Showing posts with label SPECIAL OPERATIONS COMMAND. Show all posts
Showing posts with label SPECIAL OPERATIONS COMMAND. Show all posts

Friday, August 1, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR AUGUST 1, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
SPECIAL OPERATIONS COMMAND
Exelis, Inc., Clifton, New Jersey, is being awarded a $190,000,000 indefinite-delivery/indefinite-quantity contract to provide Suite of Integrated Radio Frequency Countermeasure components and related services for the Technology Applications program office and CV-22 program offices. The majority of the work will be performed in Clifton, New Jersey. This contract has a five-year base period and a three-year incentive award period. Ordering periods will end on July 30, 2019. Individual task orders will be funded with operations and maintenance or procurement appropriations under the appropriate fiscal year. Fiscal 2014 operations and maintenance funds in the amount of $8,618,657 are being obligated at time of award on the first task order. This contract was a not competitively procured in accordance with FAR 6.302-1. U.S. Special Operations Command, Tampa, Florida, is the contracting activity (H92241-14-D-0006).
NAVY
Baldi Bros., Inc.*, Beaumont, California (N62473-14-D-0064); CJW Construction, Inc.*, Santa Ana, California (N62473-14-D-0065); Granite Construction Company, Watsonville, California (N62473-14-D-0066); Marathon Construction Corporation*, Lakeside, California (N62473-14-D-0067); and Reyes Construction, Inc., Pomona, California (N62473-14-D-0068), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for new construction, repair and renovation of heavy horizontal and civil engineering construction projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). Types of projects may include, but are not limited to: outdoor shooting and combat training ranges and terrains, canals and channels, dams and embankments, bridges, erosion control and stormwater management, landfills, ammunition/weapons magazines, irrigation and landscaping, recreational fields and parks, and tunneling and horizontal directional drilling. The combined maximum dollar value for all five contracts, including the base period and four option years, is $99,000,000. No task orders are being issued at this time. All work on these contracts will be performed within the NAVFAC Southwest AOR including, but not limited to, California (80 percent); Arizona (16 percent); Nevada (1 percent); Utah (1 percent); Colorado (1 percent); and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of August 2019. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $25,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured as full and open unrestricted procurement with a Historically Underutilized Business Zone price evaluation preference in accordance with FAR 52.219-4, and a reserve to two or more small businesses, via the Federal Business Opportunities website with 19 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.
Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $49,646,289 cost-plus-fixed-fee contract for fiscal 2014 advance planning to prepare and make ready for the defueling work on USS George Washington (CVN 73). This effort will provide for advanced planning, ship checks, design, documentation, engineering, procurement, fabrication and preliminary shipyard or support facility work to prepare for the defueling work. Work will be performed in Newport News, Virginia, and is expected to completed by July 2015. Fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $49,646,289 will be obligated at the time of the award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured under the authority of 10 U.S.C. 2304(c)(1). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-C-2111).
MicroPact, Inc.,* Herndon, Virginia, is being awarded a $12,989,520 indefinite-delivery/indefinite-quantity contract for the Naval Justice Information System (NJIS). The NJIS will provide enterprise support for the United States Navy and Marine Corps criminal justice community’s case management and reporting requirements. The NJIS program will enable end-to-end case management and incident reporting capabilities for the law enforcement, investigations, command actions, corrections and judicial actions communities, with implementation and configuration of the program in a two-phase approach. This program includes the replacement and retirement of the Consolidated Law Enforcement Operations Center, Corrections Management Information and Case Management systems, as well as the migration of all legacy data from those systems into the NJIS database. Work will be performed in Quantico, Virginia, and is expected to be completed by Feb. 2, 2019. No funds will be obligated at the time of award. Funds will be obligated as individual task orders are issued. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with full and open competition proposals solicited via the Commerce Business Daily’s Federal Business Opportunities and SPAWAR e-Commerce Central websites, with 11 offers received. The Space and Naval Warfare System Command, San Diego, California, awarded the contract on behalf of its organizational partner, the Program Executive Office for Enterprise Information Systems (N00039-14-D-0004).
Airborne Tactical Advantage Co., Newport News, Virginia, is being awarded a $12,798,915 firm-fixed-price, cost reimbursement, indefinite-delivery/indefinite-quantity contract for services in support of the Contracted Air Services program, which provides contractor-owned and operated Type III high subsonic and Type IV supersonic aircraft to U.S. Navy fleet customers for a wide variety of airborne threat simulation capabilities. This provides for training shipboard and aircraft squadron weapon systems operators and aircrew. Work will be performed in Newport News, Virginia (45 percent); Point Mugu, California (35 percent); and various locations outside the continental United States (20 percent), and is expected to be completed in November 2014. Fiscal year 2014 operations and maintenance (Navy) funds in the amount of $7,856,845 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-14-D-0010).

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $7,467,820 modification to a previously awarded contract (N00024 13 C-5407) for Standard Missile-6 lifetime buy of obsolete material components. This contract modification will incorporate requirements for lifetime buys of SM-6 obsolete components and will mitigate the risk of redesign efforts. Work will be performed in Malaga, Spain (67 percent); Melville, New York (19 percent); Camden, Arkansas (5 percent); Dallas, Texas (4 percent); Sandy Hook, Connecticut (2 percent); Los Alamitos, California (2 percent); Wilmington, Massachusetts (less than 1 percent); Austin, Texas (less than 1 percent); and is expected to be completed by December 2014. Fiscal 2012, 2013and 2014 weapons procurement (Navy) funding in the amount of $7,467,820 will be obligated at the time of award. Contract funds in the amount of $5,992,165 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity.
ARMY
Oshkosh Corp., Oshkosh, Wisconsin, was awarded a $45,037,719 cost-plus-fixed-fee contract to reset and upgrade up to 800 Mine Resistant Ambush Protected (MRAP) All-Terrain Vehicles (M-ATV). Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Dec. 31, 2015. Bids were solicited via the Internet with one received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $38,727,860, and fiscal 2014 other procurement funds in the amount of $6,309,859, are being obligated at the time of the award. Army Contracting Command, Warren, Michigan is the contracting activity (W56HZV-14-C-0094).
The Atlantic Group,* Huntsville, Alabama, was awarded a $9,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity single award task order contract for engineer surveying and mapping of shallow water habitat, floodplain changes and vegetation cover at various nationwide locations. Funding and work location will be determined with each order with an estimated completion date of July 31, 2019. Bids were solicited via the Internet with 27 received. U.S. Army Corps of Engineers, Omaha, Nebraska is the contracting activity (W9128F-14-D-0003).
Kutta Technologies, Inc.,* Phoenix, Arizona, was awarded a $9,000,000 cost-plus-fixed-fee contract for the Synergistic Unmanned Manned Intelligent Teaming Mission Tasking System. Funding and work location will be determined with each order with a completion date of Sept. 1, 2017. One bid was solicited with one received. Army Contracting Command, Fort Eustis, Virginia is the contracting activity (W911W6-14-D-0001).
Hesco Bastion, Inc.,* North Charleston, South Carolina, was awarded a $8,792,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with options, for partially textile-lined gabion baskets, refurbishment of partially textile-lined gabion baskets, and technical advisory services for the National Flood Fight Center, Rock Island, Illinois. Funding and work location will be determined with each order with a completion date of Dec. 31, 2017. Bids were solicited via the Internet with two received. U.S. Army Corps of Engineers, Rock Island, Illinois is the contracting activity (W912EK-14-D-0001).
Ichor Medical Systems, Inc.,* San Diego, California, was awarded a $8,640,535 cost-plus-fixed- fee multiyear contract for the development and clinical assessment of a DNA-based antibody delivery platform for passive immunoprophylaxis. Work will be performed in San Diego, California, with an estimated completion date of July 30, 2018. Bids were solicited via the Internet with 100 received. Fiscal 2014 research, development, test and evaluation funds in the amount of $2,824,961 are being obligated at the time of the award. Army Contracting Command, Research Triangle Park, North Carolina is the contracting activity (W911NF-14-C-0001).
AIR FORCE
Alion Science and Technology Corp., Burr Ridge, Illinois, has been awarded a $10,027,721 cost-plus-fixed-fee delivery order (0067) on the AMMTIAC indefinite-delivery/indefinite-quantity cost-plus-fixed-fee sole-source (FA4600-06-D-0003) for nanotechnology development and technology transfer. AMMTIAC will provide technical, engineering, and expertise in nanotechnology applications in materials, manufacturing and testing of interest to the military. The work will be performed at Rome, New York, and Crane, Indiana, and is expected to be completed by Dec. 29, 2016. Department of Defense working capital funds in the amount of $20,000 are being obligated at time of award. Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity.
*Small business

Wednesday, May 7, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

NAVY

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded a $1,244,677,064 fixed-price-incentive-firm target contract for the engineering and manufacturing development phase of the Presidential Helicopter Replacement program. This contract provides for the procurement of six test aircraft and the associated support equipment, integration of mature government-defined mission systems, a training system including a flight training device and a maintenance training device, logistics, engineering, and test and evaluation support. Work will be performed in Stratford, Connecticut, (62.22 percent); Owego, New York, (19.38 percent); Coatesville, Pennsylvania, (14.25 percent); Orlando, Florida, (1.44 percent); Phoenix, Arizona, (.86 percent); Cedar Rapids, Iowa (.85 percent); Vergennes, Vermont, (.53 percent); and Torrance, California, (.47 percent), and is expected to be completed in October 2020. Fiscal 2014 research, development, test and evaluation, Navy funds in the amount of $42,000,000 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals and one offer was received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-14-C-0050).

dck-ecc pacific guam, LLC, Pittsburgh, Pennsylvania, is being awarded $53,728,000 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N62742-10-D-1308) for the design and construction of an aircraft maintenance hangar to provide operational and maintenance facilities for the 1st Marine Aircraft Wing at Andersen Air Force Base North Ramp, Guam. The hangars support current marine air/ground task force training requirements and the permanent relocation of United States Marine Corps forces from Okinawa to Guam. The aircraft maintenance hangar will be comprised of three areas – the hangar bay, the shop and maintenance area, and the administration and operations area. Work will be performed in Yigo, Guam, and is expected to be completed by December 2016. Fiscal 2014 military construction, Navy contract funds in the amount of $53,728,000 are being obligated at the time of award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.
L-3 Communications Corp., Arlington, Texas, is being awarded a $19,018,574 modification to a previously awarded firm-fixed-price contract (N61340-11-C-0017) for the upgrade of six CF-18C/D Advanced Distributed Combat Training Systems for the government of Canada under the Foreign Military Sales program. Work will be performed in Arlington, Texas (40 percent), Bagotville, Canada (30 percent), and Cold Lake, Canada (30 percent), and is expected to be completed in November 2016. Foreign military sales funds in the amount of $19,018,574 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 Training Systems Division, Orlando, Fla., is the contracting activity.

DEFENSE LOGISTICS AGENCY

US Foods, Inc., Livermore, California, has been awarded a maximum $67,635,644 fixed-price with economic-price-adjustment, indefinite-quantity contract for full line food distribution. This is a two-year base contract with one two-year option period. This is a competitive acquisition, and three offers were received. Location of performance is California with a June 1, 2016 performance completion date. Using services are Army, Navy, and Air Force, Marine Corps, Coast Guard, and Air National Guard. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania, (SPE300-14-D-3007).

Phillystran Inc., Montgomeryville, Pennsylvania, has been awarded a maximum $21,258,655 modification (P00007) exercising the first option period on a one-year base contract (SPE8EE-13-D-0001) with four one-year option periods for aramid rope. This is a fixed-price with economic-price-adjustment contract. Location of performance is Pennsylvania with a May 16, 2015 performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2013 through fiscal year 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Whitehill Manufacturing Corp.,* Chester, Pennsylvania, has been awarded a maximum $6,741,345 modification (P00004) exercising the first option period on a one-year base contract (SPE8EE-13-D-0002) with four one-year option periods for aramid rope. This is a fixed-price with economic-price-adjustment contract. Location of performance is Pennsylvania with a May 16, 2015 performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2013 through fiscal year 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

ARMY

General Atomics Aeronautical Systems, Poway, California, was awarded a $296,941,937 modification (P00073) to contract W58RGZ-12-C-0075 for Gray Eagle overall logistics support and fleet sustainment operations, including spares and repairs. Work will be performed in Poway, California, and Afghanistan with an estimated completion date of May 7, 2015. Fiscal 2014 operations and maintenance Army funds in the amount of $215,261,580 and other procurement funds Army in the amount of $9,996,693 were obligated at the time of the award. Army Contracting Command, Redstone, Arsenal, Alabama, is the contracting activity.

Oshkosh Corp, Oshkosh, Wisconsin, was awarded a $21,832,417 modification (000736) to partial foreign military sales contract W56HZV-09-D-0159 to add 100 Family of Medium Tactical Vehicles (FMTV), 88 for the Army Reserve and 12 for the Kingdom of Jordan. Work will be performed in Oshkosh, Wisconsin with an estimated completion of Oct. 31, 2015. Other procurement Army funds in the amount of $18,898,225 for fiscal 2013 and in the amount of $2,934,192 for fiscal 2010 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity.

Value Recovery Holding LLC, Columbus, Ohio was awarded a $10,418,747 cost-plus-fixed-fee contract with options for support services to the Army Energy Initiative Task Force. Fiscal 2014 operations and maintenance Army funds in the amount of $5,303,357 were obligated at the time of the award. Work will be performed in Arlington, Virginia, with an estimated completion date of May, 7, 2018. Bids were solicited via the Internet with six received. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-14-C-0008).
Imperatis Corp., Arlington, Virginia, was awarded a $9,399,893 modification (P00005) to contract W56SGK-14-C-0003 to provide the capability for embedded counterinsurgency advisory and assistance teams to analyze, advise, assist, and develop solutions across the Afghan area of operations. Work will be performed in Afghanistan with an estimated completion dated of Sept. 15, 2014. Fiscal 2014 funds in the amount of $9,399,893 were obligated at the time of the award. Central Command Joint Theater Support Contracting Command, Phoenix, Arizona, is the contracting activity.

Jensen Construction Co., Des Moines, Iowa was awarded a $9,294,000 firm-fixed-price contract for control structure replacement for the Des Moines River Basin, Saylorville Lake Big Creek Diversion Dam, Polk County, Iowa. Work will be performed in Des Moines, Iowa with an estimated completion date of May, 3, 2016. Fiscal 2014 operations and maintenance Army funds in the amount of $9,294,000 were obligated at the time of the award. Bids were solicited via the Internet with four received. Army Corps of Engineers, Rock Island Illinois, is the contracting activity (W912EK-14-C-0057).

SPECIAL OPERATIONS COMMAND

K-CRUZ*, Yorktown, Virginia, is being awarded a $48,000,000, indefinite-delivery/indefinite quantity contract to provide non-personal services for technical and logistic support for the Technology Applications Program Office, Mission Enhanced Little Bird, and Special Operational Mission Planning Environment program offices. The majority of the work will be performed in Fort Eustis, Virginia. The contract has a five year base period and a three year incentive award period so the estimated completion date is May 6, 2022. Fiscal 2014 operations and maintenance funds in the amount of $94,698 are being obligated on the first task order at time of award. This contract was awarded through competitive 100% 8(a) small business set aside, and three offers were received. U.S. Special Operations Command, Tampa, Florida, is the contracting activity (H92241-14-D-0005).

*Small Business

Wednesday, January 22, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JANUARY 22, 2014

DEFENSE DEPARTMENT 
CONTRACTS

DEFENSE LOGISTICS AGENCY

Thomas Instrument,* Brookshire, Texas, has been awarded a maximum $48,702,626 firm-fixed-price contract for aircraft winches.  This contract is a sole-source acquisition.  Location of performance is Texas with a May 2016 performance completion date.  Using military service is Air Force.  Type of appropriation is fiscal year 2014 Air Force working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga., (SPRWA1-14-D-0002).

Coast Citrus Distributors,* San Diego, Calif., has been awarded a maximum $35,158,808 fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh fruit and vegetable support.  This contract is a competitive acquisition, and four offers were received.  This is an eighteen-month base contract with two eighteen-month option periods.  Location of performance is California with a Jul. 20, 2015 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE300-14-D-P244).

Freeman Holdings of California, LLC, doing business as Million Air Victorville,* Victorville, Calif., has been awarded a maximum $28,455,164 fixed-price with economic-price-adjustment contract for into-plane jet fuel.  This contract is a competitive acquisition, and one offer was received.  Location of performance is California with a Mar. 31, 2018 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2014 through fiscal year 2018 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0007).

Valley Fruit and Produce,* Los Angeles, Calif., has been awarded a maximum $14,691,191 fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh fruit and vegetable support.  This contract is a competitive acquisition, and five offers were received.  This is an eighteen-month base contract with two eighteen-month option periods.  Location of performance is California with a Jul. 20, 2015 performance completion date.  Using military services are non-Department of Defense schools and reservations.  Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE300-14-D-S606).

Rockwell Collins-ESA Vision Systems (formerly Vision Systems International LLC), Fort Worth, Texas, has been awarded a maximum $14,666,736 firm-fixed-price contract for replenishment spare parts in support of the A/24A-56 joint helmet mounted cueing system.  This contract is a sole-source acquisition.  Location of performance is Texas, Oregon and Israel with a July 31, 2015 completion date.  Using military services are Navy, Air Force, and Air National Guard.  A portion of this contract is in support of foreign military sales for Canada, Chile, Pakistan, Portugal, Thailand and Iraq.  Type of appropriation is Air Force fiscal 2013 investment funds, Air Force and Air National Guard fiscal 2014 operations and maintenance funds, Navy fiscal 2013 and fiscal 2014 aircraft procurement funds and FMS funds. The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga., (SPRWA1-11-D-0007-0009).

AIR FORCE

General PAE Applied Technologies, LLC, Fort Worth, Texas, has been awarded a $28,070,424 modification (P00027) on an existing contract (FA3010-13-C-0007) exercising the option for Keesler Air Force Base, Miss., base operations support services.  Work will be performed at Keesler AFB, and is expected to be completed on Jan. 31, 2015.  Fiscal 2014 operations and maintenance funds will be obligated incrementally upon availability.  The 81st Contracting Squadron, Keesler AFB, Miss., is the contracting activity.

Isometrics, Inc., Reidsville, N.C., has been awarded a $7,100,835 indefinite-delivery, requirements contract for the design and production of A/S32 R-11 aircraft refueling/defueling/hydrant servicing trucks.  Work will be performed at Reidsville, N.C., and is expected to be completed by Sep. 30, 2015.  This award is the result of a competitive acquisition, small business set-aside, and three offers were received.  No funds are being obligated at time of award.  Air Force Life Cycle Management Center/WNKBBB, Robins Air Force Base, Ga., is the contracting activity (FA8533-14-D-0001).

NAVY

The Boeing Co., Jacksonville, Fla., is being awarded a $17,820,844 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity delivery order contract for remanufacturing activities and associated maintenance and sustainment capabilities in support of the F/A-18 A-F Depot Level Service Life Extension Program.  Work will be performed in Jacksonville, Fla. (92 percent) and St. Louis, Mo. (8 percent), and is expected to be completed in September 2014.  Fiscal 2014 aircraft procurement, Navy funds in the amount of $249,399 are 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, Md. is the contracting activity (N00019-14-D-0001).

Bell Helicopter Textron, Inc., Hurst, Texas, is being awarded $13,495,182 for cost-plus-fixed-fee delivery order 0001 under a previously awarded contract (N00383-14-D-015N) for repair/overhaul work of five high priority items for the UH-1Y and AH-1Z helicopters.  Work will be performed in Hurst, Texas, and is expected to be completed by January 2017.  Fiscal 2014 Navy working capital funds in the amount of $6,747,591 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

EFW, Inc., Fort Worth, Texas, is being awarded an $11,666,579 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0037) to exercise an option for the installation and procurement of helmet display tracker system (HDTS) kits for AH-1W aircraft, including nine HTDS P-kits, 29 AH-1W Helmet kits, and installation of 54 HDTS.  Work will be performed in Fort Worth, Texas (42 percent); Camp Pendleton, Calif. (30 percent); and Cherry Point, N.C. (28 percent), and is expected to be completed in December 2014.  Fiscal 2014 aircraft procurement, Navy funds in the amount of $11,666,579 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, Md. is the contracting activity.
Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded an $8,022,845 modification to a previously awarded firm-fixed-priced contract (N00019-09-C-0069) to exercise an option for the procurement of AN/ARC-210(V) Electronic Radios and ancillary equipment for a variety of aircraft.  Equipment being procured includes 15 C-12561A/ARC; 65 MT-6567/ARC; 15 MT-7006/ARC; 15 AM-7526/ARC; 15 MX-11641/ARC; 50 AS-3972/A; 50 CV-4092/A, and 65 RT-1939(C)/ARC.  Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in November 2014.  Fiscal 2014 aircraft procurement, Navy funds in the amount of $8,022,845 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.

Cortana Corp.,* Falls Church, Va., is being awarded a $7,760,214 modification to a previously awarded cost-plus-fixed-fee contract (N00421-09-C-0028) to exercise an option for the research and development of sensors and systems in support of the Advanced Sensor Application Program and the Remote Environmental Sensor Program.  Sensors and systems support a variety of naval aviation missions, including air-under-sea warfare, defense suppression, electronic attack, naval warfare and amphibious, strike and anti-surface warfare.  Work will be performed in Falls Church, Va., and is expected to be completed in September 2014.  Fiscal 2014 research, development, test, and evaluation, Navy funds in the amount of $525,000 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, Patuxent River, Md., is the contracting activity

ARMY

L-3 Communications Corp, Madison, Miss., was awarded a $129,000,000 modification (P00106) to contract W58RGZ-10-C-0107 for maintenance and modification of the Army C-12/RC-12/UC-35 fixed wing aircraft fleet. Fiscal 2014 operations and maintenance (Army) funds in the amount of $88,076,758 were obligated at the time of the award.  Estimated completion date is Jan. 31, 2015. Work will be performed in Madison, Miss. Army Contracting Command, Redstone Arsenal, Ala. is the contracting activity.

Great Lakes Dredge and Dock, LLC, Oak Brook, Ill., was awarded a $14,177,652 firm-fixed-price contract for deepening the Delaware River main channel.  Fiscal 2014 operations and maintenance (Army) funds in the amount of $14,177,652 were obligated at the time of the award. Estimated completion date is Nov. 30, 2014.  Bids were solicited via the Internet with four received.  Work will be performed in Philadelphia, Pa.  Army Corps of Engineers, Philadelphia, Pa., is the contracting activity (W912BU-14-C-0008).

Zyscovich, Inc., Miami, Fla., (W91236-14-D-0012); Reynolds, Smith and Hills, Inc., Jacksonville, Fla., (W91236-13-D-0044); and Schenkel & Shultz, Inc. Orlando, Fla., (W91236-13-D-0043) were awarded a $10,000,000 firm-fixed-price, indefinite-delivery contract for architectural and engineering services to support DoD elementary and secondary schools within the continental United States and overseas trust territories, and in Europe, Cuba, Japan, and Korea.  Funding and work performance location will be determined with each order.  Estimated completion date is June 26, 2017.  Bids were solicited via the Internet with forty-five received. Army Corps of Engineers, Norfolk, Va., is the contracting activity.

American International Contractors, Inc., Arlington, Va., was awarded a $9,788,000 firm-fixed-price, foreign military sales contract for construction of the United Kingdom Maritime Component Command (UKMCC) including constructing a forward support unit warehouse and headquarters facility at Mina Salman Port, NSA II, Kingdom of Bahrain.  Funds in the amount of $9,788,000 were obligated at the time of the award.  Estimated completion date is April 7, 2015. Bids were solicited via the Internet, with eight received.  Work will be performed in Bahrain.  Army Corps of Engineers, Winchester, Va., is the contracting activity (W912ER-14-C-0002).

EADS-NA, Herndon, Va., was awarded a $9,454,370 modification (00757) to contract W58RGZ-06-C-0194 for Lakota helicopter logistics support.  Fiscal 2014 operations and maintenance (Army) funds in the amount of $9,454,370 were obligated at the time of the award. Estimated completion date is Dec. 31, 2014.  Work will be performed in Herndon, Va.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

NEK Services, Inc., San Diego, Calif., is being awarded an $8,232,079, firm-fixed-price task order in support of the Joint Exploitation Training Center (JETC), C. Company, 6th Battalion, 1st Special Warfare Training Group (Airborne), Fort Bragg, N.C.  The contractor shall provide instructors and role players to support the JETC advanced skills training.  The work will be performed in Fort Bragg, N.C, and is expected to be completed by January 2019.  Contract funds will not expire at the end of the current fiscal year.  Fiscal 14 operations and maintenance funds in the amount of $1,646,415 are being obligated at time of award.  This contract was awarded utilizing procedures at FAR 8.405-6. A best value determination was made based on evaluation of qualifying criteria, technical, past performance and price.  The requirement was posted via GSA E-buy seeking full and open competition under GSA Mission Oriented Business Integrated Services (MOBIS) Federal Supply Schedule.  Two offers were received.  United States Army Special Operations Command, Fort Bragg, N.C., is the contracting activity
(H92239-14-F-0001).

MISSILE DEFENSE AGENCY

Lockheed Martin Space Systems Co., (LMSSC) Huntsville, Ala., is being awarded a $33,018,000 modification (P00004) to firm-fixed-price and cost-plus-fixed-fee contract HQ0147-14-C-0004 to provide essential, highly specialized services to support Ballistic Missile Defense System flight test activities using LMSSC developed target hardware.  The work will be performed at several LMSSC facilities, and government test sites and is expected to be completed Dec. 31, 2014.  Fiscal 2014 research, development, test and evaluation funds in the amount of $7,000,000 are being obligated at time of award.  The Missile Defense Agency, Huntsville, Ala., is the contracting activity.
*Small Business

Tuesday, April 23, 2013

SPECIAL OPERATIONS COMMANDER LAUDS NEW COMMAND STRUCTURE

FROM: U.S. DEFENSE DEPARTMENT

New Command Structure Fortifies Special Operations Partnerships
By Amaani Lyle
American Forces Press Service


WASHINGTON, April 18, 2013 – The commander of the U.S. Special Operations Command yesterday lauded a new command structure that aligns various NATO and U.S. special operations forces elements under two-star headquarters.

In testimony before the House Armed Services Committee’s emerging threats and capabilities subcommittee, Navy Adm. William H. McRaven said the new structure supports the defense strategic guidance, which outlines efforts to build partnership capacity.

"Socom is working to strengthen these international partnerships and to build lasting networks, both formally and informally, so that we or our allies can create a secure environment in unstable areas and, if necessary, react to emerging crises rapidly and effectively," McRaven said.

U.S. special operations forces are in about 78 countries around the world, helping to build partner capacity so that the host nation can tackle its own security problems, the admiral said.

"We have continued [to] trick enemy leadership, while at the same time building and training Afghan security forces so they can stand on their own against this very determined threat," he said.

McRaven recalled recent visits to Colombia and the Philippines, where he said the long-term U.S. investment with those nations’ special operations forces has helped to change the security situation dramatically.

"Building allied [special operations forces] capacity and capability represents the best approach to dealing with some of the world's more complex security problems," he said. "In all cases, those special operations forces deployed to foreign lands are working for the geographic combatant commander, with the approval of the chief of the mission and always in support of U.S. policy goals."


Search This Blog

Translate

White House.gov Press Office Feed