Showing posts with label U.S. DEFENSE LOGISTICS AGENCY. Show all posts
Showing posts with label U.S. DEFENSE LOGISTICS AGENCY. Show all posts

Thursday, March 27, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR MARCH 27, 2014

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

AIR FORCE

The Centech Group Inc.*, Falls Church, Va.,( FA8732-14-D-0010); Epsilon Systems Solutions Inc.*, San Diego, Calif., (FA8732-14-D-0011); Smartronix Inc.*, Hollywood, Md., (FA8732-14-D-0012); SMS Data Products Group Inc.*, McLean, Va., (FA8732-14-D-0013); Indus Corp.*, Vienna, Va., (FA8732-14-D-0014); Technica Corp.*, Sterling, Va., (FA8732-14-D-0015); Telos Corp.*, Ashburn, Va., (FA8732-14-D-0016); Sumaria Systems Inc.*, Danvers, Mass., (FA8732-14-D-0017); BTAS Inc.*, Beavercreek, Ohio, (FA8732-14-D-0018); American Systems Corp.*, Chantilly, Va., (FA8732-14-D-0019); STG, Inc.*, Reston, Va., (FA8732-14-D-0020) and MicroTechnologies LLC*, Vienna, Va., (FA8732-14-D-0021) have been awarded a maximum $5,790,000,000 multiple-award, indefinite-delivery/indefinite-quantity (ID/IQ) contract for Network-Centric Solutions-2 (NETCENTS-2) network operations and infrastructure solutions. This contract vehicle will provide solutions to support network operations, core enterprise services and infrastructure development and operations, includes network management/defense, services oriented architecture infrastructure, enterprise level security/management and implementation/operations, telephony infrastructure and services. This contract vehicle is the mandatory source for all Air Force units purchasing services that fall under the scope of the contract, and it is available for use by Army, Navy, other department of defense and federal agencies. Funding and the location of performance will be cited on individual task orders issued against this IDIQ. Each company will receive a minimum guarantee of $2,500 at award. The ordering period is a three year basic period with four 12-month options, if exercised, resulting in seven years of ordering. Task orders are limited to five years of performance, and performance may extend three years beyond the expiration of ordering. This award is the result of a small-business competition; offers were solicited electronically through the Hanscom Electronic Request for Proposal Bulletin Board and FedBizOpps, and twenty-nine offers were received. The contracting activity is Air Force Life Cycle Management Center/HICK, Maxwell Air Force Base-Gunter Annex, Ala.

Northrop Grumman Technical Services Inc., Hill Air Force Base, Utah, has been awarded a $13,719,542 modification to cost-plus-award fee F42610-98-C-0001 for sustaining engineering services for the ICBM weapon system. The location of performance is Utah with an expected completion date of Sept. 30, 2014. Fiscal 2014 operations and maintenance funds in the amount of $12,925,702 are being obligated at award. Air Force Nuclear Weapon Center/PZBE, Hill Air Force Base, Utah, is the contracting activity.

ARMY

Hensel Phelps Construction, Chantilly, Va., was awarded a $245,125,000 firm-fixed-price contract for construction of the Joint Operations Center, Fort George G. Meade, Md. Work will be performed at Fort George G. Meade, Md. Estimated completion date is March 26, 2017. Fiscal 2014 military construction funds in the amount of $57,000,000 were obligated at the time of the award. Bids were solicited via the Internet with five received. U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-14-C-0016).

Lockheed Martin Corp., Liverpool, N.Y., was awarded a $145,921,161 modification (P00022) to contract W15P7T-12-C-C015 for an additional thirteen AN/TPQ-53 radar systems, along with 13 corresponding sets of on-board spares. Work will be performed in Liverpool, N.Y. Estimated completion date is Nov. 30, 2016. Fiscal 2014 other procurement, Army funds in the amount of $145,921,161 were obligated at the time of the award. Army Contracting Command, Aberdeen, Md., is the contracting activity.

Northrop Grumman Technical Services, Sierra Vista, Ariz., was awarded a $20,236,014 modification (P00020) to contract W58RGZ-13-C-0010 for contractor logistic services for the Hunter unmanned aircraft system. Work will be performed in Sierra Vista, Ariz., and Afghanistan. Estimated completion date is March 30, 2015. Fiscal 2014 operations and maintenance, Army funds in the amount of $5,236,014 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Manson Construction Co. Seattle, Wash. was awarded a $16,822,500 firm-fixed-price contract for dredging along the U.S. West Coast. Work will be performed in Astoria, Ore., and in San Francisco and Humboldt, Calif. Estimated completion date is Sept. 15, 2014. Fiscal 2014 operations and maintenance, Army funds in the amount of $16,822,500 were obligated at the time of the award. Bids were solicited via the Internet with two received. U.S. Army Corps of Engineers, Portland, Ore., is the contracting activity (W9127N-14-C-0018).

ICx Technologies Inc., doing business as Agentase Inc., Elkridge, Md., was awarded a $12,316,540 modification (P00090) to contract W911SR-08-C-0075 to procure 12 dismounted reconnaissance sets, kits, and outfits army configuration systems. Work will be performed in Elkridge, Md. Estimated completion date is March 25, 2015. Fiscal 2014 research, development, testing and evaluation funds in the amount of $12,316,540 were obligated at the time of the award. Army Contracting Command, Aberdeen, Md., is the contracting activity.

Chimes District of Columbia,Inc., Baltimore, Md., was awarded an $11,548,303 modification (P00002) to contract W91247-12-D-0029 for custodial services at Fort Bragg, N.C. Funding and work location will be determined with each order. Estimated completion date is March 31, 2015. Army Contracting Command, Fort Bragg, N.C., is the contracting activity.

NAVY

Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $106,999,970 undefinitized contract action to provide intermediate, depot level maintenance and related logistics support for approximately 223 in-service T-45 F405-RR-401 Adour engines. Work will be performed at the Naval Air Station (NAS) Meridian, Miss (47 percent); NAS Kingsville, Texas (46 percent); NAS Pensacola, Fla. (6 percent); and NAS Patuxent River, Md. (1 percent), and is expected to be completed in March 2015. No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-D-0016).
Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded a $59,703,818 modification to a previously awarded advanced acquisition contract (N00019-13-C-0023) for the procurement of long-lead items for the manufacture and delivery of 15 Lot 12 UH-1Y Build New Aircraft and 11 Lot 12 AH-1Z Build New Aircraft for the Marine Corps. Work will be performed in Fort Worth, Texas (60 percent) and Amarillo, Texas (40 percent), and is expected to be completed in September 2015. Fiscal 2014 aircraft procurement, Navy funds in the amount of $59,703,818 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $52,141,562 modification to a previously awarded cost-plus-incentive-fee contract (N00019-02-C-3002) to execute phase 3 of the Joint Strike Fighter Autonomics Logistics Information System (ALIS) Standard Operating Unit Version 2 (SOUv2) capability development effort. Phase 3 includes integration of the SOUv2 with the ALIS sustainment system and the F-35 air system. Work will be performed in Orlando, Fla. (70 percent) and Fort Worth, Texas (30 percent), and is expected to be completed in August 2015. Fiscal 2013 research, development, test and evaluation, Air Force ($9,067,217) and fiscal 2014 research, development, test and evaluation Navy ($14,396,512) and Marine Corps ($14,309,644) funds in the amount of $37,773,373 will be obligated at time of award, $9,067,217 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Guam MACC Builders A Joint Venture, Honolulu, Hawaii, is being awarded $45,450,600 for firm-fixed-price task order 0003 under a previously awarded multiple award construction contract (N62742-10-D-1309) for the design and construction of a high bay maintenance hangar to support forward operations and maintenance functions for the Unmanned Aircraft System MQ-4C Broad Area Maritime Surveillance platform at Andersen Air Force Base, Guam. The MQ-4C requires interior and enclosed maintenance space to accomplish scheduled inspections, airframe repairs, pre- and post-flight operations, as well as technical order compliance and aircraft modifications. The task order also contains two unexercised options, which if exercised would increase cumulative task order value to $46,719,102. Work will be performed in Yigo, Guam, and is expected to be completed by April 2016. Fiscal 2010 and fiscal 2014 military construction, Navy and fiscal 2014 other procurement, Navy contract funds in the amount of $45,450,600 are obligated on this award and will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

BAE Systems Information and Electronics, Nashua, N.H., is being awarded a $37,443,252 firm-fixed-price contract to procure 1,372 Advanced Precision Kill Weapon Systems (APKWS) II WGU-59/B Guidance Section, the Navy shipping and storage container; and supporting programmatic documentation for the APKWS II WGU-59/B Guidance Sections. Work will be performed in Nashua, N.H. (70 percent); and Austin, Texas (30 percent), and is expected to be completed in September 2015. Fiscal 2014 procurement ammunition, Navy and Marine Corps, and overseas contingency operations funds in the amount of $37,443,252 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-C-0044).

Exelis Inc., Information Systems Division, Herndon, Va., is being awarded a $17,789,717 modification to previously awarded contract (N00174-11-D-0002) for the continued procurement of post-production maintenance support of Navy crew fixed site systems and procurement and support of the transmitting set, counter measure AN/PLT-4 systems. This action fills a requirement for equipment, maintenance and support for the Joint Service Explosive Ordnance Disposal Counter Radio Controlled Improvised Explosive Device Electronic Warfare (JSEOD CREW) program and for continued maintenance and support, including original equipment manufacturer field service representatives, for Legacy Navy CREW systems. The JSEOD CREW program provides all military explosive ordnance disposal (EOD) services with a new electronic warfare capability to counter the threat from improvised explosive devices. JSEOD protects EOD forces of all services, including those currently located in Operating Enduring Freedom, Afghanistan. Work will be performed in Boalsburg, Pa., and is expected to be completed by March 2015. No funds are being obligated at the time of award and contract funds will not expire at the end of the current fiscal year. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity.

PAE Applied Technologies LLC, Fort Worth, Texas, is being awarded a $15,403,392 cost-plus-fixed-fee contract to meet the operations maintenance and logistics support of all range systems, equipment, government furnished databases and management systems and also determine, supply, and provide system support responsibilities, which include logistics support of isolated range equipment on, around, above and under the waters of San Clemente Island. The contract contains options, which if exercised, will bring the contract value to $167,597,135. Work will be performed in San Diego, Calif., and is expected to be completed by Sept. 30, 2014. If all options are exercised, work will continue through March 31, 2019. Fiscal 2014 operations and maintenance, Navy funds in the amount of $2,000,000 will be obligated at the time of award, and will expire at the end of the current fiscal year. This was competitively solicited through the Federal Business Opportunities website, with one offer received. The NAVSUP Fleet Logistics Center, San Diego, Calif., is the contracting activity (N00244-14-C-0007).

Sikorsky Aircraft Corp., Stratford, Conn., is being awarded a $14,947,975 cost-plus-fixed-fee delivery order against a previously awarded Basic Ordering Agreement (N00019-14-G-0004) under the Cabin Interior Phase IIA Program, to include a cabin redesign to reduce the total gross weight allowing for greater lift capability of the VH-3D In-Service Presidential Helicopter. Work will be performed in Stratford, Conn. (98 percent) and Quantico, Va. (2 percent), and is expected to be completed in July 2016. Fiscal 2014 aircraft procurement, Navy contract funds in the amount of $14,947,975 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.
Bell Helicopter Textron Inc., Hurst, Texas, is being awarded an $11,413,510 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0009) to exercise an option to provide systems engineering and program management support for the production and delivery of AH-1Z and UH-1Y aircraft for the Marine Corps. Work will be performed in Hurst, Texas, and is expected to be completed in December 2014. Fiscal 2014 aircraft procurement, Navy funds in the amount of $11,413,510 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Cardinal Health Inc., Waukegan, Ill, has been awarded a maximum $16,760,817 modification (P00007) exercising the second option period on a one-year base contract (SPM2DE-12-D-7346) with four one-year option periods for various laboratory supplies. This is a fixed-price with economic-price adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Illinois with an April 12, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Veyance Technologies Inc., Fairlawn, Ohio, has been awarded a maximum $10,638,028 firm-fixed-price contract for track shoe assemblies for the M88 vehicle. This is a competitive acquisition, and two offers were received. Location of performance is Ohio with a Jan. 21, 2015 performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 through fiscal 2015 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Mich., (SPRDL1-14-C-0071).
*Small Business

Friday, February 14, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR FEBRUARY 14, 2014

FROM:  U.S. DEFENSE DEPARTMENT  
CONTRACTS

ARMY

Jacobs Field Services North America Inc., Oak Ridge, Tenn., has been awarded a $45,000,000 cost-plus-fixed-fee contract for interim Remedial Action Contract for the New Bedford Harbor Superfund Site.  The base year and two six-month option periods will be exercised at the time of award.  Funding is from fiscal year 2013 other appropriations.  The performance location is New Bedford, Mass., with an estimated completion date of Aug. 13, 2015.  One bid was solicited and one received.  The U.S. Army Corps of Engineers – New England District, Concord, Mass., is the contracting activity (W912WJ-14-D-0002).

Northrop Grumman Systems Corporation, Herndon, Va., has been awarded a $12,430,650 firm-fixed-price contract for Spectrum Monitoring Subsystem to be installed at U.S. Army Remote Monitor Control Equipment locations.  Funding is from fiscal year 2013 and 2014 other procurement Army appropriations.  The performance location is Herndon, Va., with an estimated completion date of Feb. 13, 2016.  One bid was solicited and one received.  The U.S. Army Contracting Command – Rock Island Arsenal, Rock Island, Ill., is the contracting activity (W52P1J-14-C-0021).

Plateau Software, Inc.*, Issaquah, Wash., has been awarded a $9,000,000 firm-fixed-price, sole-source, indefinite-delivery/indefinite-quantity contract for support and maintenance of existing information technology systems that support the Environmental Protection and Sustainment program.  Funding and performance location will be determined with each order.  The estimated completion date is Feb. 12, 2017.  One bid was solicited and one received.  The U.S. Army Corps of Engineers – Mobile District, Mobile, Ala., is the contracting activity (W91278-14-D-0018).

AMERICAN ORDNANCE LLC, Milan, Tenn., has been awarded a $7,547,742 cost-plus-fixed-fee contract for calendar year 2014 care, maintenance and surveillance of field service stocks and packaging, crating and handling of field service stocks at Milan Army Ammunition Plant.  Funding is from fiscal year 2014 operations and maintenance Army appropriations.  Work is to be performed at Milan, Tenn., with an estimated completion date of Dec. 31, 2014.  One bid was solicited with one received.  The U.S. Army Contracting Command – Rock Island Arsenal, Rock Island, Ill., is the contracting activity (W52P1J-09-G-0001).

AIR FORCE

AAR Manufacturing, Inc., doing business as AAR Mobility Systems, Cadillac, Mich., has been awarded a $133,024,408 indefinite-delivery/indefinite-quantity contract for the repair and production of 463L cargo pallets.  Work will be performed at Cadillac, Mich., and is expected to be complete by Feb. 13, 2016.  This award is the result of a competitive trade-off source selection acquisition, and five offers were received.  Fiscal 2014 and 2015 operations and maintenance funds coming from the Transportation Working Capital Fund (TWCF) and Centralized Asset Management Fund (CAM) will be utilized on each order issued against this IDIQ contract.  Air Force Life Cycle Management Center/WNKBBA, Robins Air Force Base, Ga., is the contracting activity (FA8519-14-D-0002).

COLSA Corp., Huntsville, Ala., has been awarded a $55,705,947 indefinite-delivery/indefinite-quantity modification (19) on an existing firm-fixed-price contract (FA9200-10-D-0166) for technical and acquisition management support services.  This modification is for the exercise of an option for additional diverse non-engineering, technical and acquisition management support services being provided under the basic contract.  Work will be performed at Eglin Air Force Base, Fla., and is expected to be completed by Feb. 28, 2015.  The current action relates to unclassified foreign military sales only and countries include Australia, Belgium, Chile, Denmark, Egypt, Finland, Germany, Greece, Israel, Japan, Korea, Kuwait, Malaysia, Netherlands, Norway, Oman, Pakistan, Poland, Portugal, Saudi Arabia, Singapore, Spain, Taiwan, Turkey, and United Arab Emirates.  Air Force Test Center/PZZ, Eglin AFB, Fla., is the contracting activity.

Oasis Systems, LLC, Lexington, Mass., has been awarded a $55,705,947 modification (22) for an existing firm-fixed-price contract (FA9200-10-D-0173) for technical and acquisition management support services. This modification is for the exercise of an option for additional diverse non-engineering, technical and acquisition management support services being provided under the basic contract.  Work will be performed at Eglin Air Force Base, Fla., and is expected to be completed by Feb. 28, 2015.  The current action relates to 100 percent unclassified foreign military sales only and countries include Australia, Belgium, Chile, Denmark, Egypt, Finland, Germany, Greece, Israel, Japan, Korea, Kuwait, Malaysia, Netherlands,  Norway, Oman, Pakistan, Poland, Portugal, Saudi Arabia, Singapore, Spain, Taiwan, Turkey, and United Arab Emirates.  Air Force Test Center/PZZ is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Information Systems and Global Solutions, Gaithersburg Md., has been awarded a $16,421,355 modification (P000064) for an existing cost-plus-incentive-fee contract (FA8726-09-C-0006)for Global Broadcast Service (GBS) Defense Enterprise Computing Center (DEC C) Software Sustainment and GBS Operations Center (GBSOC) Operations. This contract modification adds software sustainment to maintain the GBS DECC software baseline and provide personnel to staff the GBSOC 24 hours a day, seven days a week, 365 days a year in support of worldwide GBS operations.  Work will be performed in Gaithersburg, Md., and Colorado Springs, Colo., and is expected to be completed by Dec. 31, 2015.  Fiscal 2014 research and development funds in the amount of $788,648 and operations and maintenance funds in the amount of $9,542,004 are being obligated at time of award. Air Force Life Cycle Management Center/HNAK, Hanscom Air Force Base, Mass., is the contracting activity.

NAVY

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $56,967,490 undefinitized contract action as a modification to a previously awarded contract (N00024-11-C-4403) for USS Monterey (CG 61) fiscal 2014 extended drydocking selected restricted availability.  An extended drydocking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities.  Work will be performed in Norfolk, Va., and is expected to be completed by January 2015.  Fiscal 2014 operations & maintenance, Navy funds in the amount of $44,959,750 will be obligated at time of award and will expire at the end of the current fiscal year.  Norfolk Ship Support Activity, Norfolk, Va., is the administrative contracting activity.

Navmar Applied Sciences Corp.,* Warminster, Pa., is being awarded a $44,695,815 cost-plus-fixed-fee, firm-fixed-price contract for a Phase III Small Business Innovation Research (SBIR) effort in support of the Copperhead Unmanned Air Systems, specifically Tigershark Unmanned Aerial Vehicle (UAV).  This project is for the improvement of sensor and platform capabilities, expansion to additional detachments and sustainment of current detachments.  This contract includes continued improvements of the Tigershark UAV airframe, incorporation of improved sensors, and integration of improved command and control systems to current and future Copperhead platforms.  Work will be performed in Afghanistan (50 percent); Patuxent River, Md. (25 percent); and Yuma, Ariz. (25 percent), and is expected to be completed in December 2014.  Fiscal 2014 operation and maintenance, Army funds in the amount of $21,000,000 are being obligated on this award, all of which will expire at the end of the current fiscal year.  This Phase III SBIR contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(5).  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-14-C-0131).

Sierra Nevada Corp., Sparks, Nev. (M67854-14-D-2521) and Northrop Grumman Corp., Herndon, Va. (M67854-14-D-2522) are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for the counter radio-controlled improvised explosive device (IED) electronic warfare Marine Expeditionary Unit Special Operation capable (CREW MEU (SOC), dismounted systems.  The CREW MEU (SOC) program addresses an urgent and compelling need for a capability to counter the threat posed by IEDs.  The maximum ceiling for both contracts is $90,000,000, with the two contractors having an opportunity to compete for individual orders under the terms and conditions of the awarded contracts throughout the 60-month ordering period of the contracts.  The contractors will deliver five initial production systems each for testing under the first delivery orders and the remaining 360 production systems and contract requirements will be competed for each subsequent delivery order.  Work will be performed in Sparks, Nev. and Herndon, Va., and work is expected to be completed in February 2019.  Fiscal 2013 procurement Marine Corps contract funds in the total amount of $11,008,795 will be obligated at the time of award and will not expire at the end of the current fiscal year.   These contracts are the result of a full and open competition solicitation via the Federal Business Opportunities website, with two offers received.  Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Raytheon Co., McKinney, Texas, is being awarded a $9,522,446 modification to a previously awarded firm-fixed-price contract (N68836-13-C-0084) for the full design, manufacture, and installation of test equipment, associated testing, and training to standup an organic depot maintenance facility to support the AN/APY-10 Radar.  Work will be performed in Jacksonville, Fla., and work will be completed by March 31, 2016.  Fiscal 2013 aircraft procurement, Navy funds in the amount of $9,522,446 will be obligated at the time of award, and will not expire at the end of this current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1) – only one responsible source and no other supplies or services will satisfy agency requirements.   NAVSUP Fleet Logistics Center, Jacksonville, Fla., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Lockheed Martin Corp., Owego, N.Y., has been awarded a maximum $30,814,317 firm-fixed-price contract for receiver transmitters.  This contract is a sole-source acquisition.  This is a four-year base contract with no option year periods.  Location of performance is New York with a Feb. 28, 2018 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 Navy working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPRWA1-13-D-2000-THAC).

Lockheed Martin, Orlando, Fla., has been awarded a maximum $16,584,869 firm-fixed-price contract for turret assemblies.  This contract is a sole-source acquisition.  This is a 31-month base contract with no option year periods.  Location of performance is Florida with a Sep. 30, 2016 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 through fiscal 2016 Navy working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPRPA1-14-C-W009).

DEFENSE FINANCE AND ACCOUNTING SERVICE

CACI, Inc. - Federal, Chantilly, Va., is being awarded a $10,803,390 modification to previously awarded firm-fixed-price contract (HC1028-08-D-2016-9R01) to provide on-site operational support to the mission systems of the Office of the Under Secretary of Defense (Comptroller) in the areas relating to system maintenance, system conversion and migration, report generation and documentation, training and guidance on the Comptroller Mission Systems as well as service desk and network operations.  This contract modification exercises the fourth option year of
a five-year contract period.  Work will be performed in Chantilly and is expected to be completed Feb. 15, 2015.  Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio is the contracting activity.


*Small Business

Wednesday, February 12, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR FEBRUARY 12, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

AIR FORCE

Sallyport Global Services (part of KS International, LLC), McLean, Va., has been awarded a $215,000,000 firm-fixed-price, undefinitized contract action for Iraq base renovation and reconstruction of key facilities at Balad Air Base, Iraq, in support of the upcoming arrival of F-16 aircraft in September 2014.  Work will be performed at Balad Air Base, Iraq, and is expected to be completed by June 2015.  This award is the result of a sole-source acquisition.  This requirement is 100 percent foreign military sales for the government of Iraq.  Air Force Life Cycle Management Center/WWMK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8615-14-C-6021).

The Boeing Co., St. Louis, Mo., has been awarded a $51,233,782 firm-fixed-price modification (P00023) to an existing firm-fixed-price contract (FA8634-12-C-2651) for the procurement of integration of additional weapons, integration of ARC-210 RT 1990 Gen 5 radios, and integration of Honeycomb structure to the aircraft on the F-15SA aircraft for the Royal Saudi Air Force.  Work will be performed at St. Louis, Mo., and will be completed by Feb. 29, 2020.  Foreign military sales funds for Saudi Arabia in the amount of $19,835,000 are being obligated at time of award.  The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $16,814,091 bilateral modification (P00171) for an existing firm-fixed-price, cost-plus-fixed-fee contract (FA8611-08-C-2897) for engineering change proposal (ECP) 0533, follow-on agile sustainment for the F-22 Raptor, Reliability and Maintainability Maturation Program Project AF100 Acceleration Plan.  This effort is to procure retrofit kits that will provide a more durable material for the actuated doors on the bottom of the aircraft to improve availability of the aircraft.  ECP 0533 is the first of two phases to incorporate the new material on the doors and panels of the aircraft.  Work will be performed at Fort Worth, Texas, and is expected to be complete by September 2016.  Fiscal 2013 aircraft procurement funds in the amount of $16,814,091 are being obligated at time of award.  Air Force Life Cycle Management Center/WWUK, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

ARMY

Honeywell International Inc., Tempe, Ariz., was awarded a $9,943,752 modification (P00004) to firm-fixed-price, sole-source, indefinite-delivery/indefinite-quantity contract W911N2-13-D-0011 to exercise option year one for the purchase of 58 (estimated) gas turbine engines to support the Aviation Ground Power Unit reset at Letterkenny Army Depot.  Funding and performance location will be determined with each order.  The estimated completion date is Feb. 14, 2015.  The U.S. Army Contracting Command-Letterkenny Army Depot, Chambersburg, Pa., is the contracting activity.

HNTB Corp., Kansas City, Mo., was awarded a $9,500,000 firm-fixed-price ‘Architect and Engineering’ indefinite-delivery/indefinite-quantity contract for civil works and military projects throughout the Corps of Engineers and environmental projects throughout the Kansas City district of the Corps of Engineers.  Funding and performance location will be determined with each order.  The contract was solicited via the Web with 11 bids received.  The estimated completion date is Feb. 11, 2019.  The U.S. Army Corps of Engineers-Kansas City District, Kansas City, Kan., is the contracting activity (W912DQ-14-D-1000).

NAVY

Statistical Research Inc.*, Tucson, Ariz. (N62473-14- D-1412); Far Western Anthropological Research Group Inc.*, Davis, Calif. (N62473-14- D-1413); Ultra Systems Environmental Inc.*, Irvine, Calif. (N62473-14- D-1414); ASM Affiliates Inc.*, Carlsbad, Calif. (N62473-14- D-1415), and Tierra Environmental Services Inc.*, San Diego, Calif. (N62473-14- D-1416), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award contract for cultural resources services at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR) and other locations nationwide.  The maximum dollar value including the base period and four option years for all five contracts combined is $50,000,000.  The work to be performed provides for the contractors to furnish all labor, management, supervision, tools, materials, travel, lodging/subsistence, equipment, and transportation to provide cultural resources related studies, investigations, preparation of historic and archaeological documents, and implementation of plans in accordance with Sections 106 and 110 of the National Historic Preservation Act of 1966, as amended.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  No task orders are being issued at this time.  All work on this contract will be performed primarily within the NAVFAC Southwest AOR which includes California (94 percent), Arizona (1 percent), Colorado (1 percent), Nevada (1 percent), New Mexico (1 percent), and Utah (1 percent).  Work may also be performed in the remainder of the continental U.S. (1 percent).  The term of the contract is not to exceed 60 months with an expected completion date of February 2019.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $25,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with seven proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Sealaska Environmental Services LLC*, Juneau, Alaska, is being awarded a maximum amount $30,794,172 indefinite-delivery/indefinite-quantity contract for long term monitoring, operations, and maintenance environmental remediation services for facilities in the Naval Facilities Engineering Command Northwest areas of responsibility.  Task order 0001 is being awarded at $421,091 for operation and maintenance of two environmental remediation systems located at Naval Base Kitsap, Silverdale, Wash.  Work for this task order is expected to be completed by March 2015.  Work on this contract will be performed at various installations including but not limited to Washington (75 percent), Alaska (21 percent), Idaho (1 percent), Montana (1 percent), Oregon (1 percent), and Wyoming (1 percent).  The term of the contract is not to exceed 60 months with an expected completion date of March 2019.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $421,091 are obligated on this award and will expire at the end of the current fiscal year.  The contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received.  The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-14-D-9011).

The Boeing Co., St Louis, Mo., is being awarded $18,977,907 for firm-fixed-price delivery order 0050 against a previously issued basic ordering agreement (N68335-10-G-0012) for procurement of major structural repair and maintenance equipment for the F/A-18E/F and EA-18G aircraft.  Work will be performed in St. Louis, Mo., and is expected to be completed in January 2018.  Fiscal 2013 aircraft procurement, Navy funds in the amount of $18,977,907 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

L-3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded a $6,530,626 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for maintenance and logistics services in support of the KC-130J aircraft for the government of Kuwait under the Foreign Military Sales Program.  Work will be performed at Al Mubarak Airbase, Kuwait, and is expected to be completed in August 2015.  Foreign military sales funds in the amount of $6,530,626 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals; four offers were received.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-D-0015).

DEFENSE LOGISTICS AGENCY

Fujifilm SonoSite Inc., Bothell, Wash., has been awarded a maximum $39,672,731 modification (P00104) exercising the fifth option year on a one-year base contract (SPM2D1-09-D-8339) 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 Washington with a Feb. 18, 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.

Tullahoma Industries Inc.*, Tullahoma, Tenn., has been awarded a maximum $9,201,000 modification (P00102) exercising the second option year on a one-year base contract (SPM1C1-12-D-1024) with two one-year option periods for universal camouflage pattern jackets.  This is a firm-fixed-price contract.  Locations of performance are Tennessee and Alabama with a Feb. 15, 2015 performance completion date.  Using military service is Army.  Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Honeywell International Inc., Minneapolis, Minn., has been awarded a maximum $8,642,970 firm-fixed-price contract for inertial navigation units.  This contract is a sole-source acquisition.  Location of performance is Minnesota with a May 31, 2016 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Maritime, Mechanicsburg, Pa., (SPM4A1-11-G-0010-1002).

*Small Business

Tuesday, November 26, 2013

DOD DEFENSE CONTRACTS FOR NOVEMBER 26, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
NAVY

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

BAE Systems Electronics, Intelligence & Support/Electronic Solutions, Nashua, N.H., is being awarded a $28,167,428 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0010) to exercise an option for the procurement of  procure 262 AN/ALE-55 fiber optic towed decoys (FOTDs) and 70 electronic frequency converters (EFC).  The AN/ALE-55 FOTDs and EFCs are components of the integrated defensive electronic counter measures suite.  The AN/ALE-55 provides the capability to transmit complex electronic countermeasures techniques from an off-board transmitter.  Work will be performed in Nashua, N.H. (80.6 percent); Mountain View, Calif. (12 percent); and Chelmsford Essex, United Kingdom (7.4 percent), and is expected to be completed in November 2015.  Fiscal 2013 and 2014 aircraft procurement, Navy and fiscal 2014 procurement of ammunition, Marine Corps contract funds in the amount of $28,167,428, will be obligated at the time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

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

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

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

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

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

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

Insitu Inc., Bingen, Wash., is being awarded an $8,845,101 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0054) to exercise an option for the procurement of one Low Rate Initial Production II RQ-21A Blackjack Unmanned Aircraft System, to include air vehicles, ground control stations, launch and recovery equipment, and air vehicle support equipment.  Work will be performed in Bingen, Wash., and is expected to be completed in May 2014.  Fiscal 2013 procurement, Marine Corps contract funds in the amount of $8,845,101 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

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

AIR FORCE

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

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

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

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

*Small Business

Search This Blog

Translate

White House.gov Press Office Feed