Showing posts with label U.S. TRANSPORTATION COMMAND. Show all posts
Showing posts with label U.S. TRANSPORTATION COMMAND. Show all posts

Wednesday, September 3, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT

CONTRACTS

ARMY

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

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

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

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

NAVY

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

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

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

AIR FORCE

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

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

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

MISSILE DEFENSE AGENCY

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

U.S. TRANSPORTATION COMMAND

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

Thursday, August 7, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT
CONTRACTS
AIR FORCE
Lockheed Martin Corp., Marietta, Georgia, has been awarded a $116,717,704 firm-fixed-price modification (P00001) to FA8625-14-C-6450 for advance procurement funding for long lead parts for production aircraft associated with 14 fiscal 2015 C-130J aircraft. Work will be performed at Marietta, Georgia, and is expected to be completed by June 30, 2015. Fiscal 2014 advance procurement funds in the amount of $116,717,704 are being obligated at time of award. Air Force Nuclear Weapons Center/WLNNC, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
ARMY
Kiewit-Pittman JV, Metairie, Louisiana, was awarded a $65,794,195 firm-fixed-price contract for dredging a new bypass channel; constructing a new flood gate and supporting structures with associated mechanical and electrical systems; and the demolition of existing systems for the Bank Back Levee, Empire Floodgate, in Plaquemines Parish, Louisiana. Work will be performed in Empire, Louisiana, with an estimated completion date of July 27, 2017. Bids were solicited via the Internet with six received. Fiscal 2014 other procurement funds in the amount of $65,794,195 are being obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-14-C-0038).
NAVY
Geomorph Information Systems, LLC,* San Diego, California (N62473-14-D-1422); Gulf South Research Corporation,* Baton Rouge, Louisiana (N62473-14-D-1423); Hercules Joint Venture,* National City, California (N62473-14-D-1424); and Vernadero Group Inc.,* Phoenix, Arizona (N62473-14-D-1425), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for natural resources related services at various Navy and Marine Corps installations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR) and in the states of Oregon and Washington. The maximum dollar value, including the base period and four option years for all four contracts combined, is $50,000,000. Natural resources related services include research, botanical, ornithological, mammal, amphibian, reptile and vertebrate surveys, wetland delineations, biological monitoring, natural resources plans, native plant community planning and restoration, wild land erosion control plans, fire management plans, analysis of the effects of military training or similar extensive land uses on natural resources at species, community, and landscape scale, geographic information system, research on natural resource related topics, and preparation of interpretive materials on natural resources. No task orders are being issued at this time. All work on this contract will be performed within the NAVFAC Southwest AOR which includes California (94 percent); Arizona (1 percent); Colorado (1 percent); Nevada (1 percent); New Mexico (1 percent); Oregon (1 percent); and Washington (1 percent). The term of the contract is not to exceed 60 months with an expected completion date of August 2019. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $20,000 are being 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 11 proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $21,235,744 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-11-D-0004) to provide AIM-9X Sidewinder mission support and sustainment activities for the U.S. Air Force, U.S. Navy, and the governments of Singapore, Australia, Denmark, Finland, Turkey, South Korea, Switzerland, Saudi Arabia, and Poland. Work will be performed in Tucson, Arizona, and is expected to be completed in August 2015. Funds are not being obligated at time of award; funds will be obligated on individual delivery orders as they are issued. This contract combines purchases for the U.S. Air Force ($8,511,899; 40.08 percent); U.S. Navy ($8,501,000; 40.03 percent); and the governments of Singapore ($469,205; 2.21 percent); Australia ($469,205; 2.21 percent); Denmark ($469,205; 2.21 percent); Finland ($469,205; 2.21 percent); Turkey ($469,205; 2.21 percent); South Korea ($469,205; 2.21 percent); Switzerland ($469,205; 2.21 percent); Saudi Arabia ($469,205; 2.21 percent); and Poland ($469,205; 2.21 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
PAE Applied Technologies, LLC, Fort Worth, Texas, is being awarded an $8,728,547 cost-plus-fixed-fee contract to procure support services for air vehicle modification and instrumentation efforts, to include design, engineering, acquisition, integration, installation, operational support and in-service engineering. Work will be performed in Patuxent River, Maryland, and is expected to be completed in March 2015. Fiscal 2014 Navy working capital funds in the amount of $1,560,000 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to10 U.S.C. 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-14-C-0045).
DEFENSE LOGISTICS AGENCY
Draeger Medical, Inc., Telford, Pennsylvania, has been awarded a maximum $60,000,000 fixed-price with economic-price-adjustment contract for patient monitoring systems, subsystems and components. This contract was a competitive acquisition with eight offers received. This is a one-year base contract with nine one-year option periods. Location of performance is Pennsylvania with an Aug. 5, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-14-D-0004).
Sopakco Packaging,* Mullins, South Carolina, has been awarded a maximum $23,874,720 fixed-price with economic-price-adjustment, indefinite-quantity contract for tailored operational training meals. A competitive contract with three offers received, this is a five-year base contract with no option periods. Location of performance is South Carolina with an Aug. 6, 2019, performance completion date. Using military services are Army and Navy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-14-D-Z012).
The Wornick Company, Cincinnati, Ohio, has been awarded a maximum $12,919,200 fixed-price with economic price adjustment, indefinite-quantity contract for tailored operational training meals. A competitive contract with three offers received, this is a five-year base contract with no option periods. Location of performance is Ohio with an Aug. 6, 2019, performance completion date. Using military services are Army and Navy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-14-D-Z011).
Valley Apparel,* Knoxville, Tennessee, has been awarded a maximum $7,549,725 firm-fixed-price contract for various men’s cold weather and summer flyers’ jackets. This is a competitive contract with three offers received. This is a one-year base contract with three one-year option periods. Location of performance is Tennessee with an Aug. 6, 2015, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-14-D-1067).
U.S. TRANSPORTATION COMMAND
MCR Federal, LLC, McLean, Virginia, was awarded a $15,481,427 indefinite-delivery/ indefinite-quantity contract for comprehensive financial support services. This contract provides for financial management and analysis, program cost analysis, operational cost analysis, billing rate development, billing and revenue, resource advisor (budget), command initiatives and business processes, financial systems analyst familiar with configuration and implementation of Enterprise Resource Planning Systems, Financial Improvement Audit Readiness, quality assurance/internal controls, accounting analysis, and analytical expertise using data analysis tools for data marts and cubes to analyze financial and logistics information. Work will be performed at Scott Air Force Base, Illinois, with an expected completion date of July 31, 2015. Fiscal 2014 transportation working capital funds in the amount of $1,910,591 are being obligated at time of award; the remainder will be obligated on individual task orders. This contract was a competitive acquisition and four offers were received. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity (HTC711-14-D-D004).
*Small business

Wednesday, July 30, 2014

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

CONTRACTS
U.S. TRANSPORTATION COMMAND
U.S. Transportation Command is awarding modifications to contracts exercising second year options for international commercial multimodal transportation services each valued at a maximum $513,625,650 to the following carriers: Liberty Global Logistics LLC, Lake Success, New York (modification P00013 to previously awarded contract HTC711-12-D-R008); American President Lines, LTD, Scottsdale, Arizona (modification P00013 to previously awarded contract HTC711-12-D-R009); and Farrell Lines, Inc., Norfolk, Virginia (modification P00010 to previously awarded contract HTC711-13-D-R001). Work will be performed worldwide, with an expected completion date of July 31, 2015. Fiscal 2014 and 2015 transportation working capital funds will be obligated on individual task orders. The contracting activity is the U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.
NAVY
Data Link Solutions, LLC, Cedar Rapids, Iowa (N00039-10-D-0031) and ViaSat, Inc., Carlsbad, California (N00039-10-D-0032), are being awarded a combined $116,750,000 modification to a previously awarded multiple award contract to exercise options for systems engineering and integration for the Multifunctional Information Distribution System (MIDS) Low Volume Terminal (LVT) and the MIDS Joint Tactical Radio Systems (JTRS) terminal. The MIDS-LVT provides secure, high-capacity, jam-resistant, digital data and voice communications capability for Navy, Air Force and Army platforms. MIDS JTRS is a pre-planned product improvement replacement transforming the MIDS-LVT into a four-channel, software communications architecture compliant JTRS terminal while maintaining current Link 16 and tactical air navigation capability. For Data Link Solutions, LLC, work will be performed in Wayne, New Jersey (50 percent) and Cedar Rapids, Iowa (50 percent). For ViaSat, Inc., work will be performed in Carlsbad, California. Work is expected to be completed by March 9, 2015. No funds are obligated at the time of award. Funds will be obligated as delivery orders are issued in the future. No contract funds will expire at the end of the current fiscal year. This contract was competitively procured as a multiple award contract via the Federal Business Opportunities and SPAWAR e-Commerce Central websites, with two proposals solicited and two offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.
DynCorp International LLC, Fort Worth, Texas, is being awarded a $101,947,764 modification to a previously awarded cost-plus-fixed-fee contract (N00421-11-C-0033) to exercise an option for organizational level maintenance and logistics support for all aircraft and support equipment for which the Naval Test Wing Atlantic has maintenance responsibility. This includes all rotary, fixed, lighter-than-air, and unmanned aircraft on-site for project testing, transient aircraft, loaner aircraft, leased aircraft, and tested civilian aircraft assigned to the Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland. In addition, this option provides supportability/safety studies, and off-site aircraft safety/spill containment patrols and aircraft recovery services. Work will be performed in Patuxent River, Maryland, and is expected to be completed in July 2015. Fiscal 2014 research, development, test and evaluation; operations and maintenance; and working capital funds (Navy) in the amount of $11,853,572 will be obligated at time of award; $3,980,000 will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.
BAE Systems Southeast Shipyards Mayport, Jacksonville, Florida, is being awarded an $54,698,937 modification to a previously awarded contract (N00024-10-C-4406) for a Docking Selected Restricted Availability to include structural work and extensive repairs and maintenance onboard USS Gettysburg (CG-64). This availability includes hull, machinery, electrical, electronics, ship alterations, and piping alteration and repair work. Work will be performed in Jacksonville, Florida, and is expected to be completed by April 2015. Fiscal 2014 operations and maintenance (Navy) funding in the amount of $32,914,644 will be obligated at time of award. Contract funds will expire at the end of the current fiscal year. Southeast Regional Maintenance Center, Mayport, Florida, is the administering contracting activity.
Defense Support Services, LLC, Marlton, New Jersey, is being awarded a $47,514,293 modification to a previously awarded cost-plus-fixed-fee contract (N00421-11-C-0031) for organizational level maintenance, with limited intermediate level maintenance, in support of current and future aircraft assigned to the Naval Test Wing Pacific at Point Mugu and China Lake Naval Air Stations, California. Work will be performed in China Lake, California (79 percent) and Point Mugu, California (21 percent), and is expected to be completed in July 2015. Fiscal 2014 research, development, test and evaluation and working capital funds (Navy) in the amount of $7,672,825 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.
The Boeing Co., St. Louis, Missouri, is being awarded a not-to-exceed $38,199,550 delivery order (0017) under a previously awarded contract (N00383-07-D-001J) for the repair of various parts in support of the AV-8 aircraft. Work will be performed in St. Louis, Missouri, and the expected completion date is June 5, 2015. Fiscal 2014 working capital funds (Navy) in the amount of $28,649,662 will be obligated at the time of award and these funds will not expire before the end of the current fiscal year. One company was solicited for this non-competitive requirement in accordance with 10 U.S.C. 2304(c)(1) and one offer was received in response to this solicitation. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.
BAE Systems Norfolk Ship Repair, Norfolk, Virginia, is being awarded a $27,625,758 modification to a previously awarded contract (N00024-10-C-4308) for USS NITZE (DDG-94) fiscal 2014 and 2015 docking selected restricted availability. A docking 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 while in dry dock. Work will be performed in Norfolk, Virginia, and is expected to be completed by January 2015. Fiscal 2014 operations and maintenance (Navy) funding in the amount of $27,625,758 will be obligated at time of award and the funds will expire at the end of fiscal year 2015. Norfolk Ship Support Activity, Norfolk, Virginia, is the contracting activity.
Will-Burt Advanced Composites, Inc.,* Orrville, Ohio, is being awarded a $19,465,444 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the design, fabrication and delivery of radio frequency shielded enclosures (shelters) with weatherization, and electrical and fire suppression systems to house the electronic equipment infrastructure for the Relocatable Over-The-Horizon (ROTHR) system. Work will be performed in Orrville, Ohio, and is expected to be completed by July 30, 2019. Fiscal 2014 operations and maintenance (Navy) funds in the amount of $4,000,000 will be obligated at the time of award and these funds will expire at the end of the current fiscal year. The contract was competitively procured via the Federal Business Opportunities website, with three offers received in response to the solicitation.
NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-14-D-Z033).
Raytheon Company, McKinney, Texas, is being awarded an $18,207,740 job order which is a combination of cost-plus-fixed-fee and firm-fixed-price to previously awarded contract N00164-12-G-JQ66 for Common Sensor Payload (CSP) AN/AAS-53 repairs and sustainment support. CSP AN/AAS-53 repairs and sustainment support, which includes depot repair, spare analysis, program management, configuration management, software maintenance, field support repair, field support engineering support in the continental United States, engineering support, reliability and logistical support, and software support. Work will be performed in McKinney, Texas (97.8 percent) and El Mirage, California (1.2 percent), and is expected to be completed by July 2015. Fiscal 2014 aircraft procurement (Army) and fiscal 2014 operations and maintenance (Army) contract funds in the amount of $9,574,221 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity.
Robertson Fuel Systems, LLC, Tempe, Arizona, is being awarded a $14,779,950 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0097) to exercise an option for the procurement of two mission auxiliary fuel tank systems for the MV-22 Osprey aircraft. Work will be performed in Tempe, Arizona, and is expected to be completed in July 2015. Fiscal 2013 and 2014 aircraft procurement (Navy) funds in the amount of $14,779,950 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.
Lockheed Martin Corp., Mission Systems and Training, Manassas, Virginia, is being awarded a $10,944,817 modification to a previously awarded contract (N00024-11-C-6294) for fiscal 2014 Acoustic Rapid Commercial-Off-The-Shelf (COTS) Insertion (ARCI) Systems Production. A-RCI is a sonar system that integrates and improves towed array, hull array, sphere array, and other ship sensor processing, through rapid insertion of COTS based hardware and software. The contract provides funding for the development and production of the A-RCI and common acoustics processing for Technology Insertion 12 through Technology Insertion 14 for the U.S. submarine fleet. This modification will purchase TI-14 Spares for 12 ships and one installation and check out kit for the Virginia Class. Work will be performed in Manassas, Virginia (60 percent) and Clearwater, Florida (40 percent), and is expected to be completed by December 2018. Funds in the amount of $10,944,817 will be obligated at the time of award. Fiscal 2012, 2013, 2014 ship conversion (Navy) and fiscal 2014 other procurement (Navy) contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity.
AIR FORCE
Cessna Aircraft Co., Wichita, Kansas has been awarded a $64,493,531 firm-fixed-price contract for Interim Contractor Support (ICS) and Training. The total cumulative face value of the contract is $64,493,531. The contract provides for the ICS of 26 C-208B aircraft, six T-182T aircraft, six aircrew training devices and aircraft maintenance training. Work will be performed at Kabul International Airport, Kandahar Air Base and Shindand Air Base, Afghanistan, and is expected to be completed by Jan. 31, 2016. This contract supports 100 percent foreign military sales for Afghanistan, and $18,965,809 will be obligated from fiscal 2013 Afghanistan Security Forces fund at time of award. Air Force Life Cycle Management Center/WLZI, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8617-14-C-6195).
ARMY
KIRA, Inc.,* Boulder, Colorado was awarded a $36,904,747 modification (P00161) to contract W911RZ-05-C-0009 to exercise option nine for base operations and maintenance services for the Directorate of Public Works, Fort Carson. Fiscal 2014 operations and maintenance (Army) funds in the amount of $1,206,947 were obligated at the time of the award. Estimated completion date is Sept. 29, 2015. Work will be performed at Fort Carson, Colorado. Army Contracting Command, Fort Carson, Colorado, is the contracting activity.
Source America, Vienna, Virginia, was awarded a $26,028,750 modification (P00068) to contract W9124D-11-C-0019 for facilities maintenance for the Department of Public Works, Fort Knox, Kentucky. Fiscal 2014 operations and maintenance (Army) funds in the amount of $3,395,931 were obligated at the time of the award. Estimated completion date is July 31, 2015. Work will be performed at Fort Knox. Army Contracting Command, Fort Knox, Kentucky, is the contracting activity.
Great Lakes Dock and Materials LLC,* Muskegon, Michigan, was awarded a $24,992,668 firm-fixed-price multi-year contract to repair the Cleveland East Breakwater. Work will be performed in Cleveland, Ohio, with a completion date of Nov. 3, 2016. Bids were solicited via the Internet with two received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $24,992,668 are being obligated at the time of the award. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity (W912P4-14-C-0017).
PRIDE Industries, Roseville, California was awarded a $14,862,152 modification (P00054) to contract W9124J-09-C-0014 to support the Fort Polk Directorate of Public Works Base Operations. Fiscal 2014 operations and maintenance (Army) funds in the amount of $14,862,152 were obligated at the time of the award. Estimated completion date is April 30, 2015. Work will be performed at Fort Polk, Louisiana. Army Contracting Command, Fort Polk, Louisiana is the contracting activity.
Broadband Discovery Systems,* Scotts Valley, California, was awarded a $9,000,000 cost-plus-fixed-fee contract to build, test and assess multi-sensor stand-off person-borne improvised explosive device detection systems with an estimated completion date of July 30, 2019. One bid was solicited with one received. Funding and work location will be determined with each order. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-14-D-0025).
DEFENSE LOGISTICS AGENCY
Pelican/Hardigg Industries, South Deerfield, Massachusetts, has been awarded a maximum $35,440,000 fixed-price with economic price adjustment contract for medical items and accessories. This contract was a competitive acquisition with six offers received. This is a five-year base contract with no option periods. Location of performance is Massachusetts with a July 29, 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, Pennsylvania (SPE2DH-14-D-0004).
JOINT IMPROVISED EXPLOSIVE DEVICE DEFEAT ORGANIZATION
CACI- Athena, Inc., Chantilly, Virginia, is being awarded a $12,646,545 time and materials contract for J-9 Operations Research Analysis (ORSA) support services. The J-9 ORSA will provide rapidly deployable ORSA expertise in all aspects of counter-improvised explosive device operations to support U.S. Forces within and outside of the continental United States. The primary location of performance is Reston, Virginia, and overseas locations. If all options are exercised, work is expected to be completed by August 2017. Fiscal 2013 overseas contingency operations funds in the amount of $3,000,000 are being obligated at award. This contract was competitively procured, with 10 bids received. The contracting activity is the Joint IED Defeat Organization Contract Operations, Arlington, Virginia (HQ0682-14-C-0005).
*Small business
 

Tuesday, July 29, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JULY 29, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
U.S. TRANSPORTATION COMMAND
National Air Cargo Group, Inc., Orlando, Florida, is being awarded a $513,625,650 maximum ceiling modification (P00013), exercising the second option period to previously awarded contract HTC711-12-D-R010 for international commercial multimodal transportation services. Work will be performed worldwide, with an expected completion date of July 31, 2015. Fiscal 2014 and 2015 transportation working capital funds will be obligated on individual task orders. The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois.
NAVY
K2 Energy Solutions, Inc.,* Henderson, Nevada, is being awarded a ceiling-priced $81,400,000 firm-fixed price/cost-plus fixed-fee, basic ordering agreement for the fully self-contained battery intermediate energy store system required to power a large modular capacitor bank for the electromagnetic railgun. Work will be performed in Henderson, Nevada, and is expected to be completed by December 2016. No funding will be obligated at time of award. The contract was sole sourced in accordance with the Federal Acquisition Regulation 6.302-5. This SBIR Phase III is for work that derives from, extends, or logically concludes effort(s) performed under prior SBIR funding agreements and is authorized under 15 U.S.C. § 638(r). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-G-4207).
Rolls-Royce Corp., Indianapolis, Indiana, is being awarded a $29,148,390 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) for the procurement of Mission CareTM support for the AE1107C engine, including flight hours, and lower power engine removals and repairs, for the V-22 aircraft. Work will be performed in Oakland, California (70 percent) and Indianapolis, Indiana (30 percent), and is expected to be completed in February 2015. Fiscal 2014 operations and maintenance (Navy, Special Operations Command and Air Force) funds in the amount of $29,148,390 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.
Science Applications International Corp., McLean, Virginia, is being awarded a $21,593,120 cost-plus-fixed-fee contract for the Department of Navy, U. S. Fleet Forces Command, highly specialized, comprehensive, analytical training and technical services in direct support of their Fleet Deployment Training Program. Under this effort, the contractor will provide live, virtual, and constructive training program support, fleet training academics and instruction support, training exercise and event support. This contract contains a seven-month base period and one two-month option period, which if exercised, will bring the contract value to $27,752,969. Work will be performed in Norfolk, Virginia (41.6 percent); Virginia Beach, Virginia (39.6 percent); San Diego, California (7.6 percent); Fallon, Nevada (5.1 percent); Suffolk, Virginia (3 percent); Pearl Harbor, Hawaii (1.7 percent); Okinawa, Japan (0.9 percent); and Mayport, Florida (0.5 percent). Work is expected to be completed Feb. 28, 2015. If all options are exercised, work will continue until April 29, 2015. Fiscal 2014 operations and maintenance (Navy) funds in the amount of $21,593,120 will be obligated at the time of award and will expire at the end of the current fiscal year. The requirement was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1), with one offer received in response to this solicitation. NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity (N00189-14-C-0033).
CCI Solutions, LLC,* Augusta, Maine, is being awarded $10,172,160 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N40085-13-D-8006) for energy upgrades and repairs to Building 291 at the Portsmouth Naval Shipyard. The work to be performed provides for energy efficiency improvements by replacing external siding and upgrading heating, ventilation, air conditioning, electrical and lighting systems. An addition to the building will be constructed to house mechanical equipment, and new direct digital control and sprinkler systems will be installed. Work will be performed in Kittery, Maine, and is expected to be completed by May 2018. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $10,172,160 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Public Works Department Maine, Kittery, Maine, is the contracting activity.
Remotec Inc., Clinton, Tennessee, is being awarded an $8,801,324 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for depot level repairs to the MK3 Series Remote Ordnance Neutralization Systems (RONS), and the upgrade and repair of the MK3 Mod 0 to the MK3 Mod 1 System. The MK3 Mod 1 upgrade will improve the serviceability of the robots, increase the availability of the spare parts and increase the capabilities of the robots. In situations where it is economically infeasible to upgrade or repair the MK3 Mod 0 system, the option to purchase a new RONS MK3 Mod 1 for replacement will be available under a new contract. The contract includes a one-year base period with four one-year options, which if exercised, will bring the contract value to $12,355,953. Work will be performed in Clinton, Tennessee, and is expected to be completed by August 2019. Fiscal 2013 other procurement (Navy and Army) funding in the amount of $4,500,775 will be obligated at the time of the award and contract funds will not expire at the end of the current fiscal year. This contract was synopsized via the Federal Business Opportunities website as a sole source procurement in accordance with 10 U.S.C. 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-14-D-0027).
Sikorsky Aerospace Maintenance, Stratford, Connecticut, is being awarded a $7,927,579 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0024) to exercise an option for organizational, selected intermediate, and limited depot-level maintenance for aircraft operated by adversary squadrons. Work will be performed at the Naval Air Station Key West, Florida (40 percent); Naval Air Station Fallon, Nevada (30 percent); and Marine Corps Air Station, Yuma, Arizona (30 percent), and is expected to be completed in October 2014. Fiscal 2014 operations and maintenance (Navy Reserve) funds in the amount of $7,927,579 are being 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.
ARMY
*Strock Enterprises LTD*, Cheektowaga, New York (W912P4-14-D-0001); Upstate Construction Services, Inc.,* Watertown, New York (W912P4-14-D-0002); Oddo Construction Services LLC,* Amherst, New York (W912P4-14-D-0003); Tidewater, Inc.,* Elkridge, Maryland (W912P4-14-D-0004); Great Lakes Dock and Materials LLC,* Muskegon, Michigan (W912P4-14-D-0005); Geo. Gradel Co.,* Toledo, Ohio (W912P4-14-D-0006); Morrish-Wallace Construction Co.,* Cheboygan, Michigan (W912P4-14-D-0007); Huffman Equipment Rental,* Willoughby, Ohio (W912P4-14-D-0008); and SAF, Inc.,*Akron, Ohio (W912P4-14-D-0009), were awarded a $40,000,000 firm-fixed-price, multi-year, multiple-award, task order contract for general construction throughout the lakes and rivers division with an estimated completion date of July 28, 2019. Bids were solicited via the Internet with 17 received. Funding and work location will be determined with each order. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity.
HNTB Corp. Kansas City, Missouri was awarded a $35,000,000 firm-fixed-price, indefinite- delivery/indefinite-quantity contract for architectural and engineering services required for planning and design for the Arlington National Cemetery southern expansion project. Funding and work location will be determined with each order with an estimated completion date of July 31, 2019. Bids were solicited via the Internet with seven received. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-14-D-0035).
Lockheed Martin Corp., Grand Prairie, Texas, was awarded an $8,119,209 modification (P00076) to contract W31P4Q-12-C-0048 for industrial engineering support to include Army Tactical Missile System (ATACMS), Block I/IA, Guided Multiple Launch Rocket System (GMLRS), High Mobility Artillery Rocket System (HIMARS), Multiple Launch Rocket System (MLRS) M270/M270A1/M270B1/M270C1 launcher platforms and Low Cost Reduced Range Practice Rocket (LCRRPR). Fiscal 2014 research, development, test and evaluation funds in the amount of $8,119,209 were obligated at the time of the award. Estimated completion date is Feb, 20, 2015. Work will be performed at Grand Prairie, Texas. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Pratt & Miller,* New Hudson, Michigan, was awarded a $6,541,220 modification (P00004 ) to contract W56HZV-13-C-0375 to complete the build, integration, and final testing and evaluation for the Occupant Centric Platform, Technology Enabled Capability Demonstrator test asset. Fiscal 2014 research, development, test and evaluation funds in the amount of $6,541,220 were obligated at the time of the award. Estimated completion date is Jan. 31, 2016. Work will be performed in New Hudson, Michigan. Army Contracting Command, Warren, Michigan, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Gossner Foods, Inc.,** Logan, Utah, has been awarded a maximum $25,577,791 fixed-price with economic-price-adjustment, indefinite-quantity contract for ultra-high temperature, shelf-stable milk. This contract was a competitive acquisition with one offer received. This is a five-year base contract with no option periods. Location of performance is Utah with a July 28, 2019 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-14-D-Z201).
Graybar Electric Company, Inc., St. Louis, Missouri, has been awarded a maximum $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime vendor, bridge contract for maintenance, repair, and operations for the South central zone one region. This contract was a sole-source acquisition. Location of performance is Missouri with a Nov. 28, 2014 performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-14-D-0903).
Science Application International Corporation, Fairfield, New Jersey, has been awarded a maximum $10,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime vendor, bridge contract for maintenance, repair, and operations for the South central zone two region. This contract was a sole-source acquisition. Location of performance is New Jersey with a Nov. 28, 2014, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-14-D-0904).
SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $8,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime vendor, bridge contract for maintenance, repair, and operations for the North central region. This contract was a sole-source acquisition. Location of performance is Illinois with a Nov. 28, 2014, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-14-D-0902).
AIR FORCE
Northrop Grumman Systems, Linthicum Heights, Maryland, has been awarded an $11,343,138 indefinite-delivery requirements contract to provide E-3 Airborne Warning and Command System Radar Maintenance Technician Initial Skills Training program to the Royal Saudi Air Force. Proposed training will be developed and conducted by the contractor, procured by the Air Education and Training Command, and presented under the auspices of the Security Assistance Training Program. This contract will span a four-year ordering period, and training will take place in Baltimore, Maryland. The work is expected to be completed July 28, 2018. This contract is 100 percent foreign military sales for Saudi Arabia; no funds will be obligated at time of award. The 338 Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-14-D-0010).
L-3 Communication, San Carlos, California, has been awarded a $6,816,326 firm-fixed-price, indefinite-delivery contract for the remanufacture of F-16 Traveling Wave Tubes. Work will be performed at San Carlos, California, and is expected to be completed by Dec. 29, 2016. This award is the result of a competitive acquisition. Two companies were solicited, one offer was received. Contract will use current year working capital funds. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8251-14-D-0007).
*Small business
**Woman-owned small business

Wednesday, July 16, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

ARMY

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

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

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

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

U.S. TRANSPORTATION COMMAND

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

NAVY

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

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

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

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

MISSILE DEFENSE AGENCY

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

DEFENSE LOGISTICS AGENCY

Merchants Food Service, Hattiesburg, Mississippi, has been awarded a maximum $7,220,745 fixed-price with economic-price-adjustment contract for full line food distribution for Louisiana and Mississippi areas. This contract was a sole-source acquisition. Location of performance is Mississippi, with a Nov. 15, 2014, performance completion date. This is a four-month bridge contract with no option periods. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3015). (This contract was awarded on July 11, 2014.)

Friday, May 30, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT DEFENSE 

CONTRACTS

ARMY
Exelis Systems Corp., Colorado Springs, Colorado, was awarded a $143,100,534 modification (P00012) to contract W91RUS-13-C-0006 for operations and maintenance support of Title X communications equipment and information systems under the Network Enterprise Technology Command (Army), 160th Signal Brigade and its subordinate units in southwest Asia. Fiscal 2014 operations and maintenance (Army) funds in the amount of $143,100,534 were obligated at the time of the award. Work will be performed in Kuwait, Afghanistan and Bahrain, with an estimated completion date of May 31, 2015. Army Contracting Command, Ft. Huachuca, Arizona, is the contracting activity.

Camber Corp., Huntsville, Alabama, was awarded a $49,000,000 firm-fixed-price contract for incident response systems contractor logistics support for the Marine Corps in support of the Chemical, Biological, Radiological, and Nuclear team. Funding and work location will be determined with each order. The estimated completion date is May 29, 2017. Bids were solicited via the Internet with four received. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-14-D-0022).

ESA South, Inc.,* Cantonment, Florida, was awarded a $45,000,000 firm-fixed-price contract for emergency temporary roof repairs to residential structures in support of the U.S. Army Corps of Engineers and the Federal Emergency Management Agency disaster response. Work will be performed in Alabama, Connecticut, Delaware, Florida, Georgia, Louisiana, Maine, Maryland and Washington, District of Columbia. Work will also be done in Massachusetts, Mississippi, New Hampshire, New Jersey, New York, North Carolina, Pennsylvania, Rhode Island, South Carolina, Texas and Virginia, with an estimated completion date of May 31, 2019. Bids were solicited via the Internet with nine received. Funding will be determined with each order. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-14-D-0014).
Northrop Grumman Systems Corp., ISR&T Div., Boulder, Colorado, was awarded a $37,974,775 cost-plus-fixed-fee contract for logistics support and engineering services to the Joint Tactical Ground Station (JTAGS) system Block 1 fielded units as well as associated exerciser and institutional training suites. Work will be performed in Colorado Springs, Colorado, with an estimated completion date of July 31, 2018. Bids were solicited via the Internet with one received. Fiscal 2014 other procurement funds in the amount of $37,092, and operations and maintenance funds in the amount of $3,266,544 are being obligated at the time of the award. U.S. Army Space and Missile Defense Command, Huntsville, Alabama, is the contracting activity (W9113M-14-C-0018).

Great Lakes Dredge & Dock Co., Oak Brook, Illinois, was awarded a $25,376,872 firm-fixed-price contract for dredging the main channel of the Delaware River. Work will be performed in Philadelphia, Pennsylvania, with an estimated completion date of March 31, 2015. Bids were solicited via the Internet with three received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $12,000,000, and fiscal 2014 other procurement funds in the amount of $13,376,872 are being obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-14-C-0013).
Peckham Vocational Industries, Inc., Lansing, Michigan, was awarded an $18,905,472 modification (P00013) to contract W56HZV-12-D-0064 to incorporate the first option year into the base contract for services to the Organizational Clothing and Individual Equipment (OCIE) Central Management Office to establish a national repair system to evaluate, clean and repair unserviceable, but economically repairable OCIE. Funding and work location will be determined with each order. Estimated completion date is May 31, 2015. Army Contracting Command, Warren, Michigan, is the contracting activity.

SRA International, Fairfax, Virginia, was awarded a $17,802,501 firm-fixed-price contract for enterprise operations and security services, and information technology services, for the Army National Guard. Work will be performed in Arlington, Virginia, with an estimated completion date of May 31, 2015. One bid was solicited and one received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $17,802,501 are being obligated at the time of the award. National Guard Bureau, Arlington, Virginia, is the contracting activity (W9133L-14-C-0031).

General Dynamics Ordnance and Tactical Systems, Inc., St. Petersburg, Florida, was awarded a $12,743,632 modification (P00020) to contract W52P1J-11-C-0027 to add to the existing contract: explosive cartridges (100,000); explosive d 5" – (10,521); explosive d dye filled (5,163); improved conventional munitions (34,436); medium caliber – (1,116,122); and fuses (999,940). Fiscal 2014 other procurement (Army) funds in the amount of $12,743,632 were obligated at the time of the award. Estimated completion date is May 27, 2015. Work will be performed in St. Petersburg. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

HGL Construction, Inc.*, Oklahoma City, Oklahoma, was awarded a $10,000,000 firm-fixed-price contract with options for military and civil works construction within the U.S. Army Corps of Engineers Southwestern Division. The estimated completion date is May 29, 2015. Funding and work location will be determined with each order. Bids were solicited via the Internet with 22 received. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-14-D-0006).

Mythics Inc., Virginia Beach, Virginia, was awarded an $11,041,269 modification (KX02) to contract W91QUZ-06-A-0003 to act under license from Oracle to provide Program Manager Warfighter Information Network-Tactical software maintenance/support. Fiscal 2014 other procurement (Army) funds in the amount of $11,041,269 were obligated at the time of the award. Estimated completion date is May 29, 2018. Work will be performed in Virginia Beach. Army Contracting Command, Aberdeen, Maryland, is the contracting activity.
Colt Defense LLC, West Hartford, Connecticut, was awarded a $6,750,000 firm-fixed-price contract for breech bolt assemblies for the M16 rifle and M4 carbine. Funding and work location will be determined with each order. Bids were solicited via the Internet with five received. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-14-D-0046).

AIR FORCE

Al Raha Group for Technical Services, Riyadh, Saudi Arabia, has been awarded an estimated $93,335,656 undefinitized contract action for repair & return services for Royal Saudi Air Force F-15 unclassified items. Work will be performed at Riyadh; Warner Robins, Georgia and multiple certified sources of repair located throughout the continental United States. The work is expected to be completed by May 31, 2015. This contract is 100 percent foreign military sales for Saudi Arabia. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center/WWQK, Robins Air Force Base, Georgia, is the contracting activity (FA8505-14-C-0003).

Lockheed Martin Space Systems Center, Sunnyvale, California, has been awarded a $41,206,525 modification (P00075) to FA8810-08-C-0002 for the Highly Elliptical Orbit (HEO) Transition to Operations. The total cumulative face value of the contract is $3,214,926,620. The contract modification is to add HEO-4 launch and early on-orbit test (LEOT) capabilities to the HEO-3 LEOT baseline. This HEO 3/4 transition concept of operations is required to support the HEO 3/4 payloads transition to the Increment 2 operational baseline. Work will be performed at Sunnyvale and Azusa, California; Boulder, Aurora, and Colorado Springs, Colorado, and is expected to be completed by Sept. 30, 2018. Fiscal 2013 research and development funds in the amount of $36,528,691 are being obligated at time of award. Space and Missile Systems Center, Los Angeles, California, is the contracting activity.

Northrop Grumman Aerospace Systems, San Diego, California, has been awarded a $13,039,369 modification (P00512) to F33657-01-C-4600 for the Enhanced Integrated Sensor Suite (EISS) Timing and Control (TAC) Module A-3 replacement effort. The total cumulative face value of the contract is $2,318,001,044. The contract modification is for the completion of flight tests necessary to ensure the EISS TAC module and associated software developments are compatible to the Global Hawk aircraft in form, fit and function. Work will be performed at San Diego, and is expected to be completed by June 30, 2015. Fiscal 2013 research and development funds in the amount of $13,039,369 are being obligated at time of award. Air Force Life Cycle Management Center/WIGK, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

E-Corp, Layton, Utah (FA9401-14-D-0001); Mac Electric, Inc., Yuma, Arizona (FA9401-14-D-0002); Mirador Enterprises, Inc., El Paso, Texas (FA9401-14-D-0003); Applied Construction Technologies, LLC, Albuquerque, New Mexico (FA9401-14-D-0004); Engineering Construction Services LLC, Las Cruces, New Mexico (FA9401-14-D-0005); Dawn Inc. and McTech Corp. Joint Venture, Warren, Ohio (FA9401-14-D-0006), have been awarded a $12,800,000 firm-fixed-price, multiple-award indefinite-delivery/indefinite-quantity contract for design/build and construction requirements (except military construction). This work will consist of multiple disciplines in general construction categories in a broad range of maintenance, repair, minor and/or new construction. Work will be performed at Kirtland Air Force Base, New Mexico, and other sites supported by Kirtland; the work is expected to be completed by May 27, 2019. This award is a result of a competitive 8(a) set-aside acquisition posted on the Federal Business Opportunities Website; 19 offers were received. Fiscal 2014 operations and maintenance funds will be obligated with each task order. Air Force Nuclear Weapons Center/PZIC, Kirtland Air Force Base, New Mexico, is the contracting activity.

NAVY

Earl Industries L.L.C. doing business as NASSCO-Mayport, Jacksonville, Florida, is being awarded a not-to-exceed $23,238,392 undefinitized contract action for continuous maintenance availability to include structural damage and aluminum welding onboard USS Hue City (CG 66). This effort on USS Hue City covers repairs to the superstructure including the main propulsion gas turbine intake. Work will encompass four levels and will require extensive aluminum welding. Other work to be performed involves electrical equipment and cable replacement, lagging and insulation, exhaust vent ducting, vane axial fans, deck drain piping, watertight doors and metal joiner doors. Work will be performed in Jacksonville, and is expected to be completed by November 2014. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $8,372,146 will be obligated at time of award. Funding in the amount of $8,372,146 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)(3). Southeast Regional Maintenance Center, Mayport, Florida, is the contracting activity (N40027-14-C-0015).

Walbridge Aldinger Co., Detroit, Michigan, is being awarded $21,550,080 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract (N40085-10-D-5331) for construction of a CH-53K helicopter maintenance training facility and Regional Communication Station (RCS) at Marine Corps Air Station New River, North Carolina. The CH-53K facility will provide a training space to support maintenance personnel and will house several full size CH-53K mock-ups. The facility will also provide classrooms, administration space, personnel support space, general offices, hydraulic/mechanical rooms, tool room, maintenance training areas, storage space, avionics, airframe, wire repair, and composite repair labs, a high bay, clear span hangar area and an access apron for CH-53K preventive maintenance training. The RCS facility will provide administrative spaces, customer service area, reception, secure vault, electronic repair space, conference room, training room/classroom, battery storage room, mechanical spaces, personnel support space, and telephone switchgear space. The task order also contains four planned modifications, which if exercised would increase cumulative task order value to $23,392,433. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by December 2015. Fiscal 2014 military construction (Navy) contract funds in the amount of $21,550,080 are being obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Northrop Grumman Systems Corp., Bethpage, New York, is being awarded a $20,917,239 modification under previously awarded contract (N00024-06-C-6311) to provide integration services for mission packages that will deploy from and integrate with the Littoral Combat Ship (LCS). The Navy’s plan is to use continuous evaluation of system maturity through a disciplined system engineering framework to improve mission capability in identified mission areas. LCS mission packages will be optimized for flexibility in the littorals. Work will be performed in Bethpage, New York (44 percent); Oxnard, California (16 percent);
Washington, District of Columbia (14 percent); Panama City, Florida (10 percent); Dahlgren, Virginia (8 percent); San Diego, California (4 percent); Hollywood, Maryland (2 percent); Andover, Massachusetts (1 percent); and Middletown, Rhode Island (1 percent), and is expected to be completed by January 2015. Fiscal 2014 and 2015 operations and maintenance (Navy); fiscal 2014 and 2015 research, development, test and evaluation; and fiscal 2015 other procurement (Navy) funding in the amount of $20,917,239 will be obligated at time of award. Contract funds in the amount of $5,611,140 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Softchoice Corp., McLean, Virginia, is being awarded $17,487,675 for delivery order 0030 against a previously awarded Blanket Purchase Agreement (M67854-12-A-4701). This delivery order will procure Microsoft brand name software licenses and support, known as software assurance. Work will be performed in McLean, and is expected to be completed by May 2015. Fiscal year 2014 operation and maintenance (Marine Corps) funds in the amount $17,487,675 will be obligated at the time of award and will expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Virginia, is the contracting activity.

Softchoice Corp., McLean, Virginia, is being awarded $15,703,370 for delivery order 0031 against a previously awarded Blanket Purchase Agreement (M67854-12-A-4701). This delivery order will procure Microsoft brand name software licenses and support, known as software assurance. Work will be performed in McLean, and work is expected to be completed in May 2015. Fiscal 2014 operation and maintenance (Marine Corps) funds in the amount $12,007,670, and fiscal 2014 operation and maintenance (Marine Corps Reserves) funds in the amount of $3,695,700, will be obligated at the time of award. Contract funds will expire at the end of the current fiscal year. The Marine Corps System Command, Quantico, Virginia, is the contracting activity.

CH2M Hill Constructors, Inc., Englewood, Colorado, is being awarded a $15,044,771 modification to task order JU01 under a previously awarded indefinite-delivery/indefinite-quantity multiple award contract (N62470-13-D-6019), to exercise option one which provides for furniture, fixtures and equipment for the Naval Sea Systems Command Headquarters Recovery Restoration at Naval Support Activity Washington. The work to be performed provides for labor, management, supervision, tools, materials, site work and provisions necessary to provide for furniture, fixtures and equipment. The total contract amount after exercise of this option will be $59,284,771. Work will be performed in Washington, District of Columbia, and is expected to be completed by February 2015. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $15,044,771 are being obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity.

Timken Gears & Services Inc., King of Prussia, Pennsylvania, is being awarded a $13,963,212 modification to previously awarded contract (N00024-10-C-2310) to procure a DDG 51 class main reduction gear assembly. The main reduction gear is the set of gears that transmit the power from two main propulsion power turbines to the propulsion shaft. Each DDG 51 class destroyer has two gear sets, one for each propulsion shaft. Work will be performed in Santa Fe Springs, California (68 percent); Riverside, Missouri (10 percent); New Castle, Delaware (7 percent); Latrobe, Pennsylvania (2 percent); St. Augustine, Florida (1 percent); Spring Grove, Illinois (1 percent); Fitchburg, Massachusetts (1 percent); Corry, Pennsylvania (1 percent); Erie, Pennsylvania (1 percent); Antigo, Wisconsin (1 percent); and other United States locations less than 1 percent (7 percent). Work is expected to be completed by May 2016. Fiscal 2014 other procurement (Navy) contract funds in the amount of $13,963,212 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
Leebcor Services, LLC*, Williamsburg, Virginia, is being awarded $13,799,474 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N69450-13-D-1765) for the construction of the Littoral Combat Ship (LCS) Logistics Support Facility at Naval Station Mayport. The work to be performed provides for the construction of a two-story building with a reinforced concrete foundation, masonry walls and a pitched standing seam metal roof logistics support facility to serve the LCS Squadron and other organizations which support the LCS. The project also includes construction of classrooms, operations watch work space, a reference library room, storage, administrative office space, video teleconference rooms, and crew lounge. The task order also contains one unexercised option, which if exercised, would increase cumulative task order value to $16,011,693. Work will be performed in Jacksonville, Florida, and is expected to be completed by November 2015. Fiscal 2014 military construction (Navy) contract funds in the amount of $13,799,474 are being obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

Colonna’s Shipyard, Inc.*, Norfolk, Virginia, is being awarded a $13,262,660 firm-fixed price contract, for docking phased maintenance availability to include drydocking, hull plating replacement, propulsion engine removal and habitability onboard USS Zephyr (PC 8). This contract includes options which, if exercised, would bring the cumulative value of this contract to $14,280,669. Work will be performed in Norfolk, and is expected to be completed July 2015. Fiscal 2014 operations and maintenance (Navy) funding in the amount of $14,280,669 will be obligated at time of award. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with nine proposals solicited and two offers received. Southeast Regional Maintenance Center, Mayport, Florida, is the contracting activity (N40027-14-C-0010).

Stemnion, Inc.,* Pittsburgh, Pennsylvania, is being awarded a $9,894,778 cost-reimbursement (no fee) contract modification to previously awarded contract (N62645-13-C-4014) to exercise an option to provide research and development services in support the Naval Medical Research Center’s cellular combat wound initiative. Work will be performed in Pittsburgh, , and the work is expected to be completed April 2016. Fiscal 2013 research, development, test and evaluation (Navy) funds in the amount of $9,894,778 will be obligated at the time of award; the funds will not expire at the end of the current fiscal year. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity.

BAE Systems, Land & Armaments L.P., Minneapolis, Minnesota, is being awarded a $7,137,528 cost-plus-fixed-fee contract for the MK 45 5” gun system design agent services and waterfront/pierside support. BAE Systems will provide engineering, technical, logistics services and technical data to support the MK 45 5” gun system design, development, fabrication, production, operation and integration. This contract includes options which, if exercised, would bring the cumulative value of this contract to $44,417,249. Work will be performed in Minneapolis, Minnesota (85 percent) and Louisville, Kentucky (15 percent); and is expected to be completed by May 2015. Fiscal 2011 shipbuilding and conversion (Navy); fiscal 2014 operations and maintenance (Navy); and fiscal 2013 and 2014 weapons procurement (Navy) funding in the amount of $7,137,528 will be obligated at the time of the award. Contract funds in the amount of $1,087,528 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) and FAR 6.302-1 - only one responsible source and no other supplies or services will satisfy the agency's requirements. The Naval Sea Systems Command, Washington, District of Columbus, is the contracting activity (N00024-14-C-5324).

DEFENSE LOGISTICS AGENCY

Phillips 66 Company, Bartlesville, Oklahoma, has been awarded a maximum $9,407,144 fixed-price with economic-price-adjustment contract for fuel and delivery service to Altus Air Force Base, Oklahoma. This delivery order was a competitive acquisition on a five-year basic ordering agreement (SP0600-13-R-0706) with one offer received. Location of performance is Oklahoma with an Aug. 31, 2014 performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-G-0611-0001).

Meggitt (Rockmart), Inc., Rockmart, Georgia, has been awarded a maximum $7,600,327 firm-fixed-price contract for aircraft fuel cells. This contract was a competitive acquisition, with one offer received. This is a three-year base contract. Location of performance is Georgia with a May 15, 2017 performance completion date. Using military services are Air Force and Defense Logistics Agency Aviation. Type of appropriation is fiscal 2014 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma (SPRTA1-14-C-0023).

Phillips 66 Company, Bartlesville, Oklahoma, has been awarded a maximum $7,218,029 fixed-price with economic-price-adjustment contract for fuel and delivery service to Tinker Air Force Base, Oklahoma. This delivery order was a competitive acquisition on a five-year basic ordering agreement (SP0600-13-R-0706) with one offer received. Location of performance is Oklahoma with an Aug. 31, 2014 performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-G-0611-0005).

DEFENSE INFORMATION SYSTEMS AGENCY

Verizon Business Network Services, Inc., Ashburn, Virginia was awarded a $10,567,483 firm-fixed-price contract for the Priority Telecommunication Service to support the Department of Homeland Security Office of Emergency Communications. This contract has a nine-month base period and nine one-year option periods. If all options are exercised, the total cumulative contract value is $81,027,515. Work will be performed throughout the continental United States, with an estimated completion date of March 31, 2015. Fiscal Year 2014 operation and maintenance funds in the amount of $10,567,483 are being obligated at award. The contract was a sole-source award pursuant to 10 U.S.C. 2304(c)(1). The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois is the contracting activity (HC1013-14-C-0002).

U.S. TRANSPORTATION COMMAND

Erickson Transport, Inc. (formerly Evergreen Helicopters of Alaska), Portland, Oregon, has been awarded a $17,662,214 modification (P00018) to previously awarded contract HTC711-10-D-R017; Berry Aviation, Inc.* of San Marcos, Texas, has been awarded a $32,907,631 modification (P00024) to previously awarded HTC711-10-D-R018; and AAR Airlift Group, Inc. of Palm Bay, Florida, has been awarded a $42,519,795 modification (P00019) to previously awarded HTC711-10-D-R016 for fixed-wing aircraft, personnel, equipment, tools, material, maintenance and supervision necessary to perform passenger and cargo air transportation service. Work will be performed in Afghanistan with an expected completion date of May 31, 2015. Fiscal year 2014 operations and maintenance funds are being obligated at time of award: full amount for Erickson Transport, Inc., and Berry Aviation, Inc., and $15,123,535 for AAR Airlift Group, Inc. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE INTELLIGENCE AGENCY

Zel Technologies, LLC of Hampton, Virginia, is being awarded a maximum $25,000,000 indefinite-delivery/indefinite-quantity contract providing specialized services in science and engineering, business operation functions and other related services in support of the Defense Intelligence Agency’s science and technology mission. Work will be performed in the United States with an estimated completion date of May 31, 2019. The acquisition was a set aside competition for small businesses, with three offers received. Fiscal 2014 operations and maintenance funds in the amount of $1,360,720 and fiscal 2014 research, development, test and evaluation funds in the amount of $710,828 are being obligated on the first task order. Virginia Contracting Activity, Washington, District of Columbia is the contracting activity (HHM402-14-D-0006).

*Small Business

Friday, May 16, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR MAY 16, 2016

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
NAVY

Bell Helicopter Textron Inc., Hurst, Texas, is being awarded a $337,772,560 modification to definitize a previously awarded advance acquisition contract (N00019-13-C-0023) for the manufacture and delivery of 12 Lot 11 UH-1Y Build New Aircraft and 12 Lot 11 AH-1Z Build New Aircraft for the U.S. Marine Corps to a fixed-price-incentive for the aircraft and firm-fixed-price for the auxiliary fuel kits. Work will be performed in Fort Worth, Texas (60 percent) and Amarillo, Texas (40 percent), and is expected to be completed in June 2017. Fiscal 2013 and 2014 aircraft procurement, Navy funds in the amount of $337,772,560 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Mission Systems & Training, Moorestown, New Jersey, is being awarded a $92,610,784 modification to previously awarded contract (N00024-11-C-5106) for Aegis Weapon System and Aegis Combat System combat systems engineering, in-country support services, and staging support to fulfill Aegis lifetime support requirements for the Japan Maritime Self Defense Force. This contract modification involves foreign military sales to Japan (100 percent). Work will be performed in Moorestown, New Jersey (95.1 percent), Kumi, South Korea (1.5 percent), Chinhae, South Korea (1.4 percent), Kongsburg, Norway (.86 percent), Tokyo, Japan (.5 percent), Sasebo, Japan (.23 percent), Maizuru, Japan (.14 percent), San Fernando, Spain (.12 percent), and Yokohama, Japan (.1 percent), and is expected to be completed by November 2014. FMS funds in the amount of $47,013,917 will be obligated at the time of award, and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin, Mission Systems and Training, Manassas, Virginia, is being awarded a $20,490,657 modification to previously awarded contract (N00024-13-C-5225) to exercise options for AN/SQQ-89 engineering services, advanced capability build, technical insertion development and integration. The AN/SQQ-89 is an undersea warfare/anti-submarine warfare combat system that provides surface warships with a seamlessly integrated undersea/anti-submarine warfare detection, localization, classification and targeting capability. This contract involves foreign military sales to Japan (63 percent). Work will be performed in Manassas, Virginia, and is expected to be completed by May 2015. Fiscal 2011, 2012, and 2013 shipbuilding and conversion, Navy; fiscal 2014 operations and maintenance, Navy; fiscal 2014 research and development; fiscal 2014 other procurement, Navy and FMS funding in the amount of $20,490,657 will be obligated at the time of the award. Contract funds in the amount of $300,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Raytheon Co., Integrated Defense Systems (IDS), Tewksbury, Massachusetts, is being awarded a $10,271,042 cost-plus-fixed-fee contract modification to previously awarded contract (N00024-05-C-5346) for the execution of Phase II CVN 78 Dual Band Radar, test and evaluation engineering support at the Raytheon IDS Software Development Laboratory and Wallops Island Engineering Test Center Land Based Test Site. Work will be performed in Sudbury, Massachusetts (90 percent), and Moorestown, New Jersey (10 percent), and is expected to be completed by December 2014. Fiscal 2011 shipbuilding and conversion, Navy contract funds in the amount of $10,271,042 will be obligated at time of award and will not expire at the end of this fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

ManTech Systems Engineering Corp., Fairfax, Virginia, is being awarded an $8,852,349 cost-plus-fixed-fee, cost-only contract to provide specific systems operation, sustainment and support services for the Navy Ship Maintenance and Logistics Information Systems (SMLIS) program. This contract provides uninterrupted enterprise support to the SMLIS program, including engineering support in the areas of information technology life cycle planning, operations and sustainment, documentation, program management, application technical refresh, testing, training, and deployment. This contract contains options which, if exercised, would bring the cumulative value of this contract to $39,603,500. Work will be performed in Norfolk, Virginia (55 percent), Mechanicsburg, Pennsylvania (10 percent), Rocket Center, West Virginia (9.1 percent), Kittery, Maine (7.1 percent), Washington, District of Columbia (6 percent), San Diego, California (5 percent), Fairfield, California (2 percent), Mayport, Florida (2 percent), Indian Head, Maryland (1 percent), and other locations less than 1 percent (2.8 percent) and is expected to be completed by May 2015. Fiscal 2014 operations and maintenance, Navy and fiscal 2014 research, development, test and evaluation funding in the amount of $8,852,349 will be obligated at time of award, and funds in the amount of $8,352,349 will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-C-4110).

ARMY

Watterson Construction Co., Anchorage, Alaska, was awarded a $44,334,530 firm-fixed-price contract for the design and construction of the mechanical-electrical building, missile field number one in Fort Greely, Alaska. Estimated completion date is March 1, 2016. Fiscal 2013 research, development, test and evaluation funds in the amount of $53,658; fiscal 2014 reserarch, development, test and evaluation funds in the amount of $1,442,369 and fiscal 2014 military construction funds in the amount of $42,838,502 are being obligated at award. Bids were solicited via the Internet with seven received. U.S. Army Corps of Engineers, Elmendorf, Alaska, is the contracting activity (911KB-14-C-0016).
Conti Federal Services Inc., Edison, New Jersey, was awarded a $26,560,022 firm-fixed-price, contract for a design-build construction contract for buildings, utilities and infrastructure at Shivta Artillery Base, Israel. Fiscal 2014 other appropriations in the amount of $26,560,022 are being obligated at award. Work will be performed in Israel, with an estimated completion date of Sept. 15, 2016. Bids were solicited via the Internet with three received. U.S. Army Corps of Engineers-Europe District, is the contracting activity (W912GB-14-C-0016).
MOCA Systems Inc.*, Newton, Massachusetts, was awarded a $7,000,000 firm-fixed-price, indefinite-delivery contract for architect-engineer services to support the construction management activities for the Mobile District, U.S. Army Corps of Engineers. Funding and performance location will be determined with each order. Estimated completion date is May 15, 2019. Bids were solicited via the Internet with 36 received. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-14-D-0012).

DEFENSE LOGISTICS AGENCY

CORRECTION: The contract announced on Dec. 17, 2013, for Nacco Materials Handling Group Inc., Greenville, North Carolina (SPM8E8-14-D-0002), for $28,725,000 was announced with an incorrect award date. The correct award date is May 16, 2014.

Science Application International Corp., Fairfield, New Jersey, has been awarded a maximum $21,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime vendor bridge contract for maintenance, repair, and operations for Southwest zone two region of the United States. This contract was a sole-source acquisition. Location of performance is New Jersey with a Sep. 18, 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, Pennsylvania (SPM500-04-D-BP08/P00029).

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $19,459,507 firm-fixed-price, definite-quantity contract to provide airframe structural support components. This contract was a sole-source acquisition. This is a five-year base contract with no option periods. Location of performance is Missouri, with a May 31, 2019 performance completion date. Using service is Air Force. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPM4A1-14-G-0007-00YH).

Graybar Electric Company Inc., St. Louis, Missouri, has been awarded a maximum $18,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime vendor bridge contract for maintenance, repair, and operations for Southwest zone one region of the United States. This contract was a sole-source acquisition. Location of performance is Missouri with a Sept. 18, 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, Pennsylvania (SPM500-04-D-BP07/P00031).
Paramount Packaging*, Haddonfield, New Jersey, has been awarded a maximum $18,000,000 modification (P00104) exercising the first option period on a two-year base contract (SPM8EF-12-D-0001) with three one-year option periods. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for the supply of tote boxes used for shipping. Locations of performance are New Jersey and Pennsylvania, with a June 14, 2015 performance completion date. Using service is Defense Logistics Agency supply depots. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Ultra Flightline Systems, Victor, New York, has been awarded a maximum $9,990,280 firm-fixed-price contract for gyroscopes which support helicopter flight controls. This contract was a sole source acquisition. Location of performance is New York, with a March 2016 performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-14-C-0004).

U.S. TRANSPORTATION COMMAND

AAR Airlift Group, Inc., Palm Bay, Florida, is being awarded an $8,529,906 indefinite- delivery/indefinite- quantity, fixed-price with economic-price-adjustment contract for dedicated rotary wing services in the Central Africa Region (Uganda, Central Africa Republic, the Democratic Republic of Congo and South Sudan) with an expected completion date of April 23, 2015. Funds will be obligated on individual task orders and are operations and maintenance, Army funds. This contract was a competitive acquisition, and seven proposals were received. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity (HTC711-14-D-R059).
*Small Business

Search This Blog

Translate

White House.gov Press Office Feed