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

Monday, August 18, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR AUGUST 18, 2014

FROM:  U.S. DEFENSE DEPARTMENT
CONTRACTS

ARMY
Whiting-Turner Contracting Co., Baltimore, Maryland (W91278-14-D-0088); Robins & Morton Group, Birmingham, Alabama (W91278-14-D-0089); Turner Construction Co., New York, New York (W91278-14-D-0090); United Excel Corp., Shawnee Mission, Kansas (W91278-14-D-0091); John J. Kirlin Special Projects, LLC, Rockville, Maryland (W91278-14-D-0092); and DMCA, Inc., Arlington, Texas (W91278-14-D-0093), were awarded a $49,000,000 firm-fixed-price, multiyear, indefinite-delivery/indefinite-quantity multiple award task order contract for healthcare and laboratory facility repair and construction for the U.S. Army Medical Research and Materiel Command. Funding and work location will be determined with each order, with an estimated completion date of Aug. 18, 2017. Bids were solicited via the Internet with 14 received. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, was awarded a $34,666,402 modification (P00054) to contract W15P7T-11-C-H267 for continued operations and sustainment of the Vehicle and Dismount Exploitation Radar currently deployed in theater. Fiscal 2014 operations and maintenance (Army) funds in the amount of $16,296,359 were obligated at the time of the award. Estimated completion date is Dec. 31, 2014. Work will be performed in Linthicum Heights, Maryland; Hagerstown, Maryland; and Afghanistan. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

L-3 Fuzing and Ordinance System, Cincinnati, Ohio, was awarded a $22,250,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with options for Fuze Munition Unit 160 A/B fuses. Funding and work location will be determined with each order, with an estimated completion date of Aug. 13, 2019. Bids were solicited via the Internet with one received. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-14-D-0093).

Security Construction Services, Inc.,* Hudson, Massachusetts (W912TF-14-D-0500); Meridian Construction Corp.,* Gilford, New Hampshire (W912TF-14-D-0501); J.C.N. Construction Co., Inc.,* Manchester, New Hampshire (W912TF-14-D-0502); Ironclad Services, Inc.,* Springfield, Massachusetts (W912TF-14-D-0503); CCB, Inc.,* Westbrook, Maine (W912TF-14-D-0504); CPM Constructors, Freeport, Maine (W912TF-14-D-0505); Maron Construction Co., Inc.,* Providence, Rhode Island (W912TF-14-D-0506); Cornerstone Construction Services, LLC,* Woburn, Massachusetts (W912TF-14-D-0507); Turnstone Corp.,* Milford, New Hampshire (W912TF-14-D-0508); Classic Site Solutions, Inc.,* Springfield, Massachusetts (W912TF-14-D-0509); Ricci Construction Co. Inc.,* Portsmouth, New Hampshire (W912TF-14-D-0510); CMGC Catamount LLC,* Bedford, New Hampshire (W912TF-14-D-0511); Aulson Co. Inc.,* Methuen, Massachusetts (W912TF-14-D-0512); Cutter Enterprises, LLC,* Vernon Rockville, Connecticut (W912TF-4-D-0513); and Benaka Inc.,* New Brunswick, New Jersey (W912TF-14-D-0514), were each awarded a $10,000,000 firm-fixed-price, indefinite- delivery/indefinite-quantity contract for sustainment/repair and maintenance, and military construction projects of various size and value for the National Guard, Pease Air National Guard Base, Concord Military Reservation, and all armories throughout New Hampshire. Funding and work location will be determined with each order, with an estimated completion date of Aug. 12, 2019. Bids were solicited via the Internet with 20 received. National Guard Bureau, Concord, New Hampshire, is the contracting activity.
NAVY
The Boeing Co., Seattle, Washington, is being awarded a $30,385,333 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0112) for the development of a structural repair manual in support of the P-8A Poseidon Multi-mission Maritime Aircraft. Work will be performed in Seattle, Washington, and is expected to be completed in November 2018. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $30,385,333 will be obligated on this 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.

General Dynamics Advanced Information Systems, Fairfax, Virginia, is being awarded a not-to-exceed $19,522,980 firm-fixed-price contract for Surface Electronic Warfare Improvement Program (SEWIP) Block 1B3 FY14 Low-Rate Initial Production (LRIP) units. This contract provides for procurement of 15 SEWIP Block 1B3 LRIP systems and associated data. SEWIP is an evolutionary acquisition program to upgrade the existing AN/SLQ-32(V) Electronic Warfare System through a modular, open-system approach. SEWIP provides enhanced shipboard electronic warfare for early detection, analysis, threat warning, and protection from anti-ship missiles. SEWIP Block 1 focuses on obsolescence mitigation and special signal intercept. Work will be performed in Pittsfield, Massachusetts (50 percent): Fairfax, Virginia (18 percent); Thousand Oaks, California (17 percent); and San Diego, California (15 percent), and is expected to be completed by September 2016. Fiscal 2011 and 2013 shipbuilding and conversion (Navy), and fiscal 2014 other procurement (Navy) funding, in the amount of $8,105,076, will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1) and FAR 6.302-1 - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-C-5341).

General Dynamics Advanced Information System, Minneapolis, Minnesota, is being awarded a $16,286,671 firm-fixed-price contract for the full-rate production of 60 Lot 38 Type 3 Advanced Mission Computers for the E/A-18G aircraft for the U.S. Navy (48) and the government of Australia (12). Work will be performed in Bloomington, Minnesota, and is expected to be completed in August 2016. Fiscal year 2013 and 2014 aircraft procurement (Navy) funds, and foreign military sales funds, in the amount of $16,286,671, will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 USC 2304 (c)(1). This contract combines purchases for the U.S. Navy ($9,772,003; 60 percent), and government of Australia ($6,514,668; 40 percent) under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-14-C-0068).

L-3 Communications Vertex Aerospace LLC, Madison, Mississippi, is being awarded a $13,744,643 modification to a previously awarded indefinite-delivery requirements contract (N00019-13-D-0007) to provide logistics services for aircraft availability of 96 TH-57 aircraft. Services to be provided include pre-flighting and fueling of the aircraft, as well as safe for flight release for designated missions. Work will be performed at the Naval Air Station Whiting Field, Milton, Florida, and is expected to be completed in May 2015. No funds are being obligated at time of award. Funds will be obligated against individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
DEFENSE LOGISITICS AGENCY
Chevron Products Company, a division of Chevron U.S.A. Inc., Louisville, Kentucky, has been awarded a maximum $9,355,150 fixed-price with economic-price-adjustment contract for lubricating engine oil. This contract was a competitive acquisition, and nine offers were received. This is a three-year base contract with a 30-day carry over period. Locations of performance are Kentucky, Oregon, South Carolina, and California, with an April 30, 2017, performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0758).
AIR FORCE
Spectro, Inc., Chelmsford, Massachusetts, has been awarded an estimated $9,024,628 firm-fixed-price, commercial, indefinite-delivery requirements contract for repair of spectrometers in support of U.S. Air Force and Army requirements. The award is a five-year ordering typecontract with no options. Work will be performed at Chelmsford, Massachusetts, and at each Air Force and Army location requiring repair. The contract is estimated to be completed Aug. 17, 2019. This award is the result of a sole-source acquisition. No funds are being obligated at time of award. Air Force Sustainment Center, Robbins Air Force Base, Georgia, is the contracting activity (FA8517-14-D-0021).

*Small business

Friday, August 15, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT DEFENSE DEPARTMENT 
CONTRACTS
ARMY
American Contractor And Technology, Inc.,* Pensacola, Florida (W9127Q-14-D-0001); Can't Be Beat Fence And Construction, LLC,* Bay St Louis, Mississippi (W9127Q-14-D-0002); Core Engineering and Construction, Inc.,* Winter Park, Florida (W9127Q-14-D-0003); Double H Contracting, LLC,* Poplarville, Mississippi (W9127Q-14-D-0004); Drace Construction Corp.,* Ocean Springs, Mississippi (W9127Q-14-D-0005); Fairley Construction Co., Inc.,* Petal, Mississippi (W9127Q-14-D-0006); Flagstar Construction Company, Inc.,* Brandon, Mississippi (W9127Q-14-D-0007); Gottfried Contracting, LLC.,* Covington, Louisiana (W9127Q-14-D-0008); The Green-Simmons Company Inc.,* Pensacola, Florida (W9127Q-14-D-0009); Gulf Pacific Contracting LLC,* Bonifay, Florida (W9127Q-14-D-0010); Hanco Corp.,* Hattiesburg, Mississippi (W9127Q-14-D-0011); Hernandez Consulting LLC,* New Orleans, Louisiana (W9127Q-14-D-0012); Holliday Construction LLC,* Poplarville, Mississippi (W9127Q-14-D-0013); J & J Contractors, Inc,* Collinsville, Mississippi (W9127Q-14-D-0014); J & S Construction Company, Inc.,* Cookeville, Tennessee (W9127Q-14-D-0015); J. O. Collins Contractor, Inc.,* Biloxi, Mississippi (W9127Q-14-D-0016); J. W. Puckett & Company, Inc.,* Gulfport, Mississippi (W9127Q-14-D-0017); Jay-Van Co.,* Hattiesburg, Mississippi (W9127Q-14-D-0018); Johnson-Laux Construction, LLC,* Orlando, Florida (W9127Q-14-D-0019); Larry J. Sumrall Contractors, Inc.,* Laurel, Mississippi (W9127Q-14-D-0020); Laws Construction LLC,* Madison, Mississippi (W9127Q-14-D-0021); LHT Services, Inc.,* Gretna, Louisiana (W9127Q-14-D-0022); Mac's Construction Co. Inc.,* Hattiesburg, Mississippi (W9127Q-14-D-0023); Multi-Con, Inc.,* Jackson, Mississippi (W9127Q-14-D-0024); Northwind Engineering, LLC,* 105 Main St, Shelocta, Pennsylvania (W9127Q-14-D-0025); OAC Action Construction Corp.,* Miami, Florida (W9127Q-14-D-0026); Orocon Construction, LLC,* Biloxi, Mississippi (W9127Q-14-D-0027); RAF Contracting Inc.,* Columbus, Mississippi (W9127Q-14-D-0028); RDT Semper Tek JV,* Florence, Alabama (W9127Q-14-D-0029); ReflecTech, Inc.,* Picayune, Mississippi (W9127Q-14-D-0030); Southeast Cherokee Construction, Inc.,* Montgomery, Alabama (W9127Q-14-D-0031); Stewart Development, LLC.,* Hattiesburg, Mississippi (W9127Q-14-D-0032); Tony Watson Electric, Inc.,* Brandon, Mississippi (W9127Q-14-D-0033); Tradesmen Group, Inc.,* Plain City, Ohio (W9127Q-14-D-0034); Tri-Star Mechanical Contractors, Inc.,* Batesville, Mississippi (W9127Q-14-D-0035); Universal Services, LLC.,* Leakesville, Mississippi (W9127Q-14-D-0036); and W. B. Construction and Sons, Inc.,* Deridder, Louisiana (W9127Q-14-D-0037), were awarded a $555,000,000 firm-fixed-price, multiple award task order contract (37 contracts, $15 million each) for maintenance, repair, construction, and design and building services for the Mississippi National Guard. Funding and work location will be determined with each order, with an estimated completion date of Aug. 14, 2019. Bids were solicited via the Internet with 49 received. National Guard Bureau, Jackson, Mississippi, is the contracting activity.
Raytheon Integrated Defense Systems, Andover, Massachusetts was awarded a $109,078,477 firm-fixed-price level-of-effort foreign military sales (Germany, Greece, Israel, Japan, Saudi Arabia, Korea, Kuwait, Netherlands, Spain, Taiwan, Ukraine) contract with options for engineering services for the Patriot System Tracking Radar. Work will be performed in Andover, Tewksbury, and Burlington, Massachusetts; El Segundo, California; El Paso, Texas; Huntsville, Alabama; Pelham, New Hampshire; and White Sands, New Mexico, with an estimated completion date of Jan. 31, 2015. One bid was solicited and one received. Fiscal 2014 operations and maintenance (Army) funds ($58,886), fiscal 2014 research, development, test, and evaluation funds ($5,287,374), and fiscal 2014 and 2010 other procurement funds ($76,462,599) are being obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-14-C-0093).
Raytheon Co., Andover, Massachusetts, was awarded a $59,486,000 modification (P00014) to foreign military sales (Taiwan) contract W31P4Q-11-C-0317 for advice and assistance in the training, planning, fielding, deployment, operation, maintenance, and sustainment of the Patriot Air Defense System, associated equipment, and logistics support elements. Fiscal 2014 other procurement funds in the amount of $59,486,000 were obligated at the time of
the award. Estimated completion date is Dec. 31, 2017. Work will be performed in Taiwan. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Joseph B. Fay Co., Tarentum, Pennsylvania, was awarded a $58,578,541 firm-fixed-price contract for construction of the Charleroi Locks and Dam river chamber completion, monoliths M-22 to M-27, Monongahela River, Pennsylvania. Work will be performed in Monesson, Pennsylvania, with an estimated completion date of Aug. 31, 2018. Bids were solicited via the Internet with four received. Fiscal 2014 other procurement funds in the amount of $58,578,541 are being obligated at the time of the award. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-14-C-0003).
Global Engineering & Construction, LLC*, Renton, Washington (W91278-14-D-0068); John J. Kirlin Special Projects, LLC, Rockville, Maryland (W91278-14-D-0069); J&J Worldwide Services, Austin, Texas (W91278-14-D-0070); and Pioneer Contracting Co., Ltd*, Wahiawa, Hawaii (W91278-14-D-0071), were awarded a $49,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award task order contract for healthcare facility repair and construction for the Pacific Regional Medical Command with an estimated completion date of Aug. 14, 2019. Bids were solicited via the Internet with 11 received. Funding and work location will be determined with each order. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.
Exelis Systems Corp., Colorado Springs, Colorado, was awarded an $18,170,444 fixed-price-incentive contract, with options, for information management/information technology enterprise services for the U.S. Army Corps of Engineers. Work will be performed in Vicksburg, Mississippi, with an estimated completion date of Aug. 14, 2019. Bids were solicited via the Internet with six received. Fiscal 2014 other procurement funds in the amount of $18,170,444 are being obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi is the contracting activity (W91WMC-14-C-0001).
Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $9,501,000 multiyear contract for maintenance dredging, Delaware River. Work will be performed in Philadelphia, Pennsylvania, with an estimated completion date of Dec. 31, 2014. Bids were solicited via the Internet with two received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $1,000,000 are being obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-14-C-0026).
AIR FORCE
Northrop Grumman Systems Corp., San Diego, California, has been awarded a $240,653,315 primarily firm-fixed-price modification (PZ0001) for FA8620-13-C-3018 for three Block 30M RQ-4B Global Hawk air vehicles, each containing an Enhanced Integrated Sensor Suite and an Airborne Signals Intelligence Payload (ASIP), plus two additional ASIP sensors as retrofit kits. The total cumulative face value of the contract is $354,870,536. The contract modification is for the definitization of the advance purchase agreement. Work will be performed at San Diego, California, and is expected to be completed by June 30, 2017. Fiscal 2012 aircraft procurement funds in the amount of $240,653,315 are being obligated at time of award. Air Force Life Cycle Management Center/WIG (Global Hawk Program Office), Wright-Patterson Air Force Base, Ohio is the contracting activity.
Texas Department of Assistive and Rehabilitative Services, Austin, Texas, has been awarded a $22,964,268 modification to a previously awarded indefinite-delivery/indefinite-requirements contract (FA3047-13-D-0019) to exercise Option Year One for food service to 13 dining facilities, one flight kitchen, and two warehouses. Work will be performed at Joint Base San Antonio Lackland, Texas; the Lackland Training Annex; and Camp Bullis, Texas, and is expected to be completed by Aug. 31, 2015. Fiscal 2014 operations and maintenance funds will be obligated on individual task orders. 502nd Contracting Squadron, Joint Base San Antonio, Lackland Air Force Base, Texas, is the contracting activity.
Harris RF Communication, Rochester, New York, has been awarded a $19,500,000 indefinite-delivery/indefinite-quantity contract for the purchase of approximately 1,500 AN/PRC-152A radios and accessories. Work will be performed at Rochester, New York; the estimated completion date is June2019. This award is the result of a sole-source acquisition. Fiscal 2012 other procurement funds in the amount of $248,900 and fiscal 2013 other procurement funds in the amount of $1,274,640 will be obligated at time of award. Air Force Life Cycle Management Center/WISK, Battlefield Airmen, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8629 -14-D-2407).
Alion Science and Technology Corp., Burr Ridge, Illinois, has been awarded a $14,009,069 cost-plus-fixed-fee delivery order (0075) on the Advanced Materials, Manufacturing, and Testing Information Analysis Center (AMMTIAC) indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee sole-source (FA4600-06-D-0003) for advanced materials, components and systems for Anti-Tamper Systems Engineering, Test and Evaluation. AMMTIAC shall provide technical, engineering and expertise to perform research, development, test and evaluation utilizing emerging materials, components, and systems for technology protection. The work will be performed at Bloomington, Indiana, and is expected to be completed by Dec. 29, 2016. Fiscal 2014 research, development, test and evaluation funds in the amount of $43,600 are being obligated at time of award. Air Force Installation Contracting Agency/KD, Offutt Air Force Base, Nebraska, is the contracting activity.
NAVY
Carothers Construction Inc., Oxford, Mississippi (N69450-14-D-1266); Archer Western Construction, LLC,* Chicago, Illinois (N69450-14-D-1267); Brasfield & Gorrie General Contractors, Birmingham, Alabama (N69450-14-D-1268); Hensel Phelps Construction Co., Orlando, Florida (N69450-14-D-1269); and M.A. Mortenson Construction Co., Minneapolis , Minnesota (N69450-14-D-1270), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award design-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR). The maximum dollar value including the base period and two option years for all five contracts combined is $240,000,000. The work to be performed provides for primarily general building type projects (new construction, renovation, alteration, demolition, and repair work) including industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, and community support facilities for Department of Defense activities. Carothers Construction Inc. is being awarded task order 0001 at $34,399,000 for the design and construction of an aircraft maintenance hangar at Marine Corps Air Station, Beaufort, South Carolina. Work for this task order is expected to be completed by September 2016. All work on this contract will be performed primarily in the NAVFAC Southeast AOR, including but not limited to North Florida and South Georgia. The term of the contract is not to exceed 36 months, with an expected completion date of August 2017. Fiscal 2013 military construction (Navy) and fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $34,419,000 are being 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 36 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $232,794,734 cost-plus-incentive-fee modification to the previously awarded F-35 Lightning II Low Rate Initial Production Lot VI contract (N00019-11-C-0083). This modification provides for non-recurring sustainment activities, to include procurement of 19 training devices and 69 items of complex support equipment. Work will be performed in Orlando, Florida (96 percent); Owego, New York (2 percent); and Fort Worth, Texas (2 percent), and is expected to be completed in June 2017. Fiscal 2012 aircraft procurement (Navy and Air Force) funds and international partner funds in the amount of $232,794,734 will be obligated at time of award, $190,999,120 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
GE Power Conversion USA, Inc., Pittsburgh, Pennsylvania, is being awarded a $58,400,000 firm-fixed-price contract for design/bid/build services for an energy recirculation system at the Naval Warfare Center, Carderock Division, Building 633. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by January 2017. Fiscal 2014 research, development, test and evaluation and fiscal 2014 military construction (Navy) contract funds in the amount of $45,390,580 are being 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 two proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-14-C-5202).
Leo A. Daly Company, Atlanta, Georgia, is being awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for complete architect and engineering services in the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR). The work to be performed provides for preparation of design/build request for proposals and other design services. Task order 0001 is being awarded at $434,120 to develop plans and specifications for the construction of a new Explosive Ordinance Disposal Facility at Naval Air Station Joint Reserve Base, Fort Worth, Texas. Work for this task order is expected to be completed by October 2015. All work on this contract will be performed at various activities in the NAVFAC Southeast AOR. The term of the contract is not to exceed 60 months with an expected completion date of August 2019. Fiscal 2010 military construction (planning and design) contract funds in the amount of $434,120 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 38 proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-14-D-0025).
BAE Systems San Diego Ship Repair, San Diego, California, is being awarded a $13,684,941 modification to a previously awarded cost-plus-award-fee/incentive-fee contract (N00024-11-C-4408) for the USS Howard (DDG 83) fiscal 2014 selected restricted availability (SRA). A SRA includes planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in San Diego, California, and is expected to be completed by February 2015. Fiscal 2014 operations and maintenance (Navy) and working capital fund contract funding in the amount of $13,684,941 will be obligated at the time of award. Contract funds in the amount of $12,793,832 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.
Drace Anderson Joint Venture*, Gulfport, Mississippi, is being awarded $12,536,888 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N6950-13-D-1762) for construction of an aircraft crash/rescue and fire station headquarters at Naval Air Station, Key West. The work to be performed provides for construction of a new facility for combined aircraft crash, rescue and structural fire operations with pile foundation, reinforced concrete floors and concrete panel/block walls. The facility will include administrative areas; single-occupancy rooms for firefighters; male and female restrooms and showers; kitchen, break room and apparatus storage areas. The project will provide all utility connections to the new facility. Following the construction of the new facility, the existing hangar A-132 shall be demolished. Work will be performed in Key West, Florida, and is expected to be completed by January 2016. Fiscal 2014 military construction (Navy) contract funds in the amount of $12,536,888 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.
Tetra Tech, Inc., Arlington, Virginia, is being awarded $11,905,740 for firm-fixed-price task order FZ02 under a previously awarded natural resources multiple award contract (N62470-13-D-8016) for desert tortoises pre-translocation analyses at Marine Corps Air Ground Combat Center, Twentynine Palms. The work to be performed provides for the pre-translocation analyses including clearance-level surveys; health assessments; apply radio transmitters; perform radio telemetry monitoring and activity movement analyses; establish long term monitoring plots; and evaluate the initial density, demography, habitat and disease status of desert tortoises at these plots. The contractor shall also construct barrier fences, repatriation pens, and holding pens for the desert tortoises. The task order also contains three unexercised options, which if exercised, would increase the cumulative task order value to $23,633,220. Work will be performed in Twentynine Palms, California, and is expected to be completed by May 2016. Fiscal 2014 operation and maintenance (Marine Corps) contract funds in the amount of $11,905,740 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.
United Technologies Corp., Pratt & Whitney, Military Engines, East Hartford, Connecticut, is being awarded a $7,822,454 firm-fixed-price modification to a previously awarded cost-plus-incentive-fee contract (N00019-14-C-0026) for the maintenance and installation of nine engineering change proposals for the upgrade retrofits of 11 F-135B engines. Work will be performed in Middletown, Connecticut, and is expected to be completed in July 2015. Fiscal 2013 aircraft procurement (Navy) funds in the amount of $7,822,454 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.
BAE Systems San Diego Ship Repair, San Diego, California, is being awarded a $7,397,159 modification to a previously awarded cost-plus-award-fee contract (N00024-08-C-4405) for the USS Ardent (MCM 12) fiscal 2014 selected restricted availability (SRA). A SRA includes planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in San Diego, California, and is expected to be completed by March 2015. Fiscal 2014 operations and maintenance (Navy) and working capital funding in the amount of $7,397,159 will be obligated at the time of award. Contract funds in the amount of $7,339,333 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.
DEFENSE LOGISTICS AGENCY
US Foods – La Mirada Division, La Mirada, California, has been awarded a maximum $36,666,667 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support. This contract was a competitive acquisition and two offers were received. This is a bridge contract. Location of performance is California, with a Dec. 5, 2014, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3038).
Sysco Hampton Roads, Suffolk, Virginia, has been awarded a maximum $30,500,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support. This contract was a sole-source acquisition. This is a bridge contract. Location of performance is Virginia, with a Dec. 14, 2014, performance completion date. Using services are Navy, Air Force and Coast Guard. 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-3031).
Science Applications International Corporation,* Fairfield, New Jersey, has been awarded a maximum $10,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for prime vendor maintenance, repair and operations support. This contract was a sole-source acquisition. This is a bridge contract. Location of performance is New Jersey, with a Dec. 17, 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-0908).
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
Battelle Memorial Institute, Columbus, Ohio, has been awarded a $6,577,033 modification (P00013), exercising the second option to an eight-month base contract (HR0011-13-C-0023) and a 21-month Phase 2/Option 1. The second option serves as Phase 3 to the Dialysis-Like Therapeutics (DLT) Integration program. This is a cost-plus-fixed-fee contract. Exercise of the option brings the total cumulative face value of the contract to $15,555,013 from $8,977,980. Work will be performed in Columbus, Ohio, with an expected completion date of Jan. 29, 2016 (end date of Phase 3). Fiscal 2014 research, development, test and evaluation funds in the amount of $3,092,251 are being obligated at time of award. The Defense Advanced Research Projects Agency (DARPA), Arlington, Virginia, is the contracting activity.
*Small business

Thursday, August 14, 2014

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

FROM:   U.S. DEFENSE DEPARTMENT 
CONTRACTS
NAVY
The Boeing Co., Seattle, Washington, is being awarded a $295,643,284 advance acquisition contract for the procurement of long-lead items for the manufacture and delivery of 12 Lot II Full Rate Production P-8A aircraft for the U.S. Navy (8) and the government of Australia (4). Work will be performed in Seattle, Washington (82.6 percent); Baltimore, Maryland (6.2 percent); Greenlawn, New York (4.2 percent); the United Kingdom (3.5 percent); and North Amityville, New York (3.5 percent), and is expected to be completed in April 2018. Fiscal 2014 advanced procurement aircraft procurement (Navy) funds in the amount of $152,043,495 and foreign military sales funds in the amount of $55,800,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchase for the U.S. Navy ($152,043,495; 51 percent) and the government of Australia ($143,599,789; 49 percent) under a cooperative agreement. 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-0067).
Bell/Boeing Joint Program Office, California, Maryland, is being awarded $15,170,182 for modification 0006 under previously awarded cost-plus-incentive fee, indefinite-delivery requirements contract (N00019-09-D-0008) for repair of various parts on the V-22 aircraft. Work will be performed in Fort Worth, Texas (80 percent), and Ridley Park, Pennsylvania (20 percent). Work is expected to be completed by Dec. 31, 2017. Fiscal 2014 Navy working capital funds in the amount of $15,170,182 will be obligated at the time of award and 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). Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.
AIR FORCE
ATAP Inc.,* Eastaboga, Alabama (FA8517-14-D-0009); Advanced Technology Systems Company,* McLean, Virginia (FA8517-14-D-0010); Boneal Inc.,* Means, Kentucky (FA8517-14-D-0011); Charleston Logistics LLC.,* Charleston, South Carolina (FA8517-14-D-0012); and Tec-Masters Inc.,* Huntsville, Alabama (FA8517-14-D-0013), are being awarded $231,000,000 maximum firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contract under the Third Party Logistics (3PL) Follow-on Service Acquisition. The purpose of the multiple awarded 3PL IDIQ contract is to provide services necessary to source, acquire and ensure delivery of a broad range of support equipment items, on demand, to the warfighter. The preponderance of the work is services necessary to manage and leverage the supply chain for the scope of this contract which encompasses approximately 3,000 national stock numbers. This award is the result of a 100 percent small business set-aside acquisition. A total of five offers were received. The contract has a basic ordering period of three years from date of award with two, two-year performance incentive options for a total period of performance of seven years. Work will be performed predominantly at the contractors' locations mentioned above and is expected to be completed by Aug. 15, 2021. Fiscal 2014 operation and maintenance funds in the amount of $868,696, Consolidated Sustainment Activity Group working capital funds in the amount of $56,192 and foreign military sales funds in the amount of $742,183 are being obligated at time of award. Twenty-five percent of this contract will support foreign military sales; the first orders are for Saudi Arabia, Iraq, Indonesia and Thailand. This is not a multiyear contract. The Air Force Sustainment Center Contracting Directorate/PZAAC, Robins Air Force Base, Georgia, is the contracting activity.
Cherokee Nation Red Wing LLC.,* Tulsa, Oklahoma (FA8517-14-D-0014); International Logistics Group LLC.,* Warner Robins, Georgia (FA8517-14-D-0015); and Precision Air Inc.,* Manning, South Carolina (FA8517-14-D-0016) are being awarded a $57,000,000 maximum firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contract under the Third Party Logistics (3PL) Follow-on Service Acquisition. The purpose of the multiple awarded 3PL IDIQ contract is to provide services necessary to source, acquire and ensure delivery of a broad range of support equipment items, on demand, to the warfighter. The preponderance of the work is services necessary to manage and leverage the supply chain for the scope of this contract which encompasses approximately 3,000 national stock numbers (NSNs). This award is the result of an 8(a) competitive acquisition and a total of four offers were received. The contract has a basic ordering period of three years from date of award with two, two-year performance incentive options for a total period of performance of seven years. Work will be performed predominantly at the contractors' locations mentioned above and is expected to be completed by Aug. 15, 2021. This is not a multiyear contract. Fiscal 2014 operation and maintenance funds in the amount of $556,915 and foreign military sales funds in the amount of $22,959 are being obligated at time of award. Twenty-five percent of this contract will support foreign military sales; the first orders are for Korea and Chile. The Air Force Sustainment Center Contracting Directorate/PZAAC, Robins Air Force Base, Georgia, is the contracting activity.
UES Inc., Dayton, Ohio, has been awarded a $9,000,000 indefinite-delivery/indefinite-quantity contract for Mechanical Systems Performance Evaluation III. Contractor will conduct basic, applied, and advanced research and development relating to critical turbine engine mechanical system technology targeted for high performance, highly efficient and adaptive turbine engines being developed under the Versatile Affordable Advanced Turbine Engine and the Adaptive Engine Technology Development programs. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Aug. 13, 2022. This award is the result of a competitive acquisition and one offer was received. Fiscal 2014 Air Force research, development, test and evaluation funds in the amount of $301,081 for Task Order 0001 are being obligated at time of award. Multiyear is not applicable. Air Force Research Laboratories Wright Research Site Aerospace Systems Contracting Branch for Turbine Engines (AFRL/RQKPB), Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-2348 and Task Order 0001).
Ace Technology Partners LLC, Elk Grove Village, Illinois, has been awarded a $7,047,715 firm-fixed-price contract for Fidelis eXtrusion Prevention System (XPS) standard maintenance and software. Work will be performed at Elk Grove Village, Illinois, and is expected to be completed by Sept. 29, 2017. This award is the result of a competitive acquisition; 26 offers were solicited and five offers were received. Fiscal 2014 operations and maintenance funds in the amount of $7,047,715 are being obligated at time of award. Air Force Life Cycle Management Center/HNCK, Cryptologic and Cyber Systems Division, Lackland Air Force Base, Texas, is the contracting activity (FA8732-13-D-0014 RV01).
Boeing Aerospace Operations Inc., Oklahoma City, Oklahoma, has been awarded a $6,666,319 modification (P00148) to a firm-fixed-price, time and material, cost-plus-fixed-fee, cost-plus-incentive-fee, and cost-reimbursable contract (FA8106-07-C-0001) for a VC-25 Nitrogen Generation System Study to comply with FAA Final Rule FAA-2005-22997. The total cumulative face value of the contract, including the referenced modification is $316,942,806. The contract modification is for engineering services to provide recommended options, risk items and other special conditions associated with the installation of a Nitrogen Generation System in the VC-25A aircraft. Work will be performed at Oklahoma City, Oklahoma, and Long Beach, California, and is expected to be completed by May 11, 2015. Fiscal 2014 operations and maintenance funds in the amount of $6,666,319 are being obligated at time of award. Air Force Life Cycle Management Center/WLKLA, Tinker Air Force Base, Oklahoma, is the contracting activity.
ARMY
General Dynamics - OTS Inc., Garland, Texas was awarded a $38,526,856 modification (P0002) to foreign military sales contract (Canada, UAE) W52P1J-13-D-0050 to acquire Mark (MK) 80 General Purpose Bomb Body series: MK82-1= 1,662 each; MK82-6= 12,187 each; MK84-4= 736 each; MK84-10= 3,544 each. Fiscal 2012, 2013, and 2014 other procurement funds in the amount of $38,507,104 were obligated at the time of the award. Estimated completion date is July 31, 2016. Work will be performed in Garland, Texas. Army Contracting Command, Rock Island Arsenal, Illinois is the contracting activity.
Spectra Technologies LLC,* Camden, Arizona was awarded a $29,734,914 firm-fixed price contract to procure M303 blasting demolition kits. Funding and work location will be determined with each order with an estimated completion date of Aug. 13, 2019. Bids were solicited via the internet with two received. Army Contracting Command, Picatinny Arsenal, New Jersey is the contracting activity (W15QKN-14-D-0017).
Voith Hydro Inc., York, Pennsylvania was awarded a $21,920,646 firm-fixed-price contract with options for major rehabilitation of turbine units 1 and 2 at Denison Dam Power Plant, Denison, Texas and to design, manufacture, shop test and install two Francis turbine runner assemblies, including spare parts, tools and lifting devices. Work will be performed in Denison, Texas with an estimated completion date of Nov. 11, 2017. Bids were solicited via the Internet with five received. Fiscal 2014 other procurement funds in the amount of $21,920,646 are being obligated at the time of the award. Army Corps of Engineers, Tulsa, Oklahoma is the contracting activity (W912BV-14-C-0022).
TCC-NLC JV,* Fife, Washington (W911KB-14-D-0025); Ancor Inc.,* Anchorage, Alaska (W911KB-14-D-0026); and Orion Construction Inc.,* Wasilla, Alaska (W911KB-14-D-0027) were awarded a $15,000,000 firm-fixed-price indefinite delivery indefinite quantity contract with options for facility repair and renewal at various military installations in Alaska. Funding and exact work location will be determined with each order with an estimated completion date of Aug. 14, 2017. Bids were solicited via the Internet with seven received. Army Corps of Engineers, Elmendorf AFB, Alaska is the contracting activity.
BMI Defense Systems Inc.*, Bryan, Texas was awarded a $12,219,736 modification (P0002) to contract W56HZV-13-D-0109 to acquire 5,064 Gunners Accessory Package (GAP) 2.0 kits supporting the cross platform Mine Resistant Ambush Protected (MRAP) program. Fiscal 2014 other procurement funds in the amount of $12,219,736 were obligated at the time of the award. Estimated completion date is Mar. 30, 2016. Work will be performed Bryan, Texas. Army Contracting Command, Warren, Michigan is the contracting activity.
Alutiiq Manufacturing Contracts LLC,* Fife, Washington was awarded an $11,478,761firm-fixed-price contract with options to repair the main apron access and alert pavements. Work will be performed at Buckley AFB, Colorado with an estimated completion date of Oct. 20, 2015. Bids were solicited via the Internet with three received. Fiscal 2014 other procurement funds in the amount of $11,478,761 are being obligated at the time of the award. National Guard Bureau, Selfridge ANGB, Michigan is the contracting activity (W90FYQ-14-C-0001).
Life Technology Corp., Carlsbad, California was awarded a $9,100,000 modification (P00002) to contract W81XWH-12-D-0038 to acquire reagents and consumable supplies for the DNA Identification Laboratory at the Armed Forces Medical Examiners System, Dover AFB, Delaware. Funding and work location will be determined with each order. Estimated completion date is Aug. 14, 2015. Army Medical Research Acquisition Activity Frederick, Maryland is the contracting activity.
*Small business
 

Monday, August 11, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR AUGUST 11, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
DEFENSE LOGISTICS AGENCY
Valero Marketing and Supply Company, San Antonio, Texas, has been awarded a maximum $491,703,924 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel and naval fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are Texas and California, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0507). (Note: This contract was awarded Aug. 8, 2014.)
ExxonMobile Fuels Lubricants & Specialties Marketing Co., Fairfax, Virginia, has been awarded a maximum $373,923,333 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel and naval fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are Virginia and California, with an Oct. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0489). (Note: This contract was awarded Aug. 8, 2014.)
Equilon Enterprises, doing business as Shell Oil Products US, Houston, Texas, has been awarded a maximum $349,749,657 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are Texas and California, with an Oct. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0490). (Note: This contract was awarded Aug. 8, 2014.)
Petro Star Inc.,* Anchorage, Alaska, has been awarded a maximum $168,337,222 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are Alaska and California, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0501). (Note: This contract was awarded Aug. 8, 2014.)
Hawaii Independent Energy,* Kapolei, Hawaii, has been awarded a maximum $163,945,596 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Location of performance is Hawaii, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0493). (Note: This contract was awarded Aug. 8, 2014.)
Western Refining Company, L.P., El Paso, Texas, has been awarded a maximum $141,583,656 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Location of performance is Texas, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0499). (Note: This contract was awarded Aug. 8, 2014.)
Chevron USA Inc., San Ramon, California, has been awarded a maximum $104,455,466 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are California and Utah, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0506). (Note: This contract was awarded Aug. 8, 2014.)
BP West Coast Products, Blaine, Washington, has been awarded a maximum $59,079,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Location of performance is Washington, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0508). (Note: This contract was awarded Aug. 8, 2014.)
Phillips 66 Company, Bartlesville, Oklahoma, has been awarded a maximum $33,490,878 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are Oklahoma, Texas, and New Mexico, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0492). (Note: This contract was awarded Aug. 8, 2014.)
Epic Aviation LLC,* Salem, Oregon, has been awarded a maximum $12,002,258 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are Oregon and California, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0502). (Note: This contract was awarded Aug. 8, 2014.)
Calumet Montana Refining LLC, Great Falls, Montana, has been awarded a maximum $9,474,317 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Location of performance is Montana, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0497). (Note: This contract was awarded Aug. 8, 2014.)
NAVY
General Electric Co., Lynn, Massachusetts, is being awarded a $311,491,670 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0045) for the procurement of 75 Lot 14 F/A-18E/F F414-GE-400 engines and associated devices for U.S. Navy (48 install) and for the government of Australia (24 install and three spare engines). In addition, this modification provides for the procurement of after burner modules, fan modules, high pressure combustor modules, combustor modules, and high and low pressure turbine modules for the U.S. Navy and the government of Australia. Work will be performed in Lynn, Massachusetts (59 percent); Hooksett, New Hampshire (18 percent); Rutland, Vermont (12 percent); and Madisonville, Kentucky (11 percent), and is expected to be completed in September 2016. Fiscal 2013 and fiscal 2014 aircraft procurement (Navy) and foreign military sales funds in the amount of $311,491,642 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the U.S. Navy ($194,856,028; 63 percent) and the government of Australia ($116,635,642; 37 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 a $69,783,348 cost-plus-fixed-fee contract to procure range engineering, and operations and maintenance services in support of the Naval Air Warfare Center Aircraft Division’s Atlantic Test Range and Atlantic Targets and Marine Operations Division. These support services include system operations, laboratory and field testing, marine operations and target support services, engineering, range sustainability, maintenance, data reduction and analysis. Work will be performed in Patuxent River, Maryland, and is expected to be completed in August 2015. Fiscal 2014 Navy working capital funds in the amount of $5,417,240 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals, and two offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-14-C-0038).
G4S Parsons Pacific LLC, Palm Beach Gardens, Florida, is being awarded a $63,561,125 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62742-12-D-3601) to exercise 12 months of the second option period for base operations support services at U.S. Navy Support Facility, Diego Garcia. The work to be performed provides for general management and administration services; command and staff; public safety; air operations; port operations; supply; morale, welfare and recreation support; galley; bachelor quarters; facilities support; utilities; base support vehicles and equipment; and environmental to provide integrated Base Operating Services. The total contract amount after award of this modification will be $175,643,963. Work will be performed in Diego Garcia, British Indian Ocean Territory, and work for this option period is expected to be competed August 2015. Fiscal 2014 operation and maintenance (Navy and Air Force), fiscal 2014 non-appropriated funds and fiscal 2015 (subject to availability) funds in the amount of $45,903,435 are obligated on this award; $23,508,201 will expire at the end of the current fiscal year; $22,395,234 is subject to the availability of funds for the next fiscal year. The Naval Facilities Engineering Command Pacific, Pearl Harbor, Hawaii, is the contracting activity.
Lockheed Martin Mission Systems and Training, Manassas, Virginia, is being awarded a not-to-exceed $59,728,305 modification to a previously awarded contract (N00024-13-C-5225) for the Navy’s fiscal 2014 AN/SQQ-89A(V)15 Surface Ship Undersea Warfare (USW) System and shore site development systems. The AN/SQQ-89A(V)15 is a USW combat system with the capabilities to search, detect, classify, localize and track undersea contacts, and to engage and evade submarines, mine-like small objects and torpedo threats. The contract is for development and production of the Technical Insertion 14 baseline of the AN/SQQ-89A(V)15 USW systems. This contract combines purchases for the U.S. Navy and the government of Japan (25.4 percent) under the Foreign Military Sales Program. Work will be performed in Lemont Furnace, Pennsylvania (56 percent); Syracuse, New York (23 percent); Clearwater, Florida (14 percent); and Owego, New York (7 percent), and is expected to be completed by August 2016. Fiscal 2014 other procurement (Navy);foreign military sales; fiscal 2013, 2014 shipbuilding and conversion (Navy); and fiscal 2014 research and development contract funds in the amount of $29,864,153 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.
G4S Government Solutions Inc., Palm Beach Gardens, Florida, is being awarded a $24,435,969 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operating services at Naval Base Guantanamo Bay. Base operating support services will include family housing, facility management, facility investment, other (swimming pools), custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, base support vehicles and equipment, electrical, wastewater, water, and limited facilities support functions. The maximum dollar value, including the base period and four option years, is $117,844,933. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by November 2015. No funds will be obligated at time of award and no funds will expire at the end of the current fiscal year. Funds will be obligated on individual task orders as they are issued. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-14-D-7999).
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $46,197,710 cost-plus-fixed-fee, fixed-price-incentive firm modification to a previously awarded advance acquisition contract (N00019-13-C-0008) for production non-recurring technical assistance in support of F-35 Lightning II Joint Strike Fighter aircraft for the U.S. Marine Corps, U.S. Air Force, U.S. Navy, and international partners. Work will be performed in El Segundo, California (38 percent); Fort Worth, Texas (24 percent); Samlesbury, United Kingdom (16.5 percent); San Diego, California (14 percent); Orlando, Florida (3.4 percent); Nashua, New Hampshire (2.3 percent); Palmdale, California (1.2 percent); Marietta, Georgia (0.3 percent); Amityville, New York (0.2 percent); Laval, Canada (0.1 percent), and is expected to be completed in May 2017. Fiscal 2012 aircraft procurement (Air Force); fiscal 2013 aircraft procurement (Navy and Marine Corps); and international partner funds in the amount of $46,197,710 are being obligated at time of award, $18,185,731 of which will expire at the end of the current fiscal year. This modification combines purchases for the U.S. Air Force ($18,185,731; 39.3 percent); U.S. Navy ($9,092,864; 19.7 percent); U.S. Marine Corps ($9,092,864; 19.7 percent), and international partners ($9,826,251; 21.3 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting authority.
ARMY
Bristol General Contractors LLC,* Anchorage, Alaska (W912PP-14-D-0021); Grancor Enterprises Inc., Albuquerque, New Mexico (W912PP-14-D-0022); JWC CMS JV, Alamogordo, New Mexico (W912PP-14-D-0023); Rocky Mountain Excavating Inc., Albuquerque, New Mexico (W912PP-14-D-00240); and Sheffield Korte Joint Venture, Lawton, Oklahoma (W912PP-14-D-0025), were awarded a $49,000,000 firm-fixed-price, indefinite- delivery/indefinite-quantity multiple award task order contract to design/build and design-bid-build vertical construction for the Albuquerque District, U.S. Army Corps of Engineers. Funding and work location will be determined with each order with an estimated completion date of Aug. 8, 2016. Bids were solicited via the Internet with 28 received. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity. 
AIR FORCE
Northrop Grumman Technical Services Inc., Hill Air Force Base, Utah, has been awarded a $12,597,184 cost-plus-incentive-fee modification (P04014) to F42610-98-C-0001 for the ICBM Operational Software Sustainment Program (IOSSP). The total cumulative face value of the contract is $9,892,257,714. The contract modification provides for the exercise of option CLIN 7885 for the sustainment of the IOSSP of the ICBM weapon system under the ICBM partial bridge contract. Work will be performed at Hill Air Force Base, Utah, and work is expected to be completed by Sept. 30, 2015. Fiscal 2014 operations and maintenance funds in the amount of $12,030,311 are being obligated at time of award. Air Force Nuclear Weapons Center/PZBE, Hill Air Force Base, Utah, is the contracting activity.
*Small business

Friday, August 8, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR AUGUST 8, 2014

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

MISSILE DEFENSE AGENCY

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, has been awarded a $193,610,317 modification (P00150) to previously awarded contract number HQ0276-10-C-0001 for procurement of necessary material, equipment, and supplies to conduct the technical engineering to define, develop, integrate and test Aegis Ballistic Missile Defense 4.1 and 5.0 Capability Upgrade baselines through their respective certifications. This modification brings the total cumulative face value of the contract to $2,002,542,722 from $1,808,932,405. Work will be performed at Moorestown, New Jersey, with an expected completion date of May 31, 2016. fiscal 2014 research, development, test and evaluation funds in the amount of $19,500,000 are being obligated at time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

AIR FORCE

J.K. Hill & Associates Inc.,* Virginia Beach, Virginia (FA8224-14-D-5001); Sunrise Beach Corp.,* doing business as: M2 Services, McKinney, Texas (FA8224-14-D-5002); Affordable Engineering Services LLC,* Coronado, California (FA8224-14-D-5003); Aerospace Engineering & Support Inc.,* Ogden, Utah (FA8224-14-D-5004); M1 Support Services LP,* Denton, Texas (FA8224-14-D-5005); Precision Turbines Inc.,* Boca Raton, Florida (FA8224-14-D-5006); and Zenetex LLC,* Herndon, Virginia (FA8224-14-D-5007), have each been awarded a $96,500,000 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract for depot on-site contractor augmentee teams (DOCAT). DOCATs are needed to augment government personnel who perform maintenance and related tasks, including modification, maintenance, inspection, corrosion control, overhaul, and repair of various weapon systems to include, but not limited to F-16, A-10, F-22, C-130, F-35, F-4, related components, missiles, ground support equipment and vehicles. Work will be performed at the Ogden Air Logistics Complex, Utah, and satellite operating locations to include Aerospace Maintenance and Regeneration Group, Arizona; Aircraft Maintenance Group, Randolph Air Force Base, Texas; Missile Maintenance Group, F.E. Warren Air Force Base, Wyoming; Malmstrom Air Force Base, Montana; and Minot Air Force Base, North Dakota. The work is expected to be completed by Aug. 8, 2019. This award is the result of a 100 percent small business set-aside competitive acquisition. An unlimited number of small business offers were solicited and eight offers were received. Depot Maintenance Activity Group, no-year, non-expiring funds in the amount of $2,500 are being obligated for each contractor at time of award. Air Force Sustainment Center/OL:H/PZIEB, Hill Air Force Base, Utah, is the contracting activity.

Jacobs Technology Inc., Bedford, Massachusetts, has been awarded a $21,143,345 cost-plus-fixed-fee and cost-reimbursable contract modification (P00009) for FA8721-14-C-0018 to provide engineering and technology acquisition support services which consist of disciplined systems/specialty engineering and technical/information assurance services, support, and products using established government, contractor, and industry processes. Work will be performed at Hanscom Air Force Base, Massachusetts; Washington, District of Columbia; Tinker Air Force Base, Oklahoma; Langley Air Force Base, Virginia; Wright-Patterson Air Force Base, Ohio; Robins Air Force Base, Georgia; Peterson Air Force Base, Colorado; and Offutt Air Force Base, Nebraska, and is expected to be completed by April 30, 2015. This award is the result of a sole source acquisition. Fiscal 2013 and fiscal 2014 procurement, aircraft procurement, research and development, and operations and maintenance funds (including both Air Force and Department of Defense) in the amount of $2,464,559 are being obligated at time of award. Air Force Life Cycle Management Center/PZM, Hanscom Air Force Base, Massachusetts, is the contracting activity.

ARMY

AGEISS Inc.,* Evergreen, Colorado (W9128F14-D-0018); Cti-Urs Environmental Services LLC,* Wixom, Michigan (W9128F14-D-0019); Stell Environmental Enterprises Inc.,* Elverson, Pennsylvania (W9128F14-D-0020); Trieco Environmental JV,* Louisville, Kentucky (W9128F14-D-0021); Trinity Analysis and Development Corp.,* Shalimar, Florida (W9128F-14-D-0022); and PB&A/ECATS/Dial Cordy Joint Venture LLC,* Austin, Texas (W9128F-14-D-0029), were awarded a $60,000,000 firm-fixed-price contract for environmental consulting services. These contracts include providing assistance to the government on environmental issues, such as the control of environmental contamination from pollutants, toxic substances and hazardous materials; identifying problems (e.g., inspect buildings for hazardous materials); measuring and evaluating risks; and recommending solutions. Funding and work location will be determined with each order with an estimated completion date of Aug. 7, 2019. Bids were solicited via the Internet with 22 received. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

Kongsberg Defence & Aerospace, Kongsberg, Norway, was awarded a $13,202,364 modification (P00069) to contract W15QKN-12-C-0103 for post-production conversion of Common Remotely Operated Weapons Systems M153A1 to Common Remotely Operated Weapons Systems M153. Other procurement funds for fiscal 2012 ($1,363,962), fiscal 2013 ($6,391,164) and fiscal 2014 ($5,447,238) were obligated at the time of the award. Estimated completion date is Aug. 16, 2017. Work will be performed at Johnstown, Pennsylvania. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

NAVY

CACI Inc., Chantilly, Virginia, is being awarded a $7,399,219 indefinite-delivery/indefinite-quantity multiple award contract with firm-fixed-price task orders for worldwide logistics service. Work will include support requirements for fleet logistics operations; enterprise-wide facilities and Global Shore Infrastructure Plan management; acquisition logistics; sustainment logistics; logistics systems and data management; Combat Logistics Force load management; ordnance management; and supply chain management. This contract includes four one-year options which, if exercised, would bring the cumulative value of this contract to $36,996,096. Work will be performed worldwide, and is expected to be completed by August 2015. If all options are exercised, work will continue through August 2019. Working capital contract funds in the amount of $7,500 will be obligated to cover the minimum guarantee of the contract, and will not expire at the end of the fiscal year. Contract funds will be obligated as future task orders are awarded. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with two offers received. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-14-D-6506).

Professional Analysis Inc., Washington, District of Columbia, is being awarded a $6,740,525 indefinite-delivery/indefinite-quantity multiple award contract with firm-fixed-price task orders for worldwide logistics service. Work will include support requirements for fleet logistics operations; enterprise-wide facilities and Global Shore Infrastructure Plan management; acquisition logistics; sustainment logistics; logistics systems and data management; Combat Logistics Force load management; ordnance management; and supply chain management. This contract includes four one-year options which, if exercised, would bring the cumulative value of this contract to $33,702,624. Work will be performed worldwide, and is expected to be completed by August 2015. If all options are exercised, work will continue through August 2019. Working capital contract funds in the amount of $7,500 will be obligated to cover the minimum guarantee of the contract, and will not expire at the end of the fiscal year. Contract funds will be obligated as future task orders are awarded. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with two offers received. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-14-D-6505).

DEFENSE LOGISTICS AGENCY

BioUrja Trading LLC,* Houston, Texas, has been awarded a maximum $72,705,120 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with eight offers received. This is a one-year base contract with a 30-day carryover and no option periods. Location of performance is Texas with an Oct. 30, 2015, performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0500).

DNO Inc.,* Columbus, Ohio, has been awarded a maximum $18,974,716 modification (P00203) exercising the second option period on an 18-month base contract (SPM300-11-D-S101) with two 18-month option periods. This is a fixed-price with economic-price-adjustment, indefinite-quantity contract to provide fresh fruit and vegetable support. Location of performance is Ohio with a Feb. 9, 2016, performance completion date. Using service is Department of Agriculture school customers. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

US Foods Inc., Salem Division, Salem, Missouri, has been awarded a maximum $16,450,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for prime vendor full-line food distribution. This contract was a sole-source acquisition. This is a bridge contract and will be in effect from Aug. 10, 2014, through Nov. 29, 2014. Locations of performance are Missouri and Kansas with a Nov. 29, 2014, performance completion date. Using services are Army, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3032).

US Foods Inc., North Dakota, Grand Forks, North Dakota, has been awarded a maximum $9,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for prime vendor full-line food distribution. This contract was a competitive acquisition with two offers received. This is a two-year base contract with one one-year option and one two-year option periods. Location of performance is North Dakota with an Aug. 3, 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 Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3027).
*Small business

Thursday, August 7, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
MISSILE DEFENSE AGENCY
Lockheed Martin Corporation Missiles and Fire Control, Dallas, Texas, was awarded a $124,600,000 fixed-price contract for the manufacturing and delivery of U. S. government Terminal High Altitude Area Defense (THAAD) ground components. This contract provides for the delivery of U.S. government THAAD launchers, peculiar support equipment, THAAD fire control and communication spares, and launcher spares. Work will be performed at Dallas, Texas; Lufkin, Texas; Huntsville, Alabama; Sunnyvale, California; and Camden, Arkansas, with an expected completion date of Aug. 7, 2017. Fiscal 2014 procurement funds in the amount of $124,600,000 are being obligated at time of award. This contract was a sole-source acquisition and one offer was received. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-14-C-0011).
NAVY
Concurrent Technologies Corp., Johnstown, Pennsylvania (N00189-14-D-Z035); Consolidated Safety Service Inc., Fairfax, Virginia (N00189-14-D-Z036); and URS Group Inc., Washington, District of Columbia (N00189-14-D-Z037), are each being awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide industrial hygiene support services for the Bureau of Medicine and Surgery (BUMED). The maximum contract value for all three contracts combined is $78,554,443. These services will focus on industrial hygiene testing and monitoring services for the Navy and Marine Corps commands/activities in direct support of BUMED’s comprehensive Industrial Hygiene Program. The services include conducting periodic surveys, workplace monitoring and ventilation surveys, exposure monitoring surveys, conducting exposure claim investigations and occupational illness investigations conduct workplace assessments, and reviewing hazardous materials. These three contractors will compete for task orders under the terms and conditions of the awarded contracts. Work will be performed at shore-based Navy and Marine Corps locations throughout the United States (85 percent) and various contractor facilities (15 percent); work is expected to be completed by Sept 14, 2017. Fiscal 2014 Navy Defense Health Program operations and maintenance funds in the amount of $250,000 will be obligated at the time of award, and funds will expire at the end of the current fiscal year. This requirement was competitively procured via the Federal Business Opportunities website, with nine offers received in response to this solicitation. The NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity.
General Dynamics Advanced Information Systems Inc., Fairfax, Virginia, was awarded a $34,185,625 cost-plus-incentive-fee modification to a previously awarded contract (N00024-09-C-6250) to migrate the AN/BYG-1 Tactical Control System from a Technology Insertion (TI-12) baseline to a TI-14, integrate Advanced Processing Build (APB-13 and APB-15) and deliver this capability to multiple submarine platforms. This contract combines purchases for the U.S. Navy (91.22 percent) and Royal Australian Navy (8.78 percent). Work will be performed in Fairfax, Virginia, and is expected to be completed by July 2015. Fiscal 2013 and 2014 research, development, test and evaluation; fiscal 2014 other procurement (Navy); fiscal 2009, 2011 and 2012 shipbuilding and conversion (Navy); and Royal Australian Navy funding (non-Foreign Military Sales) contract funds in the amount of $7,582,405 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. (Note: This contract was awarded Aug. 5, 2014.)
ARMY
Swinerton Builders, Arvada, Colorado was awarded a $57,611,751 firm-fixed-price contract with options for construction of the 4th Infantry Division, Combat Aviation Brigade, General Support Aviation Battalion maintenance hangar. Work will be performed at Fort Carson, Colorado, with an estimated completion date of Aug. 10, 2016. Bids were solicited via the Internet with 14 received. Fiscal 2014 military construction funds in the amount of $57,611,751 are being obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9123F-14-C-0031).
Swinerton Builders, Arvada, Colorado was awarded a $53,699,643 firm-fixed-price contract with options to design-bid-build a distributed common ground support operations facility. Work will be performed at Beale Air Force Base, California, with an estimated completion date of Oct. 26, 2016. Bids were solicited via the Internet with six received. Fiscal 2014 military construction funds in the amount of $53,699,643 are being obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-14-C-0046).
Clover Leaf Solutions, Inc.,* Albuquerque, New Mexico (W9126G-14-D-0052); Gulf South Research Corp.,* Baton Rouge, Louisiana (W9126G-14-D-0053); JESCO Environmental & Geotechnical Services, Inc.,* Jennings, Louisiana (W9126G-14-D-0054); and Quaternary Resource Investigations, L.L.C.,* Baton Rouge, Louisiana (W9126G-14-D-0055), were awarded a $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award task order contract for environmental consulting services for projects within the Southwest Division or projects assigned to the Southwest Division. Funding and work location will be determined with each order with an estimated completion date of Aug. 6, 2019. Bids were solicited via the Internet with 26 received. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity.
L-3 Communications Corporation, SFS, Madison, Mississippi, was awarded a $15,832,848 modification (P00124) to contract W58RGZ-10-C-0107 to add eight C-12s to the life cycle contractor support maintenance contract for the Army's fleet of C-12/RC-12/UC-35 aircraft. Fiscal 2014 operations and maintenance (Army) funds in the amount of $15,832,848 were obligated at the time of the award. Estimated completion date is Jan. 31, 2015. Work will be performed in Madison, Mississippi. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Odyssey International Inc.,* Lancaster, Pennsylvania, was awarded a $15,000,000 modification (P00003) to contract W911N2-12-D-0040 for construction, renovation, maintenance and repair at Letterkenny Army Depot, Chambersburg, Pennsylvania. Funding will be determined with each order. Estimated completion date is Aug. 26, 2015. Army Contracting Command - Letterkenny Army Depot, Chambersburg, Pennsylvania is the contracting activity.
Vali Cooper International, LLC, Covington, Louisiana, was awarded a $7,000,000 firm-fixed-price, indefinite-delivery contract for architectural and engineering services for construction management in the Mobile District and South Atlantic Division, U.S. Army Corps of Engineers, with an estimated completion date of Aug. 6, 2019. Funding and exact work location will be determined with each order. Bids were solicited via the Internet with 98 received. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-14-D-0074).
AIR FORCE
Innovative Scientific Solutions, Inc., Dayton, Ohio, has been awarded a $45,005,000 indefinite-delivery/indefinite-quantity contract for fundamental and applied combustion and component research. Contractor will establish and conduct basic, applied, and advanced combustion experiments using both independent and collaborative approaches to push the state-of-the-art in combustion sciences. The goal is to design, fabricate, assemble, instrument and develop apparatus to perform research experiments in the areas of basic flame chemistry, emissions formation, heat transfer-fluid mechanics-combustion interaction, and related fields, as well as develop and test new combustion technologies and components that are of interest to the Air Force. Collaboration with multiple entities from government, industry, and academia is expected. Work will be performed at the experimental laboratories and test facilities located within the Air Force Research Laboratories Aerospace Systems Directorate research complex at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Aug. 6, 2022. This award is the result of a competitive acquisition and two offers were received. Fiscal 2013 research, development, test and evaluation funds in the amount of $40,000 for task order 0001 are being obligated at time of award. Air Force Research Laboratories Wright Research Site Aerospace Systems Contracting Branch for Turbine Engines, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-2414 and task order 0001).
Honeywell Technology Solutions Inc., Colorado Springs, Colorado, has been awarded an $11,929,705 cost-plus-award-fee delivery order modification (DO 021501). This non-competitive delivery order modification is being issued under previously awarded contract F04701-02-D-0006 for the Unified S-Band Development Phase II at Transportable Remote Tracking Station Block Change. Work will be performed at Colorado Springs, Colorado, and is expected to be completed Sept. 30, 2016. Fiscal 2014 and 2015 research, development, test and evaluation funds in the amount of $6,450,678 are being obligated at time of award. Space and Missile Systems Center/Range Network Systems Directorate, Los Angeles Air Force Base, El Segundo, California, is the contracting activity.
*Small business

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

Search This Blog

Translate

White House.gov Press Office Feed