Showing posts with label U.S. DEFENSE DEPARTMENT CONTRACTS. Show all posts
Showing posts with label U.S. DEFENSE DEPARTMENT CONTRACTS. Show all posts

Wednesday, August 20, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
NAVY
BAE Systems Technology Solutions & Services, Inc., Rockville, Maryland (N00039-14-D-0121); General Dynamics C4 Systems, Taunton, Massachusetts (N00039-14-D-0122); Global Technical Systems,* Virginia Beach, Virginia (N00039-14-D-0123); Northrop Grumman Systems Corp., Herndon, Virginia (N00039-14-D-0124); and Serco, Inc., Reston, Virginia (N00039-14-D-0125), are each being awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-plus-fixed-fee contract for Consolidated Afloat Networks and Enterprise Services (CANES) production units. The estimated, cumulative value of the multiple award contract is $2,529,500,000. CANES serves as the bridge to the future of Navy afloat networks, consolidating existing legacy and standalone networks, providing the necessary infrastructure for applications, systems and services to operate in the tactical domain. CANES delivers its capabilities within a single complete system, bringing the necessary infrastructure that will enable timely and interoperable information exchange among tactical, support and non-tactical or administrative users, applications and information technology platforms. This contract has an eight-year ordering period up to the contract award amount. There are no options. Work will be performed in North Charleston, South Carolina; Taunton, Massachusetts; Virginia Beach, Virginia; Madison, Alabama; and San Diego, California, as delivery orders determine. Work is expected to be completed by August 2022. No funds will be obligated at the time of award. Funds will be obligated as individual delivery orders are issued. The multiple award contracts were competitively procured by full and open competition bids via the Space and Naval Warfare e-Commerce Central and the Federal Business Opportunities websites, with seven offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.

Caddell Construction Co. (Delaware), LLC, Montgomery, Alabama, is being awarded a $110,809,000 firm-fixed-price contract for construction of nuclear power training facilities at Joint Base Charleston. The work to be performed provides for construction of a new multistory, blast hardened training operation facility; construction of a single story secured area entry point; and construction of a pier extension of steel and concrete piles and slabs. The contract also contains six unexercised options and two planned modifications, which if exercised and/or issued, would increase cumulative contract value to $157,810,500. Work will be performed in Goose Creek, South Carolina, and is expected to be completed by June 2018. Fiscal 2014 military construction (Navy) contract funds in the amount of $110,809,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with five proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-14-C-1756).

Lockheed Martin Corp., Mission Systems and Training, Moorestown, New Jersey, is being awarded a $60,802,243 fixed-price-incentive, firm-fixed-price, cost-plus-fixed-fee, and cost-only contract for ship integration and test of the Aegis Weapon System (AWS) for AWS Baselines through Advanced Capability Build 12. The contract provides for Aegis shipboard integration engineering, Aegis test team support, Aegis modernization team engineering support, ballistic missile defense test team support, and AWS element assessments. This contract includes options which, if exercised, would bring the cumulative value of this contract to $420,379,808. Work will be performed in Moorestown, New Jersey (27 percent); Norfolk, Virginia (22.5 percent); San Diego, California (20 percent); Pascagoula, Mississippi (6.5 percent); Bath, Maine (6.5 percent); Mayport, Florida (6.5 percent); Pearl Harbor, Hawaii (5.5 percent); Everett, Washington (4 percent); Syracuse, New York (1 percent), and other locations totaling less than 1 percent (0.5), and is expected to be completed by November 2018. Fiscal 2011 and 2013 shipbuilding conversion (Navy); fiscal 2014 operations and maintenance (Navy); and fiscal 2012 and 2014 other procurement (Navy) funding, in the amount of $21,839,327 will be obligated at time of award. Contract funds in the amount of $6,485,936 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)(1) - only one or limited number of sources and no other suppliers will satisfy the requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-14-C-5104).

Raytheon Integrated Defense Systems, Portsmouth, Rhode Island, is being awarded a $59,159,691 modification to a previously awarded contract (N00024-11-C-6410) to exercise an option for the production of MK54 Mod 0 Lightweight Torpedo (LWT) Kits, and related engineering and repair services for upgrade of U.S. Navy LWT. Although the MK54 Mod 0 LWT is primarily intended as an anti-submarine torpedo for littoral scenarios, its basic capabilities includes operation in both shallow and deep water acoustic environmental conditions, and exceeds MK46 anti-submarine warfare capabilities in deep-water scenarios. This modification involves purchases for the U.S. Navy and the governments of India, Turkey and Australia under the Foreign Military Sales program. Work will be performed in Keyport, Washington (60 percent), and Portsmouth, Rhode Island (40 percent), and is expected to be completed by January 2018. Fiscal 2012 and 2014 weapons procurement (Navy), and FMS funds, in the amount of $59,159,691 will be obligated at the time of award. Contract funds in the amount of $2,073,984 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Northrop Grumman Systems Corp., Herndon, Virginia, is being awarded a $34,774,652 indefinite-delivery/indefinite-quantity contract utilizing firm-fixed priced orders for production hardware for Ship Self-Defense System (SSDS) Mk2 production hardware. The scope includes hardware production, assembly, configuration, alignment, integration, testing and shipping of the SSDS hardware. Work will be performed in Virginia Beach, Virginia (80 percent), and Huntsville, Alabama (20 percent), and is expected to be completed by August 2017. Subject to availability of funds, fiscal 2014 and 2017 other procurement (Navy), and fiscal 2015 and 2016 shipbuilding and conversion (Navy) contract funds, in the amount of $799,056 will be obligated at contract award and will not expire at the end of the current fiscal year. This contract was competitively solicited via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-14-D-3035).

Lockheed Martin Sippican, Inc., Marion, Massachusetts, is being awarded a $31,905,389 modification to a previously awarded contract (N00024-11-C-6404) for fixed-price-incentive, firm-fixed-price, cost-plus-fixed fee, cost-type option for the production of 108 MK48 Mod 7 Common Broadband Advanced Sonar System (CBASS) Functional Item Replacement (FIR) Kits, related engineering services to support CBASS FIR kits, CBASS FIR kit spares, and CBASS FIR kit warranty. The objective of the MK48 Mod 7 CBASS kit production program is to supply the U.S. Navy with functional item replacement upgrade kits consisting of a guidance and control box, broadband analog sonar receiver, preamplifier, cable assemblies, and guidance and control assembly materials. Work will be performed in Marion, Massachusetts (95 percent), and Syracuse, New York (5 percent), and is expected to be completed by November 2017. Fiscal 2012 and 2014 weapons procurement (Navy) funds in the amount of $31,905,389 will be obligated at the time of award. Contract funds in the amount of $1,540,688 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $12,789,893 modification to the previously awarded F-35 Lightning II Low Rate Initial Production (LRIP) Lot VI contract (N00019-11-C-0083). This modification provides for the procurement of F-35 Deployable Spares Package spares for the U.S. Air Force. Work will be performed in Owego, New York (21 percent); Orlando, Florida (20 percent); Nashua, New Hampshire (18 percent); United Kingdom (18 percent); Torrance, California (15 percent); Marion, Virginia (3 percent); Melbourne, Florida (3 percent); Endicott, New York (1 percent); Williston, Vermont (0.5 percent); and Duarte, California (0.5 percent). Work is expected to be completed in May 2017. Fiscal 2012 aircraft procurement (Air Force) funds in the amount of $12,789,893 will be obligated at 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.

General Dynamics, Electric Boat Corp., Groton, Connecticut, is being awarded a $8,990,973 cost-plus-fixed-fee contract for the ongoing acquisition of the weapons systems shipboard development, integration requirements, and shipboard engineering for refueling support for the United States and United Kingdom Trident II D5 missile program. The maximum dollar value, including the base period and two option years is $32,334,273. The work will be performed in Groton, Connecticut (21 percent); Norfolk, Virginia (20 percent); Silverdale, Washington (19 percent); Bremerton, Washington (18 percent); St. Marys, Georgia (16 percent); and Cape Canaveral, Florida (6 percent), with an expected completion date of Sept. 30, 2014. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $8,990,973 are being obligated at time of award and will expire at the end of the current fiscal year. This contract is a sole source acquisition negotiated under 10 U.S.C. 2304(c)(1). Strategic Systems Program, Washington, District of Columbia, is the contracting activity (N00030-14-C-0023).

The Boeing Co., St. Louis, Missouri, is being awarded a $6,948,500 modification to a cost-plus-incentive-fee delivery order issued previously against a Basic Ordering Agreement (N00019-11-G-0001). This modification provides for Phase C1 of the F/A-18 A-D Airframe Service Life Extension Program. The effort will include seven flight critical engineering change proposals for fracture and maintenance critical areas of the airframe. Work will be performed in St. Louis, Missouri (55 percent). and El Segundo, California (45 percent), and is expected to be completed in July 2015. Fiscal 2013 and 2014 aircraft procurement (Navy) contract funds in the amount of $6,948,500 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
AIR FORCE
BAE Systems Information and Electronic Systems Integration, Nashua, New Hampshire, has been awarded a $74,000,000 indefinite-delivery/indefinite-quantity contract for F-16 Stores System Tester sustainment. The contractor will provide F-16 Stores System Tester spares, as well as engineering and software development and maintenance support. Work will be performed at Nashua, New Hampshire, and is expected to be completed by Oct. 14, 2020. This award is the result of a sole-source acquisition. It is anticipated that fiscal 2014 procurement, operations and maintenance; consolidated sustainment activity group non-expiring working capital; and foreign military sales funds will be issued via delivery orders against this contract in support of the requirement. FMS is approximately 33 percent of the contract. The first delivery order will be obligated at time of award for fiscal 2014 FMS funds for Taiwan in the amount of $6,753,382. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8251-14-D-0001).

ARCTEC Alaska Joint Venture, Joint-Base Elmendorf-Richardson, Alaska, has been awarded a $32,062,792 firm-fixed-price contract, plus one option year, for the operation and maintenance of 15 geographically separated long range radar sites, three remote radio sites, maintenance of the Regional Air Operations Center, and Maintenance Control and Communications Center within Alaska. Work will be performed at Joint Base Elmendorf-Richardson, Alaska, and at the 15 separate sites located throughout Alaska, and is expected to be completed by Sept. 30, 2027, if all 12 option years are exercised. This award is the result of a competitive acquisition and one offer was received. Operations and maintenance funds will be obligated subject to availability. 766 SCONS/OL AA, Joint-Base Elmendorf-Richardson, Alaska, is the contracting activity (FA5215-14-C-7007).

FlightSafety International, Flushing, New York, will be awarded a $27,471,325 firm-fixed-price requirements contract for Gulfstream Pilot/Flight Engineering Training services. This requirement is a recurring requirement within Headquarters Air Force Mobility Command/A3T. This contract will provide initial and refresher academic and simulator training, and a variety of technical courses for U.S. Air Force pilots and flight engineers operating the Air Force Gulfstream series aircraft. Work will be performed at Dallas, Texas; Savannah, Georgia; Wilmington, Delaware; and Long Beach, California, and is expected to be completed by Sept. 30, 2019. This award is the result of a competitive acquisition with no limit to the number of offers solicited; two offers were received. Fiscal 2015 operations and maintenance funds in the amount of $5,494,265 will be obligated for the base period, but no funds are being obligated at time of award. The 763 Specialized Contracting Squadron, Scott Air Force Base, Illinois, is the contracting activity (FA4452-14-D-0003).
ARMY
MedTrust LLC, San Antonio, Texas, was awarded a $20,746,039 modification (P00003) to contract W81K00-14-D-0014 for the extension of specialized nursing services. Work will be performed at the San Antonio Military Medical Center, Joint Base San Antonio-Fort Sam Houston, and Wilford Hall Ambulatory Surgical Center, Joint Base San Antonio-Lackland Air Force Base, Texas. Funding will be determined with each order. Estimated completion date is March 31, 2015. The Army Medical Command, Fort Sam Houston, Texas, is the contracting activity.

BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded a $9,665,276 modification (P00545) to contract DAAA09-98-E-0006 to modernize infrastructure, Building G-4, Holston Army Ammunition Plant. Fiscal 2014 other procurement funds in the amount of $9,665,276 were obligated at the time of the award. Estimated completion date is Aug. 31, 2017. Work will be performed at the Holston Army Ammunition Plant, Kingsport, Tennessee. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Burleson Consulting Inc.,* Folsom, California, was awarded a $7,000,000 firm-fixed-price contract to restore the natural habitat and for habitat monitoring, at the former Fort Ord, California, with an estimated completion date of Aug. 19, 2019. Funding will be determined with each order. Bids were solicited via the Internet with two received. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-14-D-0010).
DEFENSE INFORMATION SYSTEMS AGENCY
Harris IT Services Corp., Herndon, Virginia was awarded a ceiling $450,000,000 indefinite-delivery/indefinite-quantity hybrid contract (firm-fixed-price, fixed-price-award-fee, cost-plus-fixed-fee and cost reimbursement contract line items) for services to provide engineering, maintenance, and program management support for the Crisis Management System. The IDIQ total cumulative ceiling value of the contract is $450,000,000 over the one-year base period and nine one-year option periods. There is no guarantee that the contract will be extended beyond the base one-year ordering period. Performance will be at various locations in the continental United States, with an estimated completion date of August 2015. Fiscal 2014 operations and maintenance funds in the amount of $5,412,872 will be obligated on the first task order at time of award. The original solicitation was issued as other than full and open competitive action pursuant to 10 U.S.C. 2304(c) (6) or 41 U.S.C. 3304(a) (6), and two proposals were received. The Defense Information Technology Contracting Organization-National Capital Region, Fort Meade, Maryland is the contracting activity (HC1047-14-D-4006).
*Small business

Wednesday, May 21, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR MAY 21, 2014

FROM:  U.S. DEFENSE DEPARTMENT NAVY 
CONTRACTS

ARMY

The Boeing Company, Ridley Park, Pennsylvania, was awarded a $25,891,028 modification (P00009) to a firm-fixed-price, multi-year contract (W58RGZ-13-C-0002) to exercise the option purchase a CH-47 Chinook helicopter. Work will be performed in Ridley Park, with an estimated completion date of Dec. 31, 2020. Fiscal 2014 procurement funds (Army) in the amount of $25,891,028 are being obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Okland Construction, Salt Lake City, Utah, was awarded a $15,513,636 firm-fixed-price, multi-year contract to design and build a facility to accept the second Joint Strike Fighter. Work will be performed at Luke Air Force Base, Arizona, with an estimated completion date of Jan. 10, 2016. The bid was solicited via the Internet, with 12 bids received. Fiscal 2014 military construction funds in the amount of $15,513,636 are being obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-14-C-0007).

TYR Tactical*, Peoria, Arizona, was awarded a $10,689,084 firm-fixed-price, foreign military sales contract for the procurement of nonstandard fragmentation shrapnel vests and projectile protection. This contract involves foreign military sales to Denmark. Work will be performed in Peoria, with an estimated completion date of Jan. 15, 2015. One bid was solicited, with one bid received. Fiscal 2014 procurement (Army) funds in the amount of $10,689,084 are being obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-14-C-0022).
BAE Systems, Nashua, New Hampshire, was awarded a $7,145,241 modification (P00015) to a cost-plus-fixed-fee contract (W58RGZ-13-C-0049) for logistics in support of the Common Missile Warning System. Work will be performed in Nashua, with an estimated completion date of May 15, 2015. Fiscal 2014 operations and maintenance funds (Army) in the amount of $7,145,241 are being obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

NAVY

M7 Aerospace LLC, San Antonio, Texas, is being awarded a $16,139,462 modification to a previously awarded indefinite-delivery requirements contract (N00019-11-D-0002) to exercise an option for logistics support for 12 Navy/Marine Corps UC-35 aircraft and seven Navy C-26 aircraft located at 10 global locations. Services to be provided include organizational and depot level maintenance, parts, support equipment maintenance, and engineering support. Work will be performed at the Pacific Missile Range Facility, Barking Sands, Hawaii (15 percent); Marine Corp Air Station (MCAS), Futenma, Japan (15 percent); Andrews Air Force Base, Maryland (10 percent); Fleet Marine Reserve Detachment, Belle Chase, Louisiana (10 percent); Naval Air Station Sigonella, Italy (10 percent); Naval Support Activity, Naples, Italy (10 percent); MCAS Miramar, California (10 percent); San Antonio, Texas (5 percent); MCAS Cherry Point, North Carolina (5 percent); Al Udeid, Qatar (5 percent); and Moron, Spain (5 percent); and is expected to be completed by May 2015. No funds are being obligated at time of award. Funds will be obligated against individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

EJB Facilities Services, Arlington, Virginia, is being awarded a $12,132,429 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite quantity contract for the award of option 8b 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 option will be $571,028,153. Work will be performed at various installations in the NAVFAC Northwest AOR including but not limited to: Washington (95 percent), Alaska (1 percent), Idaho (1 percent), Montana (1 percent), Oregon (1 percent), and Wyoming (1 percent). Work is expected to be completed July 2014. Fiscal 2014 Navy operation and maintenance; fiscal 2014 Navy working capital funds; fiscal 2014 Defense health program funds; and fiscal 2014 non-appropriated funds in the amount of $7,671,334 are being obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-05-D-5103).
CORRECTION: The contract announcement on May 16, 2014, for Bell Helicopter Textron, Inc., Hurst, Texas (N00019-13-C-0023), for $337,772,560 was announced with an incorrect award amount and obligated amount. The correct amount for both is $377,772,560.

*Small Business

Tuesday, May 6, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR MAY 6, 2014

FROM:  U.S DEFENSE DEPARTMENT 
CONTRACTS

NAVY

Global Technical Systems Inc.*, Virginia Beach, Virginia, is being awarded an $84,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for production of the Common Processing System (CPS), spares and associated engineering services. The CPS is a computer processing system based on an open architecture design. CPS consists of the CPS enclosure assembly and three subsystems: the processing subsystem, the storage/extraction subsystem, and the input/output subsystem. It is intended to support the computer requirements of various Navy combat systems. This contract will provide for production, testing and delivery of CPS (both water cooled and air cooled), spares, and associated engineering services. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by May 2018. Fiscal 2014 other procurement, Navy contract funds in the amount of $1,555,308 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-D-5213).

Lockheed Martin, Maritime Systems and Sensors, Moorestown, New Jersey, is being awarded a $54,706,543 modification to previously awarded contract (N00024-09-C-5103) to incrementally fund the Aegis Platform Systems Engineering Agent (PSEA) activities and Aegis Modernization Advanced Capability Build engineering. The PSEA manages the in-service combat systems configurations as well as the integration of new or upgraded capability into the CG57 Class of ships and the DDG 51 Class of ships. Work will be performed in Moorestown, New Jersey, and is expected to be completed by September 2015. Fiscal 2014 research, development, test and evaluation; fiscal 2014 operations and maintenance, Navy; fiscal 2014 other procurement, Navy and fiscal 2014 shipbuilding and conversion, Navy funding in the amount of $54,706,543 will be obligated at time of award. Contract funds in the amount of $7,197,483 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is being awarded $17,969,104 for cost-plus-fixed-fee delivery order 0506 against a previously issued basic ordering agreement (N00019-10-G-0004) for non-recurring engineering in support of the MV-22 Integrated Aircraft Survivability Equipment Suite upgrade, including integration of the AN/AAQ-24(V)25 software with an electronic warfare controller and the MV-22 mission computer. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed in April 2016. Fiscal 2014 aircraft procurement, Navy funds in the amount of $7,800,000 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.

Tyonek Services Corp.*, Anchorage, Alaska, is being awarded a $17,302,958 modification to a previously awarded, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N61340-13-D-0005) for depot level maintenance support services for the Fleet Readiness Center South East. Work will be performed at the Naval Air Station Jacksonville, Florida, (81 percent), Marine Corp Air Station Beaufort, South Carolina, (17 percent), and Naval Air Station Oceana, Virginia, (2 percent), and is expected to be completed in December 2014. No funding will be obligated at time of award, funds will be obligated on individual delivery orders as they are issued. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.
Lockheed Martin Corp., Owego, New York, is being awarded $6,756,377 for firm-fixed-priced delivery order 7027 under previously awarded basic ordering agreement (N00383-12-G-010F) for the repair of 11 items for the command cockpit used in H-60R/S helicopters. Work will be performed in Owego, New York, (73 percent); Farmingdale, New York, (21.25 percent); Middletown, Connecticut, (2.5 percent); Grand Rapids, Michigan, (3.25 percent); and is expected to be completed by Jan. 30, 2016. Fiscal 2014 Navy working capital funds in the amount of $6,756,377 will be obligated at the time of award and will not expire before the end of the current fiscal year. This requirement was not competitively procured in accordance with 10 U.S.C. 2304(c)(1). NAVSUP Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

ARMY

BAE Systems, Inc., Nashua, New Hampshire, was awarded a $444,812,310 firm-fixed-price contract for Individual and Enhanced Night Vision Goggle III weapons sights. Funding and work performance location will be determined with each order award. Estimated completion date is May 6, 2019. Bids were solicited via the Internet with five received. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91CRB-14-D-0010).

DRS RSTA Inc., Dallas, Texas was awarded a $367,035,238 firm-fixed-price contract for Individual and Enhanced Night Vision Goggle III weapon sights. Funding and work performance location will be determined with each order award. Estimated completion date is May 6, 2019. Bids were solicited via the Internet with five received. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91CRB-14-D-0011).

EADS North America, Herndon, Virginia, was awarded a $25,474,389 modification (P00787) to contract W58RGZ-06-C-0194 to increase funds and exercise an option for contractor logistics support on the Lakota Utility Helicopter (UH-72A). Work will be performed in Columbia, Mississippi, with an estimated completion date of Nov. 30, 2015. Fiscal 2014 operations and maintenance Army funds in the amount of $25,472,339 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity.
General Dynamics Ordnance and Tactical Systems, Inc., Saint Petersburg, Florida, was awarded a $12,683,602 modification (P00017) to W52P1J-11-C-0027 for the demilitarization and disposal of 78,000 depleted uranium rounds. Work will be performed in St. Petersburg, Florida, with an estimated completion date of Sept. 30, 2015. Fiscal 2014 other procurement Army funds in the amount of $12,683,580 and fiscal 2013 other procurement Army funds in the amount of $22 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Dutra Dredging Co., San Rafael, California, was awarded an $8,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for dredge rental with attendant plant and operations for maintenance dredging of the Mobile harbor channel, Mobile, Alabama. Funding and work performance location will be determined with each order. Estimated completion date is July 14, 2015. Bids were solicited via the Internet with two received. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-14-D-0041).

*Small Business

Wednesday, April 9, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR APRIL 9, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
ARMY

Exelis Inc., Fort Wayne, Ind. (W15P7T-14-D-0012); General Dynamics C4 Systems Inc., Scottsdale, Ariz. (W15P7T-14-D-0013); Harris Corp., Rochester, N.Y. (W15P7T-14-D-0014, W15P7T-14-D-0015); and Thales Defense & Security Inc., Clarksburg, Md. (W15P7T-14-D-0016), were awarded a $988,000,000 firm-fixed-price contract for SRW Appliqué Radio Systems for use by brigade combat teams. Funding and work location will be determined with each order. Estimated completion date is April 8, 2024. Bids were solicited via the Internet with six received. Army Contracting Command, Aberdeen, Md., is the contracting activity.

Thales-Raytheon Systems Co., LLC, was awarded a $17,743,765 modification (P00008) to contract W31P4Q-13-C-0082 to exercise the option to acquire Sentinel Mode 5 Identification Friend or Foe kits and spares. Fiscal 2014 other procurement funds in the amount of $17,743,765 were obligated at the time of the award. Estimated completion date is Sept. 30, 2016. Work will be performed in Fullerton, Calif. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Boeing Co., Ridley Park, Pa., was awarded an $8,857,000 modification (P00008) to contract W58RGZ-13-C-0002 for a CH-47F cargo helicopter multiyear II contract modification to provide additional production lot 13 long lead funding and additional production lot 12 over and above funding. Other procurement funds in the amount of $7,842,000 (fiscal 2014), $386,000 (fiscal 2012) and $629,000 (fiscal 2011) were obligated at the time of the award. Estimated completion date is Dec. 31, 2020. Work will be performed in Ridley Park, Pa. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

DEFENSE LOGISTICS AGENCY

BT Raymond Inc., Frederick, Md., has been added to a previously announced (Dec 3, 2013) maximum estimated $633,000,000 fixed-price with economic-price-adjustment contract for the procurement of commercial type material handling equipment. This contract is being issued against solicitation number SPM8EC-11-R-0001. This contract was a competitive acquisition, and thirty-eight offers were received. This contract is for a term of five years and is for a portion of the estimated $633,000,000 and will be competed amongst other contractors who receive a contract under this solicitation. Request for quotations will be issued to all contract awardees and the resulting contract delivery order(s) will be awarded to the offerer with the lowest price that is technically acceptable. Locations of performance are Maryland and New York with an April 8, 2019 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-0014).
Dennis K. Burke, Inc., Chelsea, Mass., has been awarded a maximum $65,282,707 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and thirty-four offers were received. This is a three-year base contract with no option periods. Locations of performance are Massachusetts, Maine, New Hampshire, New York, Rhode Island, and Connecticut with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, federal civilian agencies, and Air National Guard. Type of appropriation is fiscal year 2014 through fiscal year 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8521).

NAVY

Potomac-Hudson Engineering Inc.,* Gaithersburg, Md., is being awarded a maximum $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering (A-E) contract for A-E services for preparation of Navy and Marine Corps environmental planning documents for upland and desert projects in the Naval Facilities Engineering Command Southwest area of responsibility. The work to be performed provides for data collection, natural resource survey, and resource effects analysis work related to National Environmental Policy Act (NEPA) and other environmental planning services. Services will include, but are not limited to the preparation of the following primary NEPA related documents: environmental assessments; environmental impact statements; draft findings of no significant impact; and draft records of decision. No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps installations in California (85 percent), Arizona (6 percent), Nevada (6 percent), and other Department of Defense installations and federal agencies in the United States (3 percent). The term of the contract is not to exceed 60 months with an expected completion date of April 2019. Fiscal 2014 environmental restoration, Navy contract funds in the amount of $5,000 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 eight proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-14-D-1404).

Raytheon Co., Integrated Defense Systems, Sudbury, Mass., is being awarded $17,034,929 for firm-fixed-price delivery order 0003 under Basic Ordering Agreement (N00024-14-G-5105), for the procurement and fabrication of AN/SPY-1 Radar Transmitter Multi-Mission Signal Processor Capability ordnance alteration kits, RF Coherent Combiner ordnance alteration kits, Kill Assessment System ordnance alteration kits, High Volt Power Supply Sidewall Capacitor ordnance alteration kits, 10 kW Traveling Wave Tube monitoring circuit ordnance alteration kits, Aegis Weapon System Modernization requirements for Japan, and installation and test services in support of the AEGIS modernization effort. Work will be performed in Norfolk, Va. (77.1 percent); Burlington, Mass. (11.7 percent); Sudbury, Mass. (6.7 percent) and Andover, Mass. (4.5 percent), and is expected to be completed by April 2016. Fiscal 2013 and 2014 other procurement, Navy; fiscal 2014 research, development, test and evaluation and fiscal 2014 foreign military sales in the amount of $12,761,881 will be obligated at the time of award. Contract funds will not expire at the end of this fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Mission Systems and Training, Liverpool, N.Y., is being awarded an $8,537,634 modification to previously awarded contract (N00024-14-C-6227) to exercise options for the procurement of Low Cost Conformal Array production units, spare modules and spare outboard electronics canisters. The Low Cost Conformal Array is a passive planar array mounted on the aft submarine sail structure that is integrated with the Acoustic Rapid Commercial off the Shelf Insertion AN/BQQ-25 system to provide situational awareness and collision avoidance for improved tactical control in high density environments. Work will be performed in Liverpool, N.Y. (98 percent), Walpole, Mass. (1 percent), and Forrest Hill, Md. (1 percent) and is expected to be complete by February 2016. Fiscal 2014 other procurement, Navy funding in the amount of $8,537,634 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

*Small Business

Friday, April 4, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

ARMY

ABM Government Services LLC, Hopkinsville, Ky. (W91278-14-D-0025); Brasfield & Gorrie LLC, Birmingham, Ala. (W91278-14-D-0026); Hoar Construction LLC, Birmingham, Ala. (W91278-14-D-0027); ITSI Gilbane Co., Walnut Creek, Calif. (W91278-14-D-0028); J&J Maintenance Inc., doing business as J&J Worldwide Services; Austin, Texas (W91278-14-D-0029); John J. Kirlin Special Projects LLC, Rockville, Md. (W91278-14-D-0030); United Excel Corp., Merriam, Kan.(W91278-14-D-0031), were awarded a $249,000,000 firm-fixed-price multi-year multiple-award task order contract to design and build Army medical facilities. Funding and work performance location will be determined with each order. Estimated completion date is April 2, 2019. Bids were solicited via the Internet with 29 received. U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity.

McCann World Group Inc., New York, N.Y., was awarded a $196,034,789 modification (P00012) to multi-year contract W9124D-11-D-0036 for a full range of professional marketing and advertising services in support of a nationwide advertising campaign for recruitment and retention programs throughout the Army. Funding and work performance location will be determined with each order. Estimated completion date is April 6, 2015. Army Contracting Command, Fort Knox, Ky., is the contracting activity.

The Boeing Co., Ridley Park, Pa., was awarded an $18,962,520 modification (0307) to contract W58RGZ-04-G-0023 to integrate improved drive train development with the Block II system level engineering effort being conducted under the Block II Aircraft Component Improvement Program supporting the CH-47 aircraft. Fiscal 2014 research, development, testing, and evaluation funds in the amount of $18,962,520 were obligated at the time of the award. Estimated completion date is May 29, 2015. Army Contracting Command, Redstone Arsenal., Ala., is the contracting activity.

L-3 Communications Aerospace LLC, Madison, Miss., was awarded an $18,086,317 modification (P00030) to contract W912NW-11-F-0102 to provide logistical, administrative, and base operations support to include data input and data gathering for the Corpus Christi Army Depot mission to overhaul, repair, modify, retrofit, test and modernize helicopters, engines and components for all services and foreign military customers. Fiscal 2014 other procurement funds in the amount of $18,086,317 were obligated at the time of the award. Estimated completion date is Oct. 28, 2014. Army Contracting Command, Corpus Christi, Texas, is the contracting activity.

Kearfott Corp., Black Mountain, N.C. was awarded an $8,628,628 firm-fixed-price contract for the Actuator, Electro-Me for the Blackhawk weapons system. The minimum quantity is 120 and the maximum quantity is 1,440. Funding and work performance location will be determined with each order. Estimated completion date is April 3, 2018. Two bids were solicited with one received. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-14-D-0073).

Contrack International Inc., McLean, Va., was awarded a $6,749,291 firm-fixed-price contract for constructing a power plant to power the Army prepositioned stocks-5 warehouses, Camp Arifjan, Kuwait. Fiscal 2010 military construction funds in the amount of $6,749,291 were obligated at the time of the award. Estimated completion date is Nov. 30, 2015. Bids were solicited via the Internet with thirteen received. Work will be performed in Kuwait. U.S. Army Corps of Engineers, Winchester Va., is the contracting activity (W912ER-14-C-0011).
NAVY
BAE Systems Electronic Solutions, Nashua, N.H., is being awarded a $47,352,248 indefinite-delivery/indefinite-quantity delivery order contract for the manufacture of the transmitter countermeasures T-1687A/ALE-70 (V) in support of the Joint Strike Fighter program. Work will be performed at Nashua, N.H., and work is expected to be completed by April 2017. Fiscal 2014 procurement of ammunition Navy and Marine Corps, and fiscal 2012 Air Force aircraft funding in the amount of $14,314,816 will be obligated at the time of award. The Air Force funds in the amount of $6,308,224 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)(l). The NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-14-D-K054).

DLT Solutions, Herndon, Va., is being awarded a potential $35,664,115 fixed-price blanket purchase agreement (BPA) under the Department of Navy (DoN) Enterprise Software Licensing initiative to provide Symantec brand-name software licenses and maintenance renewal for the Navy and Marine Corps. The resulting award will be subject to the DoN policy entitled, “Mandatory Use of Department of the Navy Enterprise Licensing Agreements.” This one-year base award includes four, one-year option periods which, if exercised, would bring the potential value of this award to an estimated $322,034,113. Work will be performed in Herndon, Va., and the base period is expected to be completed April 2, 2015. This agreement will not obligate funds at the time of award. BPA calls or orders will be placed by requesting activities as needed during the ordering period. This agreement was competitively procured with a brand-name justification in accordance with FAR 8.405-6 via a limited source solicitation and publication on the General Services Administration eBuy website. Four quotations were received and one was selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-14-A-0058).

General Dynamics, Electric Boat Corp., Groton, Conn., is being awarded an $11,000,000 cost-plus-fixed-fee modification to the previously awarded contract (N00024-13-C-4308) to incrementally fund previously exercised options to provide non-nuclear submarine repair work on Groton-based submarines under the New England Maintenance Manpower Initiative (NEMMI). Under the terms of the contract, Electric Boat will provide NEMMI tasks in support of non-nuclear maintenance, modernization and repair of operational nuclear powered submarines, floating dry docks, support and service craft, and plant equipment assigned to the Naval Submarine Support Facility, 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 $11,000,000 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.

Lone Star Aerospace,* Addison, Texas, is being awarded an $8,719,004 modification to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N68936-12-D-0033) for additional predictive business and technical decision analysis services in support of Naval Air Systems Command and the Naval Aviation Enterprise. The services to be provided includes support of existing, in production data collection and data collection systems, as well as analysis, modeling and simulation including data collection and validation, requirement derivation and analysis, quantitative and qualitative analysis; modeling personnel and processes, decision and other modeling, business case and benefit/cost modeling, total ownership cost modeling, should cost/will cost, analysis of alternative modeling, performance modeling; scenario based simulations, “what if” simulations, gaming simulations, performance simulations, simulation delivery and reports, briefings and studies. This modification also provides for operational support, including implementation and planning support, spiral model evolution, training and sustaining support of deployed models; customer satisfaction measurement; other analysis including enterprise environmental scans and assessments, industry/ competitive analysis and assessments, red cell opportunity/capability analysis, revision of existing data and implementation planning and support. Work will be performed in Addison, Texas (80 percent); Patuxent River, Md. (10 percent); China Lake, Calif. (5 percent); and Point Mugu, Calif. (5 percent), and is expected to be completed in July 2015. No funds will be obligated at the time of award. Funds will be obligated on individual delivery orders as they are issued. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Agilent Technologies, Inc., Englewood, Colo., has been awarded a maximum $9,607,650 firm-fixed-price contract for signal generators. This is a sole-source acquisition. This is a three-year base contract with no option periods. Location of performance is Colorado with an April 15, 2017 performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2014 through fiscal year 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pa., (SPRMM1-14-A-ZZ11).

MISSILE DEFENSE AGENCY

Raytheon Missile Systems Co., Tucson, Ariz., is being awarded a $36,964,090 modification (P00021) to cost-plus-fixed-fee, cost-plus-incentive-fee contract. The modification increases the total contract value from $924,603,146 to $961,567,236. Under this modification, the contractor will perform Standard Missile-3 Block IB sustaining engineering support. The work will be performed in Tucson, Ariz. The performance period is from April 3, 2014 through April 2, 2015. Fiscal 2014 defense wide procurement funds in the amount of $36,964,090 are being obligated on this award. The Missile Defense Agency, Dahlgren, Va., is the contracting activity (HQ0276-13-C-0001).
*Small Business

Wednesday, April 2, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

AIR FORCE

Northrop Grumman Systems Corp., Defense Systems Division, Herndon, Va., has been awarded a maximum $98,000,000 indefinite-delivery/indefinite-quantity, cost-plus-incentive-fee contract for the sustainment/maintenance of the Global Adaptive Planning Collaborative Information Environment (GAP CIE) software system. The contract will provide software deliveries for sustainment, enhancement, and modification to fielded GAP CIE capabilities, and continue to incorporate tools to support the production of assigned campaign/contingency plans and orders, Unified Command Plan taskings, and Guidance for the Employment of the Force-assigned tasks. Work will be performed in Nebraska and is expected to be completed on April 30, 2019. Fiscal 2014 operations and maintenance funds in the amount of $397,161 will be obligated at award. This contract was solicited via the Federal Business Opportunities website, with four offers received. The Air Force Life Cycle Management Center/HBCC, Offutt Air Force Base, Neb., is the contracting activity (FA8730-14-D-0011).

DEFENSE LOGISTICS AGENCY

Hologic Inc., Bedford, Mass., has been awarded a maximum $78,910,453 modification (P00102) exercising the fifth option period on a one-year base contract (SPM2D1-09-D-8334) with seven one-year option periods for radiology systems, subsystems, and components. This is a fixed-price with economic-price adjustment contract. Location of performance is Massachusetts with an April 6, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
United Metro Energy Corp.,* Brooklyn, N.Y., has been awarded a maximum $57,449,285 fixed-price with economic-price-adjustment, requirements contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Location of performance is New York with a March 31, 2017 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 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8516).

Papco Inc.,* Virginia Beach, Va., has been awarded a maximum $37,197,905 fixed-price with economic-price-adjustment, requirements contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Locations of performance are Virginia, Pennsylvania, New Jersey, and New York with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8515).

Calumet San Antonio Refining LLC, Brooks City Base, Texas, has been awarded a maximum $36,393,732 modification (P00002) exercising the first option period on a two-year base contract (SPE600-14-D-0482) with three one-year option periods for aviation turbine fuel. This is a fixed-price with economic-price adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Texas with a March 31, 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, Va.

Ports Petroleum Co. Inc.,* Wooster, Ohio, has been awarded a maximum $7,126,629 fixed-price with economic-price-adjustment, requirements contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Locations of performance are Ohio, Pennsylvania, and New York with a March 31, 2017 performance completion date. Using military services are Army, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SP0600-14-D-8512).

ARMY

Global-Pacific Tech Joint Venture 1,* Longview, Wash., was awarded a $45,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, single award task order contract to design and construct projects related to building electrical systems and control and industrial processes within the continental United States for the Army Corps of Engineers, South Atlantic Division. Funding and work performance location will be determined with each order. Estimated completion date is March 11, 2019. Bids were solicited via the Internet with eight received. Army Corps of Engineers, Jacksonville, Fla., is the contracting activity (W912EP-14-D-0003).

NAVY

Northrop Grumman Systems Corp., San Diego, Calif., is being awarded a $43,781,216 modification to a previously awarded cost-plus-incentive-fee, firm-fixed-price contract (N00019-12-C-0059) for the production and delivery of five MQ-8 Firescout vertical take-off and landing tactical unmanned aerial vehicles (VTUAV) and one ground control station in support of the VTUAV endurance upgrade rapid deployment capability effort. Work will be performed in Dallas, Texas (32 percent); Ozark, Ala. (27 percent); Rancho Bernardo, Calif. (25 percent); Moss Point, Miss. (15 percent); and Point Mugu, Calif. (1 percent), and is expected to be completed in December 2015. Fiscal 2013 and 2014 aircraft procurement, Navy funds in the amount of $43,781,216 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.
Raytheon Co., Integrated Defense Systems, Sudbury, Mass., is being awarded a $29,521,981 modification to previously awarded contract (N00024-13-C-5115) to exercise options for the production of the AN/SPY-1D(V) Radar Transmitter Group, Missile Fire Control System (MFCS) MK 99 and site support. Work will be performed in Andover, Mass. (78.3percent); Sudbury, Mass. (19.3 percent); Canada (1 percent); Moorestown, N.J. (0.9 percent) and Norfolk, Va. (0.5 percent), and work is expected to be completed by June 2017. Fiscal 2014 shipbuilding and conversion, Navy contract funds in the amount of $29,521,981 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Co., Tucson, Ariz., is being awarded a $9,778,372 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for up to 52,473 hours of advanced technology insertion and integration support of weapons systems. The systems supported include AIM-9 Sidewinder, AIM-120 AMRAAM, AGM-65 Maverick, AGM-154 JSOW, R/UGM-109 Tomahawk, XM982 Excalibur, BGM-71 TOW, Standard Missile, Evolved Sea Sparrow Missile, Talon, Pyros and Griffin. Also included are line of sight/non-line of sight technologies for seekers, multi-mode seekers, tube-launched unmanned aerial systems, autonomous weapons employment and precision targeting, and similar applications. Work will be performed in Tucson, Ariz., and is expected to be completed in April 2016. Fiscal 2014 research, development, test, and evaluation, Navy funding in the amount of $100,000 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 Warfare Center, Weapons Division, China Lake, Calif., is the contracting activity (N68936-14-D-0011).

RFD Beaufort Inc., Sharon Center, Ohio, is being awarded $8,101,410 for delivery order 0004 under a previously awarded firm-fixed-price contract (N00104-12-D-F001) for 1,900 each submarine escape and immersion equipment MK11 suits. Work will be performed at Sharon Center, Ohio, and is expected to be completed by Feb. 27, 2015. Fiscal 2014 Navy working capital funds in the amount of $8,101,410 will be obligated at the time of award and will not expire before the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(l). The NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity.

Austal USA, Mobile, Ala., is being awarded a $6,726,406 modification to previously awarded contract (N00024-11-C-2301) for fabrication and assembly of a live fire test module in support of the Navy’s Independence variant littoral combat ship survivability testing program which is critical to class qualifications and ships eventual deployment. Work will be performed in Mobile, Ala., and is expected to be completed by March 2015. Fiscal 2013 research, development, test and evaluation funding in the amount of $6,726,406 will be obligated at the time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding Gulf Coast, Pascagoula, Miss., is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

NetCentrics Corp., Herndon, Va., is being awarded an $11,486,816 modification (P00011) to firm-fixed-price contract (HQ0034-11-D-0002) to obtain information technology operations back office support for the Office of the Secretary of Defense, Washington Headquarters Services (WHS), WHS-supported organizations, and the Pentagon Force Protection Agency. Work will be performed in Arlington, Va., with an expected completion date of April 30, 2015. Fiscal 2014 operations and maintenance funds in the amount of $11,486,816 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured, with three proposals received. WHS, Arlington, Va., is the contracting activity.
*Small Business

Tuesday, April 1, 2014

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

U.S. DEFENSE DEPARTMENT 
CONTRACTS
AIR FORCE

The Boeing Co., St. Louis, Mo., has been awarded a maximum $80,000,000 indefinite-delivery/indefinite-quantity contract, for Joint Direct Attack Munitions technical support for studies and analysis, product improvement, upgrades, integration (including, but not limited to, software integration, aircraft integration, and associated hardware) and testing. Work will be performed in Missouri with an expected completion date of March 31, 2019. Fiscal 2014 Air Force procurement funds in the amount of $4,141,039 and fiscal 2014 Navy operations and maintenance funds in amount $145,000 will be obligated at time of award. This award is the result of a sole source acquisition. Air Force Life Cycle Management Center/EBDK, Eglin Air Force Base, Fla., is the contracting activity (FA8681-14-D-0028).

DEFENSE LOGISTICS AGENCY
Petroleum Traders Corp.,* Fort Wayne, Ind., has been awarded a maximum $66,882,605 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Location of performance is Indiana with an April 30, 2017 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8509).
Dennis K. Burke Inc.,** Chelsea, Mass., has been awarded a maximum $65,282,707 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Locations of performance are Massachusetts, Maine, New Hampshire, New York, Rhode Island, and Connecticut with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, Air National Guard, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8521).

Allied Tube & Conduit, Harvey, Ill., (SPE8E6-14-D-0002); Cobra Systems,** Bloomington, N.Y., (SPE8E6-14-D-0003); Iris Kim,** Hampton, Va., (SPE8E6-14-D-0004), have been awarded a maximum $41,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for concertina barbed tape. This is a two-year base contract with three one-year option periods. This contract is a competitive acquisition, and five offers were received. Locations of performance are Illinois, New York, and Virginia with an April 1, 2019 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and Defense Logistics Agency. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Global Montello Group,** Waltham, Mass., has been awarded a maximum $36,202,002 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Location of performance is Massachusetts with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8533).
Sprague Operating Resources LLC,** White Plains, N.Y., has been awarded a maximum $34,898,134 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Locations of performance are New York, Pennsylvania, New Jersey, and Maine with a March 31, 2017 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 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8528).
Air Liquide Industrial US LP, Houston, Texas, has been awarded a maximum $25,310,221 firm-fixed-price contract for gaseous nitrogen. This is a competitive acquisition, and one offer was received. This is a five-year base contract with no option periods. Locations of performance are Texas and California with an April 30, 2019 performance completion date. Using services are federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, San Antonio, Texas, (SPE601-14-D-1516).

Brasseler USA,** Savannah, Ga., has been awarded a maximum $22,335,309 modification (P00003) exercising the second option period on a one-year base contract (SPM2DE-12-D-7458) with four one-year option periods for distribution of general dental supplies. This is a fixed-price with economic-price adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Georgia with an April 8, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Indigo Energy Partners LLC,** Alpharetta, Ga., has been awarded a maximum $20,745,146 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Locations of performance are Georgia and Pennsylvania with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, Air National Guard, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8526).

Naughton Energy Corp.,** Pocono Pines, Pa., has been awarded a maximum $18,217,525 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and thirty-four offers were received. This is a three-year base contract with no option periods. Locations of performance are Pennsylvania and New York with an April 30, 2017 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0238).

Mansfield Oil Co.,** Gainesville, Ga., has been awarded a maximum $14,541,401 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Location of performance is Georgia with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8530).
Riggins Oil,** Vineland, N.J., has been awarded a maximum $9,735,913 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Locations of performance are New Jersey and Pennsylvania with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8531).

Talley Petroleum Enterprises Inc.,** Grantville, Pa., has been awarded a maximum $9,504,864 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and thirty-four offers were received. This is a three-year base contract with no option periods. Location of performance is Pennsylvania with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, Air National Guard, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SP0600-14-D-8527).

Foster Fuels Inc.,** Brookneal, Va., has been awarded a maximum $8,268,245 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Locations of performance are Virginia, Maine, Massachusetts, New Hampshire, New York, Pennsylvania, and Vermont with an April 30, 2017 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8505).

NAVY
URS Federal Inc., Germantown, Md. (N00189-12-D-Z016); Raytheon Technical Services Co. LLC, Sterling, Va. (N00189-12-D-Z017); Technical Software Services Inc.,* Pensacola, Fla. (N00189-12-D-Z018); Camber Corp., Huntsville, Ala. (N00189-12-D-Z019); General Dynamics Information Technology, Fairfax, Va. (N00189-12-D-Z020); Northrop Grumman Corp., Herndon, Va. (N00189-12-D-Z021); Logistic Services International Inc., Jacksonville, Fla. (N00189-12-D-Z022); Sonalysts Inc., Waterford, Conn. (N00189-12-D-Z023); and Kratos Defense and Security Solutions, San Diego, Calif. (N00189-12-D-Z024), are being awarded modifications under previously awarded multiple award contracts to exercise option two of the contracts pursuant to contract clause FAR 52.217-9, option to extend the term of the contract. The contracts provide education training products and services for the Naval Education Training Command in conjunction with Naval Education Training and Professional Development and Technology Center which works to educate Navy sailors in a variety of ways. The maximum contract value, for option two, for all nine contracts combined, is $33,079,710. These nine contractors will compete for task orders under the terms and conditions of the awarded contracts. No funding will be obligated with the exercise of the option, and therefore none of the funding will expire before the end of the current fiscal year. Funding will be provided on individual task orders issued against the contracts during the period of the option. Work will be performed in Pensacola, Fla. (90 percent) and the other 10 percent will be performed at the contractors' locations. Work is expected to be completed April 30, 2015. The NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pa., is the contracting activity.

Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded a $21,319,984 cost-plus-fixed-fee, level of effort, completion type contract to provide the United Kingdom (UK) with engineering and technical support services and deliverable materials for the UK Trident II Missile System. This contract provides for, but is not limited to, technical planning, direction, coordination, and control to assure that UK fleet ballistic missile program requirements are identified and integrated to support planned milestone schedules and emergent requirements, re-entry systems UK resident technical support, operational support hardware, and UK-unique common missile compartment/UK successor support. Work will be performed in Sunnyvale, Calif. (76.4 percent); Cape Canaveral, Fla. (12.5 percent); Coulport, Scotland. (4.4 percent); Aldermaston, England (3.3 percent); St. Mary’s, Ga. (2 percent); Silverdale, Wash. (less than 1 percent), Campbell, Calif. (less than 1 percent), Denver, Colo. (less than 1 percent), other U.S. cities (less than 1 percent); and Italy (various cities) (less than 1 percent), with an expected level-of-effort completion date of March 31, 2015 and deliverable items completion date of June 30, 2016. United Kingdom contract funds are being obligated in the amount of $21,319,984. Contract funds will not expire at the end of the current fiscal year. This contract was a sole-source acquisition pursuant to 10 U.S.C. 2304(c)(4). The Department of the Navy, Strategic Systems Programs Office, is the contracting activity (N00030-14-C-0028).

Progeny Systems Corp.,** Manassas, Va., is being awarded a $9,589,064 cost-plus-fixed-fee contract for engineering and technical services in support of the Navy’s AN/UYQ-100 Undersea Warfare Decision Support System. This contract includes options which, if exercised, would bring the cumulative value of this contract to $55,567,452. Work will be performed in Manassas, Va. (67 percent); Patuxent River, Md. (12 percent); Gig Harbor, Wash. (7 percent); Middletown, R.I. (6 percent); Norfolk, Va. (4 percent); and Pearl Harbor, Hawaii (4 percent), and is expected to be completed by March 2015. Fiscal 2013 and 2014 research, development, test and evaluation; fiscal 2014 other procurement, Navy and fiscal 2014 operations and maintenance, Navy funding in the amount of $6,877,411 will be obligated at time of award. Contract funds in the amount of $183,000 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with the Federal Acquisition Regulation 6.302-5. This contract is being awarded as a Phase III Small Business Innovative Research effort, under the Small Business Innovative Development Act of 1982. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-14-C-5209).

Hamilton Sundstrand Corp., Rockford, Ill., is being awarded $7,354,035 for firm-fixed-price delivery order 7006 under a previously awarded contract (N00383-12-D-011N) for repair of the V-22 Osprey aircraft constant frequency generator. Work will be performed in Rockville, Ill., and is expected to be completed in September 2016. Fiscal 2014 Navy working capital funds in the amount of $7,554,035 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

ARMY
Alessi Keyes Construction, North Little Rock, Ark. (W912JF-14-D-0001); AMR Construction LLC, Little Rock, Ark. (W912JF-14-D-0002); Oren Atchley Co., Inc., Fort Smith, Ark. (W912JF-14-D-0003); BES Design/Build LLC, Fairhope, Ala. (W912JF-14-D-0004); Beshears Construction Inc., Fort Smith, Ark. (W912JF-14-D-0005); C&M Contractors Inc., Doniphan, Mo. (W912JF-14-D-0006); Charpie Construction Co., Inc., Hopkinsville, Ky. (W912JF-14-D-0007); CWR Construction Inc., North Little Rock, Ark. (W912JF-14-D-0008); DAV Construction Co., Sherwood, Ark. (W912JF-14-D-0009); Flynco Inc., Little Rock, Ark. (W912JF-14-D-0010); Haralson Property Resources LLC, Memphis, Tenn. (W912JF-14-D-0011); Hernandez Consulting LLC, New Orleans, La. (W912JF-14-D-0012); HGL Construction, Midwest City, Okla. (W912JF-14-D-0013); Hollon Contracting LLC, Dothan, Ala. (W912JF-14-D-0014); J&S Construction Company Inc., Cookeville, Tenn. (W912JF-14-D-0015); Jack Helms Construction Co., Fort Smith, Ark. (W912JF-14-D-0016); Jack Morgan Construction, England, Ark. (W912JF-14-D-0017); Jane Construction LLC, Ozark, Ark. (W912JF-14-D-0018); K&E Construction Inc., South Beebe, Ark. (W912JF-14-D-0019); LJB Construction Inc., Rogers, Ark. (W912JF-14-D-0020); Lobina Construction, Hot Springs, Ark. (W912JF-14-D-0021); McCormick Asphalt Paving & Excavation, Ozark, Ark. (W912JF-14-D-0022); Precise Concrete Works LLC, Memphis, Tenn. (W912JF-14-D-0023); Primestar Construction Corp., Dallas, Texas (W912JF-14-D-0024); RHI Inc., West Haven, Utah (W912JF-14-D-0025); Roederer Construction Inc., LaGrange, Ky. (W912JF-14-D-0026); Ross Sparks Builders, Little Rock, Ark. (W912JF-14-D-0027); Structural Systems Inc., Fort Smith, Ark. (W912JF-14-D-0028); Wilkins Construction, North Little Rock, Ark. (W912JF-14-D-0029), were awarded a $20,000,000 firm-fixed-price indefinite-
delivery/indefinite-quantity contract for the sustainment/repair and maintenance of National Guard military construction projects at Little Rock Air Force Base, Camp Joseph T. Robinson, and Fort Smith Regional Airport. Funding and work location will be determined with each order. Estimated completion date is March 31, 2019. Bids were solicited via the Internet with 29 received. All contractors in this announcement are small businesses. National Guard Bureau, North Little Rock, Ark., is the contracting activity.

Tower Industries Inc., Greenville, Wis., was awarded a $6,598,704 modification (P00013) to contract W52P1J-12-C-0051 to acquire 500-pound practice bombs. Fiscal 2014 other procurement, Army funds in the amount of $7,258,574 were obligated at the time of the award. Estimated completion date is Dec. 30, 2015. Work will be performed in Greenville, Wis. Army Contracting Command, Rock Island Arsenal, Ill., is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES
SAIC/LEIDOS Inc, Reston, Va., is being awarded a $9,499,534 modification (P00019) to firm-fixed-price contract (HQ0034-11-A-0013-0001) for professional engineering services to support the warfare area of developmental, test and evaluation. Work will be performed in Reston, Va. The expected completion date is March 31, 2015. Fiscal 2014 research and development funds are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via Federal Business
Opportunities with seven proposals received. Washington Headquaters Services, Arlington, Va., is the contracting activity.

Logistics Management Institute, McLean, Va., is being awarded a $7,031,240 modification (P00037) to firm-fixed-price contract (HQ0034-10-F-0075) for technical support to Defense Procurement and Acquisition Policy. Work will be performed in Arlington, Falls Church and Alexandria, Va. The expected completion date is Feb. 28, 2015. Fiscal 2014 operations and maintenance funds are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured, with two proposals received. Washington Headquarters Services, Arlington, Va., is the contracting activity.
*Veteran Owned Small Business

**Small Business

Friday, March 28, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR MARCH 28, 2014

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

 ARMY

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $610,892,663 modification (P00003) to foreign military sales contract W31P4Q-14-C-0034 for the PATRIOT system advanced capability production to include 92 one pack missiles, 50 launcher modification kits and associated ground equipment, tooling, and initial spares.  Fiscal 2013 and fiscal 2014 other procurement funds and other procurement funds, Army in the amount of $873,811,534 from previous modifications were obligated at the time of the award.  Estimated completion date is May 31, 2016.  Work will be performed in Grand Prairie, Lufkin, and El Paso, Texas; Camden, Ariz.; Chelmsford, Mass; Ocala, Fla.; Huntsville, Ala.; and Anaheim, Calif.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

TFAB Ground Systems LLC*, Madison, Ala., was awarded a $76,812,703 modification (P00005) to contract W9124J-12-D-0011 for engine diagnostic systems to ensure readiness of Chinook and Blackhawk helicopter engines.  Funding and work performance location will be determined with each order.  Estimated completion date is May 24, 2018.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

EADS-N.A., Herndon, Va., was awarded a $34,018,858 modification (P00772) to sole-source, foreign military sales contract W58RGZ-06-C-0194 for six Lakota helicopters with the environmental control unit, mission equipment package and airborne radio communication (ARC-231) radios for the Royal Thai Army.  Fiscal 2010 other procurement, Army funds in the amount of $34,018,857 were obligated at the time of the award.  Estimated completion date is April 3, 2015.  Work will be performed in Columbus, Miss.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

BH Defense LLC*, Arlington, Va. was awarded a $12,150,976 modification (P00003) to foreign military sales contract W91247-13-C-0015 to the Iraq International Academy for the education and development of senior Iraqi leadership. Fiscal 2014 other procurement funds in the amount of $12,150,976 were obligated at the time of the award. Estimated completion date is March 31, 2016. Work will be performed in Iraq. Army Contracting Command, Ft. Bragg N.C. is the contracting activity.


L-3 National Security Solutions was awarded a $9,673,703 modification (P00015) to contract W52P1J-13-F-3003 for tier 1 service desk support in the National Capital Region.  Fiscal 2014 operations and maintenance, Army funds in the amount of $1,181,654 were obligated at the time of the award.  Estimated completion date is March 29, 2015.  Work will be performed in Washington, D.C.  Army Contracting Command, Reston, Va., is the contracting activity.

TSI Corp.*, Las Vegas, Nev., was awarded an $8,425,301 modification (P00006) to contract W9124J-12-D-0012 to support engineering design, general maintenance services, service orders/HVAC technical support and heavy equipment operations/maintenance.  Funding and work performance location will be determined with each order.  Estimated completion date is March 31, 2015.  Army Contracting Command, Fort Hood, Texas, is the contracting activity.

Northcon Construction Inc.*, Hayden Idaho, was awarded an $8,000,000 firm-fixed-price contract for the maintenance, repair, upgrade and construction of military and civilian facilities, primarily at Fort Polk, La.  Funding and work performance location will be determined with each order.  Estimated completion date is March 24, 2017.  Bids were solicited via the Internet with 18 received. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-14-D-0021).

NAVY

Black Construction/MACE International Joint Venture, Harmon, Guam, is being awarded a maximum amount $95,000,000 indefinite-delivery/indefinite-quantity contract for design-build/design-bid-build construction projects at the U.S. Navy Support Facility, Diego Garcia.  The work to be performed is for general building type projects to include new construction, repair, renovation, demolition and alteration of facilities.  Facilities include, but are not limited to:  aviation and aircraft, marine, barracks and personnel housing, administrative, warehouse and supply, training, personnel support and service, security level and abasement and handling of hazardous/regulated material, etc.  No task orders are being issued at this time.  The term of this contract is not to exceed 60 months, with an expected completion date of March 2019.  Work will be performed in Diego Garcia, British Indian Ocean Territory.   Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $30,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with two proposals received.  The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-14-D-1303).

General Dynamics Land Systems-Force Protection, Ladson, S.C., is being awarded a $74,655,710 firm-fixed-price contract for the development, design, and production of 916 Cougar egress upgrade kits in support of the Program Executive Officer Land Systems, Program Manager, Mine Resistant Ambush Protected Vehicles.  The kit includes upgrades to four existing vehicle systems: front doors; rear doors; rear steps; and exhaust.  The upgrades are needed to increase survivability for the user in the case of an attack or accident.  Work will be performed in Ladson, S.C., and work is expected to be completed September 2015.  The term of the contract is not to exceed 18 months.  Fiscal 2012 other procurement, Marine Corps; fiscal 2012 other procurement, Navy; fiscal 2013 research, development, test, and evaluation, Navy; and fiscal 2014 operations and maintenance, Marine Corps contract funds in the amount of $65,024,224 will be obligated at the time of award and will expire at the end of the current fiscal year.  Fiscal 2013 other procurement, Navy and fiscal 2013 other procurement, Air Force contract funds in the amount of $9,631,486 will also be obligated at time of award and will not expire until Sept. 30, 2015.  This contract was competitively awarded via the Federal Business Opportunities website, with one offer received.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-14-C-5501).

SERCO, Reston, Va., is being awarded a potential $46,041,918 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide life cycle sustainment, integration, acquisition and technical support for anti-terrorism/force protection Naval Electronic Surveillance Systems to Department of Defense agencies and other government activities as required.  This is one of three contracts awarded: each awardee (CACI, N66001-14-D-0052; Honeywell, N66001-14-D-0053) will have the opportunity to compete for task orders during the ordering period.  This three-year contract includes two, one-year option periods which, if exercised, would bring the potential ceiling value of this award to an estimated $ 77,641,933.  Work will be performed at the contractor’s facilities (60 percent), and at government facilities (40 percent) to include operational platform sites, shore-based sites, and training activities located in the continental United States, Alaska, Hawaii, and locations worldwide.  The period of performance of the base period is from March 28, 2014 through March 27, 2017.  Fiscal 2014 operations and maintenance, Navy, and other procurement, Navy, funds in the amount of $33,000 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  This contract was competitively procured via a full and open solicitation (N66001-12-R-0001) and publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website.  Three proposals were received and three were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0054).

Honeywell, Columbia, Md., is being awarded a potential $43,196,813 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide life cycle sustainment, integration, acquisition and technical support for anti-terrorism/force protection Naval Electronic Surveillance Systems to Department of Defense agencies and other government activities as required. This is one of three contracts awarded: each awardee (CACI, N66001-14-D-0052; SERCO, N66001-14-D-0054) will have the opportunity to compete for task orders during the ordering period.  This three-year contract includes two, one-year option periods which, if exercised, would bring the potential ceiling value of this award to an estimated $71,713,083. Work will be performed at the contractor’s facilities (60 percent), and at government facilities (40 percent) to include operational platform sites, shore-based sites, and training activities located in the continental United States, Alaska, Hawaii, and locations worldwide.  The period of performance of the base period is from March 28, 2014 through March 27, 2017.  Fiscal 2014 operations and maintenance, Navy, and other procurement, Navy, funds in the amount of $33,000 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  This contract was competitively procured via a full and open solicitation and publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website. Three proposals were received and three were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0053).

CACI Inc., Federal, Chantilly, Va., is being awarded a potential $42,382,869 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide life cycle sustainment, integration, acquisition and technical support for anti-terrorism/force protection Naval Electronic Surveillance Systems to Department of Defense agencies and other government activities as required.  This is one of three contracts awarded: each awardee (Honeywell, N66001-14-D-0053; SERCO, N66001-14-D-0054) will have the opportunity to compete for task orders during the ordering period.  This three-year contract includes two, one-year option periods which, if exercised, would bring the potential ceiling value of this award to an estimated $70,999,791. Work will be performed at the contractor’s facilities (60 percent), and at government facilities (40 percent) to include operational platform sites, shore-based sites, and training activities located in the continental United States, Alaska, Hawaii, and locations worldwide.  The period of performance of the base period is from March 28, 2014 through March 27, 2017.  Fiscal 2014 operations and maintenance, Navy, and other procurement, Navy, funds in the amount of $33,000 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  This contract was competitively procured via a full and open solicitation and publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website.  Three proposals were received and three were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0052).

Lion-Vallen Industries, Dayton, Ohio, is being awarded a $20,609,800 firm-fixed-price requirements contract for logistics services to manage, support, and operate the Marine Corps Consolidated Storage Program Individual Issue Facility and Unit Issue Facility warehouse network.  Contractor support consists of managing infantry combat clothing equipment, chemical, biological, radiological, and nuclear defense equipment, special training allowance pool, soft-walled shelters and camouflage netting, and contractor-owned contractor-operated Asset Visibility Capability system.  This contract contains two one-month options which, if exercised, would bring the cumulative value of this contract to $24,761,800.  Work will be performed at the same time in Barstow, Calif. (23 percent); Camp Lejuene, N.C. (18 percent); Camp Pendleton, Calif. (13 percent); Okinawa, Japan (10 percent); Miramar, Calif. (9 percent); Camp Geiger, N.C. (7 percent); Twenty-nine Palms, Calif. (4 percent); Cherry Point, N.C. (4 percent); Kaneohe Bay, Hawaii (3 percent); Yuma, Ariz. (2 percent); Beaufort, S.C. (2 percent); Iwakuni, Japan (2 percent); New River, N.C. (2 percent); and Bridgeport, Calif. (1 percent).  Work is expected to be completed January 2015.  If options are exercised, work will continue through March 2015.  Fiscal 2014 operation and maintenance funds in amount of $20,609,800 will be obligated at the time of award, and will expire at the end of the current fiscal year.  This contract was competitively procured via solicitations on the Navy Electronic Commerce Online website, with two proposals received.  The Marine Corps Logistics Command, Albany, Ga., is the contracting activity (M67004-14-D-0003).

Canadian Commercial Corp., Ottawa, Ontario, Canada, is being awarded a $16,394,215 firm-fixed-price contract to repair four items required to support the P-3 aircraft.  Work will be performed at Fort Lauderdale, Fla., (80 percent) and Ontario, Canada (20 percent), and work is expected to be completed by March 28, 2019.  Fiscal 2014 Navy working capital funds will be used on the contract, but no funds will be obligated at the time of award.  No contract funds will expire before the end of the current fiscal year.  This contract was a non-competitive requirement in accordance with 10 U.S.C. 2304(c)(1).  NAVSUP Weapons Systems Support, Philadelphia, Pa., is the contracting activity (N00383-14-D-019F).

Lockheed Martin Corp., Owego, N.Y., is being awarded $13,065,996 for firm-fixed-price delivery order GCAR under previously awarded a Defense Logistics Agency basic ordering agreement (SPRPA1-09-G-002Y) for the acquisition of 19 radar receiver processors used in support of the MH 60R helicopter.  This announcement involves a foreign military sale for the government of Australia (100 percent).  Work will be performed at Owego N.Y (56 percent) and Syracuse N.Y. (44 percent), and work is expected to be completed by March 2017.  Foreign military sales funds in the amount of $13,065,996 will be obligated at the time of award.  These funds will not expire before the end of the current fiscal year.  This was a non-competitive requirement in accordance with FAR 6.302.1.  The NAVSUP Weapons System Support, Philadelphia Pa., is the contracting activity.

Moran Towing Corp., New Canaan, Conn., is being awarded an $11,147,644 firm-fixed-price contract for seven time-chartered, U.S.-flagged tractor tugs for day-to-day operations in Norfolk, Va., and surrounding waters, including ship handling, docking and undocking services.  This contract includes a three one-year options and one 11-month option which, if exercised, would bring the cumulative value of this contract to $58,104,254.  Work will be performed in Norfolk, Va., and surrounding waters, and is expected to be completed by February 2019.  Fiscal 2014 working capital funds in the amount of $5,882,090 are being obligated at the time of award.  Contract funds will expire at the end of the current fiscal year.  This contract was competitively procured with over 100 proposals solicited via the Federal Business Opportunities website, with one offer received.  Military Sealift Command, Washington, D.C., is the contracting activity (N00033-14-C-2108).

Insitu Inc., Bingen, Wash., is being awarded $8,355,422 for firm-fixed-price delivery order 0025 against a previously issued basic ordering agreement (N00019-12-G-0008) for the hardware and services required to operate, maintain, and support previously procured RQ-21A EOC unmanned aircraft systems in support of overseas contingency operations.  Hardware and services to be provided include spare and consumable parts and in-theatre field service representatives to supplement Marine Corps operators and maintainers.  Work will be performed in Bingen, Wash., and is expected to be completed in December 2014.  Fiscal 2014 operations and maintenance, overseas contingency operations Marine Corps funds in the amount of $8,355,422 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Washington Patriot Construction*, Gig Harbor, Wash., is being awarded $8,299,445 for firm-fixed-price task order 0018 under a previously awarded multiple award construction contract (N44255-10-D-5008) for relocation and consolidation of Puget Sound Naval Shipyard and Intermediate Maintenance Facility Shop and Administrative Facilities at Naval Base Kitsap-Bangor.  The work to be performed provides for construction of a new facility to house relocated three existing Naval Support Operations.  Work will be performed in Silverdale, Wash., and is expected to be completed by October 2015.  Fiscal 2011 military construction, Navy contract funds in the amount of $8,299,445 are being obligated on this award and will not expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity.

CH2M Hill Inc., Virginia Beach, Va., is being awarded $7,333,250 for cost-plus-award-fee task order 0019 under a previously awarded indefinite-delivery/indefinite-quantity, architect-engineering contract (N62470-11-D-8012) for Comprehensive Environmental Response, Compensation, and Liability Act Munitions Response sites investigations, Title II services, program support services, and community relations at the former Vieques Naval Training Range and Naval Ammunition Support Detachment.  Work will be performed in Vieques, Puerto Rico, and is expected to be completed by December 2018.  Fiscal 2014 environmental restoration, Navy contract funds in the amount of $7,333,250 are being obligated on this award and will not expire at the end of the current fiscal year.  One proposal was received for this task order.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.

Maersk Line, Ltd., Norfolk, Va., is being issued a $7,117,355 modification under a previously awarded firm-fixed-price contract (N00033-13-C-2505) to exercise a three-month option for the operation and maintenance of five U.S. Navy ocean surveillance ships and two U.S. Navy missile range instrumentation ships.  The ships support the Navy’s surveillance towed array sensor system operations and the U.S. Air Force’s dual band radar monitoring operations.  Work will be performed at sea worldwide, and is expected to be completed by July 2014.  Fiscal 2014 working capital funds in the amount of $7,117,355 are being obligated at the time of award, and will not expire at the end of the fiscal year.  The Military Sealift Command, Washington, D.C., is the contracting activity.

Vigor Industrial LLC, Portland, Ore., is being awarded a $6,875,938 firm-fixed-price contract for a 68-calendar day mid-term shipyard availability of USNS Guadalupe (T-AO 200).  Work will include 72,000-hour main engine maintenance; main engine turbocharger overhaul; port shaft brake overhaul; starboard power take-off clutch/coupling overhaul, deck non-skid preservation; roller door replacement; and gypsy winch overhauls.  Guadalupe’s primary mission is to provide fuel to U.S. Navy ships at sea and jet fuel to aircraft assigned to aircraft carriers.  The contract includes options which, if exercised, would bring the total contract value to $8,153,218.  Work will be performed in Portland, Ore., and is expected to be completed by July 2014.  Fiscal 2014 working capital contract funds in the amount of $6,875,938 are being obligated at the time of award, and will expire at the end of the current fiscal year. This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website, with two offers received.  Military Sealift Command Washington, D.C., is the contracting activity (N00033-14-C-7501).

AIR FORCE

Matrix Research Inc., Dayton, Ohio, has been awarded a not-to-exceed $45,085,000 indefinite-delivery/indefinite-quantity contract for development and demonstration of supportable and manufacturable low observable (LO) technologies.  This program will develop, demonstrate, and transition supportable and manufacturable technologies that will reduce the production and life cycle sustainment burden of LO treatments, materials, repairs, and processes.  Work will be performed in Dayton, Ohio and is expected to be completed by April 2020.  Fiscal 2014 research, development, test and evaluation funds in the amount of $975,000 will be obligated at award on individual task orders.  This was a competitive award based on Broad Agency Announcement BAA-RQKM-2013-0013, with a total of two proposals received.  The Air Force Research Laboratory/RQK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-5400).

Kaman Precision Products Inc., Orlando, Fla., has been awarded a $41,634,163 modification (P00012) to firm-fixed-price contract FA8681-13-C-0029 for Lot 11 production of Joint Programmable Fuze systems.  The contract modification provides for the exercise of an option for an additional quantity of 10,001 state-of-the-art fuze systems being produced under the basic contract.  The location of performance is Orlando, Fla., and work is expected to be completed by April 2016.  Fiscal 2013 procurement funds in the amount of $1,519,495; fiscal 2014 procurement funds in the amount of $36,280,545 and fiscal 2014 overseas contingency operations funds in the amount of $3,834,123 will be obligated at award.  Air Force Life Cycle Management Center/EBDK, Eglin Air Force Base, Fla., is the contracting activity.

General Electric Aviation, Cincinnati, Ohio, has been awarded an estimated $24,902,353 firm-fixed-price contract for out-of-warranty repairs of the F138 engine.  Work will be performed in Ohio and is expected to be completed March 31, 2016.  No funds are being obligated at award.  The award is a result of a sole-source acquisition.  The Oklahoma City Air Logistics Center Propulsion Contracting Office, Oklahoma City, Okla., is the contracting activity (FA8124-14-D-0003).

Sierra Nevada Corp., Sparks, Nev., has been awarded a $14,022,709 firm-fixed-price, cost-plus-fixed-fee contract for contractor logistics support of the precision strike package on the AC-130W aircraft, Stinger II Program.  Work will be performed at Cannon Air Force Base, N.M., and is expected to be completed March 31, 2015.  Contractor logistics support employees also deploy with aircraft in support of special operations missions.  The award is the result of a sole-source acquisition.  Fiscal 2014 operations and maintenance funds in the amount of $10,936,854 will be obligated at award.  The contracting activity is the Air Force Life Cycle Management Center, Special Operation Forces Contracting Division, Robins Air Force Base, Ga., (FA8509-14-C-0001).

Cubic Defense Applications Inc., San Diego, Calif., has been awarded a $6,883,316 firm-fixed-price, cost-plus-fixed-fee and cost contract for the procurement of P5 Combat Training System (P5CTS) Depot follow-on CLS.  The P5CTS consists of the airborne subsystem, or "pod" and the ground subsystem.  The contract is for CLS for the procurement of supply chain/inventory management spares replenishment; repair and overhaul; demilitarization and disposal; systems/sustaining engineering and system integration.  The location of performance is San Diego, Calif., for the ground subsystem and Fort Walton Beach, Fla., for the airborne subsystem.  The work is expected to be complete by March 5, 2015.  Fiscal 2014 operations and maintenance funds in the amount of $6,883,316 are being obligated at award.  This award is the result of a sole-source acquisition.  Air Force Life Cycle Management Center/EBYK, Eglin Air Force Base, Fla., is the contracting activity (FA8678-14-C-0005).

DEFENSE LOGISTICS AGENCY

Science Application International Corp., Fairfield, N.J., has been awarded a maximum $40,000,000 four-month prime vendor bridge modification (P00035) on contract (SPM500-02-D-0121) for maintenance, repair, and operations.  This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is New Jersey with a July 31, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

US Foods Inc., Fairburn, Ga., has been awarded a maximum $27,418,049 five-month prime vendor bridge contract (SPM300-14-D-3747) for food and beverage support.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is Georgia with an Aug. 30, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Federal Resources Supply Co., Stevenville, Md., has been awarded a maximum $24,240,094 fixed-price with economic-price-adjustment contract for medical test equipment and accessories.  This is a competitive acquisition and six offers were received.  This is a five-year base contract with no option periods.  Location of performance is Maryland with a March 27, 2019 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., (SPM2DH-14-D-8222).

Sysco Eastern Maryland, Pokomoke City, Md., has been awarded a maximum $21,375,000 five-month prime vendor bridge contract (SPM300-14-D-3751) for food and beverage support.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is Maryland with an Aug. 30, 2014 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 Troop Support, Philadelphia, Pa.

Triumph Gear Systems, Park City, Utah, has been awarded a maximum $19,991,773 firm-fixed-price, indefinite-quantity/indefinite-quantity contract for aircraft parts and support.  This is a sole-source acquisition.  This is a three-year base contract with two one-year option periods.  Location of performance is Utah with a Dec. 31, 2020 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 through fiscal 2020 Navy working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPRPA1-14-D-001W).

Willbros Government Services, Tulsa, Okla., has been awarded a maximum $14,229,960 firm-fixed-price contract for fuel services.  This is a competitive acquisition, and five offers were received.  This is a five-year base contract with three five-year option periods.  Locations of performance are Oklahoma and Arizona with an April 30, 2019 performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-C-5409).

Sysco Foodservice Alabama, Calera, Ala., has been awarded a maximum $12,488,422 five-month prime vendor bridge contract (SPM300-14-D-3745) for food and beverage support.  This is a fixed-price with economic-price-adjustment contract.  Locations of performance are Alabama and Florida with an Aug. 30, 2014 performance completion date.  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, Pa.

SupplyCore Inc., Rockford, Ill.,* has been awarded a maximum $10,000,000 four-month prime vendor bridge modification (P00035) on contract (SPM500-02-D-0122) for maintenance, repair, and operations.  This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is Illinois with a July 31, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

*Small Business

Search This Blog

Translate

White House.gov Press Office Feed