, La. was awarded a $10,592,500 firm-fixed-price contract for beach restoration of NASA Wallops Island, Va. Fiscal 2014 other procurement funds in the amount of $10,592,500 were obligated at the time of the award. Estimated completion date is July 18, 2014. Bids were solicited via the Internet with three received. Work will be performed on Wallops Island. Army Corps of Engineers, Norfolk, Va. is the contracting activity (W91236-14-C-0021).

AIR FORCE

Northrop Grumman Information Technology, Inc, Defense Group (formerly Defense Enterprise Solutions), McLean, Va., has been awarded a $26,110,000 modification (P00015) to an existing indefinite-delivery/indefinite-quantity (IDIQ) contract (FA8770-10-D-0001) for Reliability and Maintainability Information Systems (REMIS) Sustainment and Development Services.  The contract modification is to increase the total Not to Exceed Ceiling amount and add Option Period I to extend the ordering period for 24 months on the Basic Contract for legacy Information Technology services for REMIS.  Work will be performed at Beavercreek, Ohio, and is expected to be completed by Jan. 31, 2017.   As this is an extension of an IDIQ that has already met the minimum obligation requirements at the time of initial award, there is no further requirement for a simultaneous obligation of funds, so no funds are being obligated at time of award.  Air Force Life Cycle Management Center/HIAK, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Lockheed Martin Corp., MST Missions Systems and Training, Liverpool, N.Y., has been awarded an $8,534,310 modification (P00017) on an existing firm-fixed-price contract (FA8217-11-C-0005) for the modernization of AN/FPS-117 Long Range Radars via the Essential Parts Replacement Program.  This contract modification provides for the exercise of unpriced options for a quantity of 13 Field Maintenance Equipment Kits to provide spare single point failure items in support of the radar site modernizations in Canada, Alaska, Puerto Rico, Hawaii, and Hill Air Force Base, Utah.  Work will be performed at Liverpool, N.Y. with the kits being delivered to the various locations, and work is expected to be completed by July 30, 2015.  Fiscal 2012 procurement funds in the amount of $3,940,649 and Fiscal 2014 procurement funds in the amount of $4,593,661 are being obligated at time of award. Air Force Life Cycle Management Center/PZZKA, Hill Air Force Base, Utah, is the contracting activity.

TASC Inc., Andover, Mass., has been awarded a $6,933,916 cost-plus-fixed-fee contract for Research and Development on the Solid Rocket Motor Modernization Study. The contractor shall conduct a study, which efforts include develop and investigate propulsion options and impacts for replacement or modernization of the Minuteman III fielded force. Contractor will also conduct a trade study on the Stage III Generalized Energy Management Steering versus Thrust Termination, Roll Control trade study, and conduct Mechanistic Aging & Surveillance. Work will be performed at San Bernardino, Calif., and is expected to be complete by July 31, 2015. This award is the result of Broad Agency Announcement.  Fiscal 2013 Research and Development funds in the amount of $6,933,916  are being obligated at time of award.  Air Force Nuclear Weapons Center/PZBA, Hill Air Force Base, Utah, is the contracting activity. (FA8219-14-C-0003)

NAVY

Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $90,164,920 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0007) to exercise an option for the procurement of 40 AE1107C install engines in support of the MV-22 aircraft for the United States Marine Corps.  Work will be performed in Indianapolis, Ind., and is expected to be completed in November 2015.  Fiscal 2013 and 2014 aircraft procurement, Navy funds in the amount of $90,164,920 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

Jacobs & HDR Joint Venture, Arlington, Va., is being awarded a maximum $60,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for analysis of Navy and other Department of Defense (DoD) facilities infrastructure for various locations throughout the Naval Facilities Engineering Command's (NAVFAC) area of responsibility (AOR), worldwide.  The work to be performed provides for support of the Navy’s Sustainment, Restoration, and Modernization Program.  No task orders are being issued at this time.  The work will be performed at various Navy and other DoD facilities within the NAVFAC AOR including, but not limited to NAVFAC Mid-Atlantic (20 percent), NAVFAC Southeast (20 percent), NAVFAC Washington (15 percent), NAVFAC Southwest (10 percent), NAVFAC Northwest (10 percent), NAVFAC Midwest (10 percent), NAVFAC Europe Africa Southwest Asia (10 percent) and NAVFAC Pacific AOR (5 percent).  The term of the contract is not to exceed 60 months with an expected completion date of January 2019.  Fiscal 2014 operation and maintenance Navy funds in the amount of $10,000 will be 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 five proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-14-D-3005).

General Dynamics Land Systems - Force Protection, Ladson, S.C., is being awarded a $25,960,947 firm-fixed-price contract for the development, design, and production of 468 Seat Survivability Upgrade (SSU) Kits in support of the Program Executive Office Land Systems, Program Manager, Mine Resistant Ambush Protected Vehicles.  The SSU Kit includes energy absorbing seats, 5-point seatbelts, blast mats, internal crew Automatic Fire Extinguisher System reconfiguration, and driver/co-driver compartment upgrades.  The kit also improves interior vehicle layout, reduces egress impedance, and creates intentional stowage locations.  Work will be performed in Ladson, S.C.  The term of the contract is not to exceed 18 months, with an expected completion date of July 2015.  Fiscal 2012 procurement Marine Corps;  Fiscal 2013 research, development, test & evaluation, Marine Corps; Fiscal 2013 other procurement, Navy, and Fiscal 2013 other procurement, Air Force contract funds in the amount of $25,960,947 will be obligated at time of award and all funds will expire at the end of the fiscal year.  This contract was competitively awarded via the Federal Business Opportunities website, with four offers received.  The Marine Corps Systems Command Quantico, Va., is the contracting activity (M67854-14-C-5500).

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $10,322,803 modification to a previously awarded cost-plus-incentive-fee contract (N00019-09-D-0008) for additional Joint Performance Based Logistics support for the Marine Corps MV-22, and the Air Force and Special Forces Operations Command CV-22 aircraft.  Work will be performed in Amarillo, Texas (50 percent) and Philadelphia, Pa. (50 percent), and is expected to be completed in February 2014.  Fiscal 2013 defense-wide procurement, Special Operations Command; Fiscal 2013 aircraft procurement, Air Force; Fiscal 2014 aircraft procurement, Navy; Fiscal 2014 operations and maintenance, Air Force, Special Operations Command and Navy funds in the amount of $10,322,803 will be obligated at time of award, $8,376,278 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

EJB Facilities Services, Arlington, Va., is being awarded a $7,261,421 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite quantity contract for the extension of option award seven for base operations support at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR).  The work to be performed provides for, but is not limited to, all management and administration, visual services, security, housing, facilities support (excluding grounds and janitorial services), pavement clearance, utilities, base support vehicles and equipment, and environmental services to provide base operations support services. The total contract amount after exercise of this modification will be $545,540,549.  Work will be performed at various installations in the NAVFAC Northwest AOR including but not limited to, Wash. (95 percent), Alaska (1 percent), Idaho (1 percent), Montana (1 percent), Oregon (1 percent), and Wyoming (1 percent), and work is expected to be completed March 2014.  Fiscal 2014 operation and maintenance, Navy; Fiscal 2014 Navy working capital funds; Fiscal 2014 Defense health program funds; and Fiscal 2014 non-appropriated funds in the amount of $7,261,421are being obligated on this award and will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-05-D-5103).

*Small Business

Thursday, November 7, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR NOVEMBER 7, 2013

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

Easy Street JD&S LLC*, Carol Stream, Ill., has been awarded a maximum $633,000,000 fixed-price with economic-price-adjustment contract for procurement of commercial type material handling equipment.  This contract is a competitive acquisition, and 31 offers were received.  Locations of performance are Illinois and Ireland with a Nov. 6, 2018 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8EC-14-D-0001).

US Food Service Baltimore/Washington Division, Severn, Md., has been awarded a maximum $12,581,939 fixed-price with economic-price-adjustment, bridge contract for prime vendor full line food distribution.  This contract is a sole-source acquisition.  This is a one-year base contract with no option periods.  Locations of performance are Maryland and mid-Atlantic North region with a Nov. 8, 2014, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and Coast Guard.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-14-D-3719).

Shamrock Foods Co., Phoenix, Ariz., has been awarded a maximum $8,700,000 fixed-price with economic-price-adjustment, indefinite-quantity, bridge contract for prime vendor full line food distribution.  This contract is a sole-source acquisition.  This is a one-year base contract with no option periods.  Location of performance is Arizona with a Nov. 8, 2014, performance completion date.  Using military services are Army, Air Force, and federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-14-D-3656).

Greenstone Limited*, Peapack, N.J., has been awarded a maximum $8,026,537 modification (P00017) exercising the seventh one-year option period on a one-year base contract (SPM200-06-D-7703) with seven one-year option periods for various pharmaceutical products.  This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is New Jersey with a Nov. 3, 2014, performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2014 warstopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

ARMY

Northrop Grumman, Huntsville, Ala., was awarded a $39,200,000 modification (P00095) to a previously existing cost-plus-incentive-fee, multi-year, option-included contract (W31P4Q-08-C-0418) to provide research and development services in support of integrated air missile defense.  The estimated completion date is Sept. 30, 2015.  Fiscal 2013 research, development, test and evaluation funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Great Lakes Dock and Dredge Company LLC, Oak Brook, Ill., was awarded a $10,273,971 firm-fixed-price contract for dredging services in support of the Baltimore Harbor Dredging Project.  Work will be performed in Baltimore, Md., with an estimated completion date of March 28, 2014.  Fiscal 2013 and fiscal 2014 operations and maintenance funds are being obligated on this award.  One bid was solicited, with one bid received.  The Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-14-C-0003).

K&N Industrial Equipment, Spokane Valley, Wash., was awarded a $7,976,384 firm-fixed-price, option-included contract to provide for the rehabilitation of bridge cranes located at Lower Granite Dam and Little Goose Dam.  Work will be performed in Dayton, Wash.; and Pomeroy, Wash.; with an estimated completion date of Aug. 13, 2015.  Fiscal 2014 procurement funds in the amount of $3,734,955 are being obligated on this award.  The bid was solicited through the Internet, with four bids received.  The Army Corps of Engineers, Walla Walla, Wash., is the contracting activity (W912EF-14-C-0002).

AIR FORCE

Lockheed Martin Corp., Fort Worth, Texas, has been awarded a $19,763,075 option exercise (P0050) to an existing cost-plus-fixed-fee contract (FA8611-08-C-2897) to retrofit fielded mission training centers with out the window visual systems upgrade and night vision goggles capability.  Effort includes upgrades for F-22 training systems at Sheppard Air Force Base (AFB), Texas; Tyndall AFB, Fla.; Langley AFB, Va.; Hickam AFB, Hawaii, and Elmendorf AFB, Alaska.  Work will be performed at St. Louis, Mo., with an expected completion date of Dec. 31, 2016.  Fiscal 2014 aircraft procurement funds in the amount of $19,763,075 are being obligated at time of option exercise.  The Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity.

NAVY

Ultra Armoring LLC*, Kings Mountain, N.C., is being awarded a $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the light capability rough terrain forklift (LCRTF) crew protection kit (CPK).  The LCRTF CPK shall provide a CPK for integration to increase survivability and provide protection in the event of small arms fire or improvised explosive Device attack.  The basic contract will be for four test assets, development costs, 100 production units, technical manuals, supply support and training.  The initial delivery order (0001) will be for six test assets, development costs, shipping of test assets, testing provisioning support and the technical manual development and procurement.  Work will be performed in Kings Mountain, N.C., and work is expected to be completed in November 2018.  No funds are being obligated on the base contract.  Fiscal 2013 research, development, testing and evaluation funds in the amount of $1,427,168 will be obligated on the delivery order, and will expire at the end of the current fiscal year.  This contract was competitively procured through full and open competition via the Federal Business Opportunities website, with five proposals received.  Marine Corps System Command in Quantico, Va., is the procuring contracting activity (M67854-14-D-5024).

CTC Enterprise Ventures Corp., Johnstown, Pa., is being awarded a $14,205,582 firm-fixed-price modification to previously awarded contract (N61331-12-C-0007) for the production of 10 carriage, stream, tow and recovery system kits in support of the MH-60S Airborne Mine Countermeasures program.  Work will be performed in Johnstown, Pa., and is expected to be completed by October 2016.  Fiscal 2013 aircraft procurement, Navy funds in the amount of $14,205,582 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Surface Warfare Center Panama City Division, Panama City, Fla., is the contracting activity.

Trimble Navigation Ltd., Dayton, Ohio, is being awarded $12,788,333 for delivery order 0007 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-13-D-5023) for the Laser Leveling System (LLS) to support the Product Manager, Engineering Systems, Material Handling Equipment and Construction Equipment Product Management Team.  Collectively, the LLS consists of surveying equipment and grade control equipment.  This procurement requires the original equipment manufacturer to provide 33 LLS systems, operator and maintainer training and training aids, transportation of the systems, and logistics and life cycle support for all items procured.  Work will be performed in Dayton, Ohio, and is expected to be completed by April 2018.  Fiscal 2013 procurement, Marine Corps funds in the amount of $12,788,333 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The basic contract was competitively procured, with two offers received.  Marine Corps Systems Command, Quantico, Va., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded an $8,343,276 modification to a previously awarded fixed-price-incentive-fee contract (N00019-09-C-0019) for the replacement and/or refurbishment of production life limit tooling for the F/A-18E/F and EA-18G aircraft.  Work will be performed in St. Louis, Mo., and is expected to be completed in October 2014.  Fiscal 2013 aircraft procurement, Navy contract funds in the amount of $8,343,276 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

General Dynamics Electric Boat Corp., Groton, Conn., is being awarded a $7,103,796 modification to previously awarded contract (N00024-10-C-4301) to provide ship’s force duties; protection and operation; and organizational-level repairs and preservation of floating dry dock ARDM-4 at the Naval Submarine Support Facility, Naval Submarine Base, New London, Conn.  Work will be performed in New London, Conn., and is expected to be completed by September 2014.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $7,103,796 will be obligated at time of award and will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Weston Solutions Inc., West Chester, Pa., is being awarded $6,576,624 for firm-fixed-price task order FZ01 under a previously awarded multiple award construction contract (N62583-09-D-0131) for design and construction of an MV-22 Aviation Fuel Storage Facility at Marine Corps Air Station, Camp Pendleton.  The work to be performed provides for expansion of the existing fuel storage facility by adding two additional fuel storage tanks, relocating loading pad and expanding the current petroleum oil lubricants operations building to support the fuel requirements of the MV-22 aircraft. Work will be performed in Oceanside, Calif., and is expected to be completed by January 2015.  Fiscal 2012 military construction, Navy contract funds in the amount of $6,576,624 are obligated on this award and will not expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

*Small Business

Search This Blog

Translate

White House.gov Press Office Feed