Showing posts with label ARMY. Show all posts
Showing posts with label ARMY. Show all posts

Friday, July 25, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JULY 25, 2014

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

ARMY

Newt Marine Service,* Dubuque, Iowa (W9128F-14-D-0025); Western Contracting Corp.,* Sioux City, Iowa (W9128F-14-D-0026); Commercial Contractors Equipment, Inc.,* Lincoln, Nebraska (W9128F-14-D-0027); and Arrowhead Contracting Inc.,* Lenexa, Kansas (W9128F-14-D-0028), were awarded a $49,000,000 firm-fixed-price, multiple award task order contract for the Missouri River recovery program from Fort Peck Dam, Montana, to Kansas City, Kansas. Funding and work location will be determined with each order, with a completion date of July 25, 2019. Bids were solicited via the Internet with seven received. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

Persistent Systems, LLC, New York, New York, was awarded a $49,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, incrementally funded contract for the Program Manager for Special Programs program office for analysis and support, research and development, procurement and production, sustainment and training. Funding and work location will be determined with each order, with a completion date of July 25, 2019. One bid was solicited with one received. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-14-D-0016).

Navistar Defense, Lisle, Illinois, was awarded a $27,597,040 modification (P0001) to contract W56HZV-12-G-0006 to acquire mine-resistant, ambush-protected hardware kits to upgrade MaxxPro Dash and long-wheel base ambulances to their final configuration. Other procurement funds (Army) for fiscal 2012($14,551,571) and fiscal 2014 ($7,191,511) were obligated at the time of the award. Estimated completion date is May 30, 2015. Work will be performed at Lisle, Illinois. Army Contracting Command, Warren, Michigan, is the contracting activity.

Lakeview Center Inc., Pensacola, Florida was awarded a $10,280,538 modification (P00015) to contract W9124D-10-D-0031 for dining facility/cook support. Funding and work location will be determined with each order. Estimated completion date is Aug. 31, 2015. Army Contracting Command, Joint Base Lewis-McChord, Ft. Lewis, Washington is the contracting activity.

UPDATE: Bay Electric Co., Inc.,* Newport News, Virginia (W912DY-14-D-0035); BITHENERGY, Inc.,* Baltimore, Maryland (W912DY-14-D-0064); Bright Light Federal LLC,* Littleton, Colorado (W912DY-14-D-0065); Ecoplexus,* San Francisco, California (W912DY-14-D-0066); Essex Construction, LLC,* Upper Marlboro, Maryland (W912DY-14-D-0067); Indian Energy LLC,* Newport Beach, California (W912DY-14-D-0068); Infinity Development Partners, LLC,* New Braunfels, Texas (W912DY-14-D-0069); Legatus6 LLC,* Chevy Chase, Maryland (W912DY-14-D-0070); Scatec Solar North America,* Inc., Sausalito, California

(W912DY-14-D-0072); SunLight General Capital LLC,* New York, New York (W912DY-14-D-0073); and Third Sun Solar, LLC,* Athens, Ohio (W912DY-14-D-0074), are being added as awardees the Solar technology category of power awards under solicitation W912DY-11-R-0036. These companies, as well as those previously announced will share a maximum $7,000,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for use in competing and awarding power purchase agreements for solar technology. Funding and work location will be determined with each order. Bids were solicited via the Internet with 114 received. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

NAVY

AMSEC LLC, Virginia Beach, Virginia (N00024-14-D-4402); CDI Marine Co. LLC, Virginia Beach, Virginia (N00024-14-D-4416); and Q.E.D. Systems Inc., Virginia Beach, Virginia (N00024-14-D-4417) are each being awarded a cost-plus-fixed-fee/cost-only, indefinite-delivery/indefinite-quantity, multiple award contract for the procurement of material kitting and technical and logistical support services required to support modernization requirements for USS Blue Ridge (LCC 19) and USS Mount Whitney (LCC 20) under the LCC 19 Class Extended Service Life Program. Contractors will provide advance planning efforts associated with shipchecks, drawings, and engineering; and marine maintenance and installation. The maximum dollar amount that may be awarded under all three contracts combined is $96,800,000. At time of award, AMSEC LLC will be awarded a $1,219,966 delivery order; and CDI and Q.E.D. will each be awarded a $10,000 delivery order. Work is anticipated to be performed in Virginia Beach, Virginia (55 percent); Yokosuka, Japan (19.5 percent); Puget Sound, Washington (15 percent); and Gaeta, Italy (10.5 percent), and is expected to be completed by July 2019. Fiscal 2014 operations and maintenance (Navy) in the amount of $1,239,966 will be obligated at the time of award, and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
Camber Corp., Huntsville, Alabama (N00244-13-D-0015); Deloitte Consulting LLP, Alexandria, Virginia (N00244-13-D-0016); General Dynamics Information Technology, Inc., Needham, Massachusetts (N00244-13-D-0017); Mission Essential Personnel, LLC, Columbus, Ohio (N00244-13-D-0018); and Vose Technical Systems General, Tacoma, Washington (N00244-13-D-0019), are being awarded modifications under previously awarded multiple award contracts to exercise option year one to provide technical/professional support, and related tailored administrative services for the Center for Civil Military Relations inside and outside the continental United States. The maximum contract value for option year one for all five contracts combined is $56,384,558. These five contractors will compete for task orders under the terms and conditions of the awarded contracts. The required work will be performed at multiple locations as specified in the contract, including Army Active, Reserve and National Guard posts in the United States (10 percent); Monterey, California (8 percent); Kailua, Hawaii (1 percent); Tampa, Florida (1 percent), and various locations outside the continental United States equaling 1 percent or lower (80 percent). Work is expected to be completed by July 31, 2015. This announcement identifies potential contract Foreign Military Sale efforts. The only known potential countries where performance may occur are Egypt, Indonesia, Lebanon, Singapore, and Saudi Arabia, and combined, would equate to less than two percent of the total effort. No funding will be obligated with the exercise of the option, and therefore none of the funding will expire before the end of the current fiscal year. Funding will be provided on individual task orders issued against the contracts during the period of the option. The contracts were competitively procured via the Navy Electronic Commerce Online and the Federal Business Opportunities websites, with five offers received in response to these solicitations. NAVSUP, Fleet Logistics Center, San Diego, California, is the contracting activity.

L-3 Chesapeake Sciences Corp.,* Millersville, Maryland, is being awarded a $17,772,601 cost-plus-fixed-fee, firm-fixed-price contract for the design, development, production and test of two thin line compact towed arrays, 10 test assets, engineering service hours and provisioning item order spares. This effort is the result of Small Business Innovation Research topic number N05-125, Compact Towed Sonar Array. Thin line compact towed array provides the U.S. Naval Fleet with the next generation of array technology to address reliability and maintain mission operational capability. The thin line compact towed array is a reliability improvement array that incorporates compact towed array telemetry while maintaining TB-29A acoustic performance. Work will be performed in Millersville, Maryland (50 percent); Ashaway, Rhode Island (25 percent); and Liverpool, New York (25 percent), and is expected to be completed by January 2016. Fiscal 2011 and 2012 shipbuilding and conversion (Navy) funding in the amount of $12,201,219 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with of FAR 6.302-5. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-C-6233).
Sonalysts, Inc., Waterford, Massachusetts (N66604-14-D-231A); AMSEC, LLC, Virginia Beach, Virginia (N66604-14-D-231B); Delex Systems, Inc., Herndon, Virginia (N66604-14-D-231C); and URS Federal Services, Inc., Arlington, Virginia (N66604-14-D-231D), are being awarded a 60-month, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award task order contract; aggregate not-to-exceed amount for these multiple award contracts combined is $8,997,500, to produce interactive multimedia instruction courseware modules for the Naval Sea Systems Command’s on-board and schoolhouse training programs for all subject matter areas of submarine operations and procedures. The four contractors will have the opportunity to bid on each individual task order. Work will be performed at the following locations: Virginia Beach, Virginia (24 percent); Herndon, Virginia (24 percent); Arlington, Virginia (24 percent): Waterford, Massachusetts (24 percent); and Groton, Connecticut (4 percent). Work is expected to be completed by July 2019. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $334,950 will be obligated at the time of award and will expire at the end of the current fiscal year. These contracts were solicited unrestricted via the Federal Business Opportunities website, with eight offers received. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Science Application International Corp., Fairfield, New Jersey, has been awarded a maximum $32,000,000 firm-fixed-price, prime vendor bridge contract for maintenance, repair and operations for the Southeast Zone 1 region. This contract was a sole-source acquisition. Location of performance is New Jersey, with an Oct. 31, 2014, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-14-D-0900).

SupplyCore Inc., Rockford, Illinois, has been awarded a maximum $8,000,000 firm-fixed-price, prime vendor bridge contract for maintenance, repair and operations for the Southeast Zone 2 region. This contract was a sole-source acquisition. Location of performance is Illinois, with an Oct. 31, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-14-D-0901).

AIR FORCE

White Mountain Construction, LLC, Palmer, Alaska, has been awarded an estimated $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification (P00003) to FA5000-12-D-0005 for a broad range of maintenance, repair and minor construction work. This modification provides for the exercise of the second option year. Work will be performed at Anchorage, Alaska, and is expected to be completed by July 24, 2015. Fiscal 2014 and 2015 operations and maintenance funds will be obligated on individual delivery orders. The 673d Contracting Squadron/LGCA, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity.
SBH Services, Inc., Anchorage, Alaska, has been awarded an estimated $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification (P00003) to FA5000-12-D-0006 for a broad range of maintenance, repair and minor construction work. This modification provides for the exercise of the second option year. Work will be performed at Anchorage, Alaska, and is expected to be completed by July 24, 2015. Fiscal 2014 and 2015 operations and maintenance funds will be obligated on individual delivery orders. The 673d Contracting Squadron/LGCA, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity.

ASRC Civil Construction, LLC, Anchorage, Alaska, has been awarded an estimated $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification (P00003) to FA5000-12-D-0007 for a broad range of maintenance, repair and minor construction work. This modification provides for the exercise of the second option year. Work will be performed at Anchorage, Alaska, and is expected to be completed by July 24, 2015. Fiscal 2014 and 2015 operations and maintenance funds will be obligated on individual delivery orders. The 673d Contracting Squadron/LGCA, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity.

Bristol Design Build Services, LLC, Anchorage, Alaska, has been awarded an estimated $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification (P00003) to FA5000-12-D-0008 for a broad range of maintenance, repair and minor construction work. This modification provides for the exercise of the second option year. Work will be performed at Anchorage, Alaska, and is expected to be completed by July 24, 2015. Fiscal 2014 and 2015 operations and maintenance funds will be obligated on individual delivery orders. The 673d Contracting Squadron/LGCA, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity.

Frawner Corp., Anchorage, Alaska, has been awarded an estimated $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification (P00003) to FA5000-12-D-0009 for a broad range of maintenance, repair and minor construction work. This modification provides for the exercise of the second option year. Work will be performed at Anchorage, Alaska, and is expected to be completed by July 24, 2015. Fiscal 2014 and 2015 operations and maintenance funds will be obligated on individual delivery orders. The 673d Contracting Squadron/LGCA, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity.

Alutiiq Diversified Services, LLC, Anchorage, Alaska, has been awarded an estimated $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification (P00003) to FA5000-12-D-0010 for a broad range of maintenance, repair and minor construction work. This modification provides for the exercise of the second option year. Work will be performed at Anchorage, Alaska, and is expected to be completed by July 24, 2015. Fiscal 2014 and 2015 operations and maintenance funds will be obligated on individual delivery orders. The 673d Contracting Squadron/LGCA, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity.

Georgia Tech Applied Research Corp., Atlanta, Georgia, has been awarded a $19,802,305 delivery order (0245) on the SENSIAC indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, sole-source (HC1047-05-D-4000) for NAVAIR Engineering and Analysis Support. SENSIAC will work to improve and enhance airborne, ground and naval electronic detection, protection and guidance devices. The work will be performed at Atlanta, Georgia, and various naval facilities, and is expected to be completed by Dec. 6, 2015. Fiscal 2014 Navy research, development, test and evaluation funds in the amount of $550,000 are being obligated at time of award. Air Force Installation Contracting Agency/KD, Offutt Air Force Base, Nebraska, is the contracting activity.
Exelis, Inc., Colorado Springs, Colorado, has been awarded a $13,143,582 modification (P00520) to Fl9628-02-C-0010 for Systems Engineering and Sustainment Integrator (SENSOR) fiscal year 2014 system sustainment contract line number 1022 extension project. The total cumulative face value of the contract is $1,446,978,935. The contract modification is for product line management, system engineering, system repairs (including emergency site visits for immediate repairs); acquisition, repair and qualification of spare parts; preventative maintenance inspections; radome maintenance, supply management, plans, roadmaps and sustainability assessments; program management reviews; reports, vendor maintenance agreements/software licenses and logistic support review brochures; requirements definition, analysis and modeling/software modeling/risk reduction; software integration lab operations/maintenance, mission assurance, configuration/data management, technical order management, proposal development, engineering studies and analysis, system performance metrics collection, and obsolescence/sustainability analysis reports. Work will be performed at Colorado Springs, Colorado, and is expected to be completed by Dec. 31, 2014. Fiscal 2014 operations and maintenance funds in the amount of $13,143,582 are being obligated at time of award. Air Force Life Cycle Management Center/HBQK, Peterson Air Force Base, Colorado, is the contracting activity.

General Atomics Aeronautical Systems, Inc. Poway, California, has been awarded a $12,648,312 firm-fixed-price contract for the United Kingdom MQ-9 spare parts and support equipment effort. Work will be performed in Poway, California, and is expected to be completed March 31, 2015. This award is the result of a sole-source acquisition. This contract is 100 percent foreign military sales for the United Kingdom and $12,648,312 in foreign military sales funds will be obligated at time of awards. Air Force Life Cycle Management Center/WIIK, Medium Altitude Unmanned Aircraft Systems, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-10-G-3038 0096).

B3H Corp., Shalimar, Florida, has been awarded a $7,069,922 modification (0003) to FA4890-12-D-0014-SK02 for English language instructors and an English language training program using Defense Language Institute English Language Center courseware, methodology and processes. The total cumulative face value of the contract is $20,326,840. This modification provides for the exercise of the second option year; no option years remain. Work will be performed in Saudi Arabia, and at King Abdul Aziz Air Base, Dhahran, and is expected to be completed by Jan. 31, 2016. This contract is 100 percent foreign military sales for the Saudi Arabia. Foreign military sales funds in the amount of $7,069,922 are being obligated at time of award. The 338 Specialized Contracting Squadron/PKB, Joint Base San Antonio, Randolph Air Force Base, Texas, is the contracting activity.
*Small business

Thursday, July 24, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JULY 24, 2014

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

DEFENSE THREAT REDUCTION AGENCY

Cubic Applications, Inc., San Diego, California, was awarded a maximum $500,000,000 indefinite-delivery/indefinite-quantity contract for J3/7 chemical, biological, radiological, nuclear, and high-yield explosive (CBRNE) exercise, training, capability assessment and capacity development support services. This contract provides for support services to DTRA's Building Partnerships Divisions and functions in the daily performance and execution of the Building Partnership mission. Work will be performed at various locations, with an expected completion date of July 2024. Funding will be obligated at the task order level. This contract was a competitive acquisition, and five offers were received. The Defense Threat Reduction Agency, Fort Belvoir, Virginia, is the contracting activity (HDTRA1-14-D-0013).

NAVY

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, is being awarded a $40,662,000 not-to-exceed contract for the production of one multi-mission signal processor equipment set, ballistic missile defense 4.0.2 equipment, and Aegis Weapon System upgraded equipment to support fielding Aegis modernization capabilities to the fleet. Work will be performed in Moorestown, New Jersey (57.8 percent); Clearwater, Florida (41.5 percent); and Owego, New York (0.7 percent), and is expected to be completed by March 2016. Fiscal 2014 other procurement (Navy) and fiscal 2014 defense procurement contract funds in the amount of $20,331,000 will be obligated at time of award and 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), as implemented by FAR 6.302-1. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-C-5106).

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is being awarded a $39,437,949 cost-plus-fixed-fee modification to a previously awarded contract (N00024-12-C-2106) for naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (99 percent), and Schenectady, New York (1 percent). No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts. Fiscal 2014 other procurement (Navy) contract funds in the amount of $39,437,949 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.
L-3 Communications Corp., Arlington, Texas, is being awarded a $14,089,284 modification to a firm-fixed-price delivery order issued previously against Basic Ordering Agreement N61340-12-G-0001. This modification provides for footprint reduction/storage area network to update existing architecture for the F/A-18E/F and EA-18G aircraft. The update reduces Tactical Operational Flight Trainer (TOFT) host/instructor operator station hardware, centralizes software storage, provides expandable software storage for future TOFT enhancements, allows for multiple software configurations, and updates all analog Mission Management System (MMS) video output to digital supporting future improvements to MMS displays. Work will be performed in Lemoore, California (20 percent); Miramar, California (20 percent); Whidbey, Washington (15 percent); Oceana, Virginia (15 percent); China Lake, California (10 percent); Arlington, Texas (10 percent); and Atsugi, Japan (10 percent), and is expected to be completed in June 2016. Fiscal 2014 aircraft procurement (Navy) contract funds in the amount of $14,089,284 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

The Boeing Co., Jacksonville, Florida, is being awarded a $7,695,945 firm-fixed-price, cost-plus-fixed-fee modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-14-D-0001) for additional fiscal 2014 depot-level service life extension/remanufacturing activities, including associated maintenance support and sustainment capabilities, in support of the F/A18 A-F aircraft. Work will be performed in St. Louis, Missouri (61 percent), and Jacksonville, Florida (39 percent), and is expected to be completed in July 2015. No funds are being obligated at time of award; funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

Southeastern Archaeological Research Inc.,* Newberry, Florida (W9126G-14-D-0036); R. Christopher Goodwin & Associates, Inc.,* New Orleans, Louisiana (W9126G-14-D-0037); and Panamerican Consultants, Inc.,* Tuscaloosa, Alabama (W9126G-14-D-0038), were awarded a $20,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity multiple award task order contract for military and civil works cultural resources compliance programs in the United States and territories with an estimated completion date of July 22, 2017. Bids were solicited via the Internet with 12 received. Funding and work location will be determined with each order. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity.

Kongsberg Defence & Aerospace, Kongsberg, Norway was awarded a $10,680,000 modification (P00114) to contract W15QKN-12-C-0103 to exercise an option on contract W15QKN-12-C-0103 for depot support of the Commonly Remotely Operated Weapon Station (CROWS). Fiscal 2014 operations and maintenance (Army) funds in the amount of $10,680,000 were obligated at the time of the award. Estimated completion date is Aug. 16, 2017. Work will be performed in Johnstown, Pennsylvania. Army Contracting Command, Picatinny Arsenal, New Jersey is the contracting activity.

DEFENSE LOGISTICS AGENCY

McRae Industries, Inc., ** Mount Gilead, North Carolina, has been awarded a maximum $14,393,768 modification (P00103) exercising the second option period on a one-year base contract (SPM1C1-12-D-1057), with four one-year option periods. This is a firm-fixed-price contract for Army hot weather combat boots. Location of performance is North Carolina with a July 28, 2015, performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

AIR FORCE

Telephonics Corp., Communications & Integrated Systems Division, Farmingdale, New York, has been awarded a $13,254,403 firm-fixed-price contract for the Enhanced Mode S-FAA Radar, Enhanced Mode 5 Radar, and procurement of long lead material and all other hardware support activities. Work will be performed primarily at Farmingdale, New York, and is expected to be completed by Nov. 20, 2017. This award is the result of a sole source acquisition and one offer was received. NATO agency funds in the amount of $13,254,403 will be obligated at time of award. Air Force Life Cycle Management Center/HBSKI, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-14-C-0014).
*Small business

**In-HUBZone business

Wednesday, July 23, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JULY 23, 2014

FROM:  U.S. DEFENSE DEPARTMENT DEFENSE 

CONTRACTS

DEFENSE THREAT REDUCTION AGENCY

Cubic Applications, Inc., San Diego, California, was awarded a maximum $500,000,000 indefinite-delivery/indefinite-quantity contract for J3/7 chemical, biological, radiological, nuclear, and high-yield explosive (CBRNE) exercise, training, capability assessment and capacity development support services. This contract provides for support services to DTRA's Building Partnerships Divisions and functions in the daily performance and execution of the Building Partnership mission. Work will be performed at various locations, with an expected completion date of July 2024. Funding will be obligated at the task order level. This contract was a competitive acquisition, and five offers were received. The Defense Threat Reduction Agency, Fort Belvoir, Virginia, is the contracting activity (HDTRA1-14-D-0013).

NAVY

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, is being awarded a $40,662,000 not-to-exceed contract for the production of one multi-mission signal processor equipment set, ballistic missile defense 4.0.2 equipment, and Aegis Weapon System upgraded equipment to support fielding Aegis modernization capabilities to the fleet. Work will be performed in Moorestown, New Jersey (57.8 percent); Clearwater, Florida (41.5 percent); and Owego, New York (0.7 percent), and is expected to be completed by March 2016. Fiscal 2014 other procurement (Navy) and fiscal 2014 defense procurement contract funds in the amount of $20,331,000 will be obligated at time of award and 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), as implemented by FAR 6.302-1. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-C-5106).

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is being awarded a $39,437,949 cost-plus-fixed-fee modification to a previously awarded contract (N00024-12-C-2106) for naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (99 percent), and Schenectady, New York (1 percent). No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts. Fiscal 2014 other procurement (Navy) contract funds in the amount of $39,437,949 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.
L-3 Communications Corp., Arlington, Texas, is being awarded a $14,089,284 modification to a firm-fixed-price delivery order issued previously against Basic Ordering Agreement N61340-12-G-0001. This modification provides for footprint reduction/storage area network to update existing architecture for the F/A-18E/F and EA-18G aircraft. The update reduces Tactical Operational Flight Trainer (TOFT) host/instructor operator station hardware, centralizes software storage, provides expandable software storage for future TOFT enhancements, allows for multiple software configurations, and updates all analog Mission Management System (MMS) video output to digital supporting future improvements to MMS displays. Work will be performed in Lemoore, California (20 percent); Miramar, California (20 percent); Whidbey, Washington (15 percent); Oceana, Virginia (15 percent); China Lake, California (10 percent); Arlington, Texas (10 percent); and Atsugi, Japan (10 percent), and is expected to be completed in June 2016. Fiscal 2014 aircraft procurement (Navy) contract funds in the amount of $14,089,284 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

The Boeing Co., Jacksonville, Florida, is being awarded a $7,695,945 firm-fixed-price, cost-plus-fixed-fee modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-14-D-0001) for additional fiscal 2014 depot-level service life extension/remanufacturing activities, including associated maintenance support and sustainment capabilities, in support of the F/A18 A-F aircraft. Work will be performed in St. Louis, Missouri (61 percent), and Jacksonville, Florida (39 percent), and is expected to be completed in July 2015. No funds are being obligated at time of award; funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

Southeastern Archaeological Research Inc.,* Newberry, Florida (W9126G-14-D-0036); R. Christopher Goodwin & Associates, Inc.,* New Orleans, Louisiana (W9126G-14-D-0037); and Panamerican Consultants, Inc.,* Tuscaloosa, Alabama (W9126G-14-D-0038), were awarded a $20,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity multiple award task order contract for military and civil works cultural resources compliance programs in the United States and territories with an estimated completion date of July 22, 2017. Bids were solicited via the Internet with 12 received. Funding and work location will be determined with each order. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity.

Kongsberg Defence & Aerospace, Kongsberg, Norway was awarded a $10,680,000 modification (P00114) to contract W15QKN-12-C-0103 to exercise an option on contract W15QKN-12-C-0103 for depot support of the Commonly Remotely Operated Weapon Station (CROWS). Fiscal 2014 operations and maintenance (Army) funds in the amount of $10,680,000 were obligated at the time of the award. Estimated completion date is Aug. 16, 2017. Work will be performed in Johnstown, Pennsylvania. Army Contracting Command, Picatinny Arsenal, New Jersey is the contracting activity.

DEFENSE LOGISTICS AGENCY

McRae Industries, Inc., ** Mount Gilead, North Carolina, has been awarded a maximum $14,393,768 modification (P00103) exercising the second option period on a one-year base contract (SPM1C1-12-D-1057), with four one-year option periods. This is a firm-fixed-price contract for Army hot weather combat boots. Location of performance is North Carolina with a July 28, 2015, performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

AIR FORCE

Telephonics Corp., Communications & Integrated Systems Division, Farmingdale, New York, has been awarded a $13,254,403 firm-fixed-price contract for the Enhanced Mode S-FAA Radar, Enhanced Mode 5 Radar, and procurement of long lead material and all other hardware support activities. Work will be performed primarily at Farmingdale, New York, and is expected to be completed by Nov. 20, 2017. This award is the result of a sole source acquisition and one offer was received. NATO agency funds in the amount of $13,254,403 will be obligated at time of award. Air Force Life Cycle Management Center/HBSKI, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-14-C-0014).
*Small business

**In-HUBZone business

Tuesday, July 22, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

NAVY

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded $69,659,650 for cost-plus-fixed-fee delivery order 0073 against a previously issued Basic Ordering Agreement (N00019-12-G-0006) in support of the V-22 aircraft for the U.S. Air Force and U.S. Navy. This order provides for the non-recurring engineering (Phase II) of the Improved Inlet Solution (IIS) for the V-22 aircraft, including completion of preliminary and critical design reviews; installation of an IIS retrofit kit for installation on a CV-22 aircraft for demonstration and operation; installation of aircraft instrumentation to support flight test analysis; flight and qualification testing of the IIS design; and removal of the instrumentation from the test aircraft following flight testing. Work will be performed Amarillo, Texas (73 percent), and Philadelphia, Pennsylvania (27 percent), and is expected to be completed in December 2018. Fiscal 2014 research, development, test and evaluation (Air Force and Navy) funds in the amount of $31,290,663 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This delivery order combines purchases for the U.S. Air Force ($41,795,790; 60 percent) and the U.S. Navy ($27,863,860; 40 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

Boeing Co., Ridley Park, Pennsylvania, was awarded a $65,358,994 firm-fixed-price contract for 204 Cargo On/Off Loading System (COOLS) A-Kits; 204 COOLS B-Kits; and 22 COOLS Ballistic Protection System (BPS) Kits. Work will be performed in Ridley Park, Pennsylvania, with an estimated completion date of Nov. 29, 2019. Bids were solicited via the Internet with one received. Fiscal 2013 other procurement funds in the amount of $65,358,994 are being obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-14-C-0063).

Inglett & Stubbs International, Ltd, Smyrna, Georgia, was awarded a $7,449,713 firm-fixed-price contract with options, for a smart power infrastructure demonstration for energy reliability and security, Phase 3. Work will be performed at Camp H.M. Smith, Hawaii, with an estimated completion date of May 4, 2015. Bids were solicited via the Internet with five received. Military construction funds for fiscal 2010 ($330,642) and fiscal 2014 ($7,119,071) are being obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-14-C-0020).

AIR FORCE

Northrop Grumman Corporation, Aerospace Systems, El Segundo, California, has been awarded an $18,000,000 firm-fixed-price modification (P00257) to F19628-00-C-0100 for a radar modification under the Multi-Platform Radar Technology Insertion Program. The total cumulative face value of the contract is $1,557,683,365. Work will be performed at El Segundo, California, and work is expected to be completed by March 31, 2017. Fiscal 2012 aircraft procurement funds in the amount of $18,000,000 are being obligated at time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Lockheed Martin Corp. Information Systems and Global Solutions, Littleton, Colorado, has been awarded a $16,948,139 contract for prototype hardware/software system. The scope of this effort is to provide Air Force Research Laboratory innovative solutions for multi-platform signal collection, processing, exploitation and dissemination for new and existing Intelligence, Surveillance, and Reconnaissance (ISR) platforms. Efforts will include national and tactical collaboration across multiple enterprise ISR assets, innovative applications provided as processes/status for sensor status, processing and exploitation, enhanced enterprise collection planning techniques, and solutions for multi-intelligence sensor cross cueing through streamlined collection management techniques. Work will be performed at Littleton, Colorado, and is expected to be completed by July 21, 2016. This award is the result of a competitive acquisition; offers were solicited electronically and 11 offers were received. Fiscal 2013 research, development, testing and evaluation funds in the amount of $6,062,209 are being obligated at time of award. Air Force Research Laboratory/RIKE, Rome, New York, is the contracting activity (FA8750-14-C-0081).

DEFENSE LOGISTICS AGENCY

Carter Industries, Inc.,* Olive Hill, Kentucky, has been awarded a maximum $9,417,600 modification (P00103) exercising the third option period on a one-year base contract (SPM1C1-11-D-1026) with three one-year option periods. This is a firm-fixed-price contract for improved combat vehicle crewman’s coveralls, universal camouflage pattern. Locations of performance are Kentucky and New York, with a July 30, 2015 performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

*Small In-HUBZone Business

Monday, July 21, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT

CONTRACTS

AIR FORCE

Aleut Facilities Support Services, LLC,* Colorado Springs, Colorado, has been awarded a $95,986,770 firm-fixed-price contract for civil engineering support services. The contract provides civil engineer support services to cadets, active duty military members, civilian employees, and contractor employees to include service request management, real property maintenance, repair and operations, planning and engineering services, environmental services and protection, real property management, housing and furnishing management, and emergency response services. Work will be performed at the U.S. Air Force Academy to include Farish Recreation Area and Bullseye Auxiliary Airfield in Colorado, and is expected to be completed by July 31, 2019. This award is the result of a competitive acquisition set-aside for small business; the solicitation was posted on the Federal Business Opportunities website, and nine offers were received. The contract is incrementally funded, and fiscal 2014 operations and maintenance funds in the amount of $1,566,355 are being obligated at the time of award. The 10th Contracting Squadron, U.S. Air Force Academy, Colorado, is the contracting activity (FA7000-14-C-0030).

Aleut Facilities Support Services, LLC,* Colorado Springs, Colorado, has been awarded a $14,714,248 firm-fixed price contract for cadet support services. The contract provides services to cadets, active duty military members, civilian employees, and contractor employees, to include Cadet Wing Operations (support for cadet events, manage cadet quarters, furnishings, and supplies, and operation of cadet quarters facilities), academic program support (develop presentation materials and supplies, operation of academic facilities), and athletic program support (support for athletic events, maintain sports equipment and supplies, operation of athletic facilities). Work will be performed at the U.S. Air Force Academy, Colorado, and is expected to be completed by July 31, 2019. This award is the result of a competitive acquisition set-aside for small business; the solicitation was posted on the Federal Business Opportunities website, and six offers were received. The contract is incrementally funded, and fiscal 2014 operations and maintenance funds in the amount of $235,632 are being obligated at the time of award. The 10th Contracting Squadron, U.S. Air Force Academy, Colorado, is the contracting activity (FA7000-14-C-0031).

ARMY

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $65,256,769 modification (P00010) to foreign military sales contract W56HZV-13-D-0015 for specialized training, contractor logistics support, and base life support for the Iraq M1A1 Abrams Program. Funding and work location will be determined with each order. Estimated completion date is Feb. 28, 2015. Army Contracting Command, Warren, Michigan, is the contracting activity.
T. L. Wallace Construction, Inc., Columbia, Mississippi, was awarded a $25,000,000 firm-fixed-price contract for advanced contract initiative emergency temporary residential roof repairs for the U.S. Army Corps of Engineers/Federal Emergency Management Agency disaster response in Hawaii. Funding and work location will be determined with each order; estimated completion date is July 31, 2019. Bids were solicited via the Internet with five received. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-14-D-0015).
Mirador Enterprises, Inc.,* El Paso, Texas, was awarded an $8,440,000 firm-fixed-price contract for construction of a flight simulator. Work will be performed in Fort Carson, Colorado, with an estimated completion date of Jan. 25, 2016. Bids were solicited via the Internet with eight received. Fiscal 2014 military construction funds in the amount of $8,440,000 are being obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-14-C-0021).

Milpower Source,* Belmont, New Hampshire, was awarded a $6,716,559 firm-fixed-price contract for portable universal battery systems for the M119A3 Howitzer. Funding and work location will be determined with each order, with an estimated completion date of July 21, 2018. One bid was solicited with one received. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-14-D-0084).

Central Power Systems and Services,* Liberty, Missouri, was awarded a $6,540,024 firm-price contract with economic price adjustment for Detroit Diesel engine pistons and fuel injectors. Funding and work location will be determined with each order, with an estimated completion date of Sept. 30, 2019. Bids were solicited via the Internet with three received. Army Contracting Command, Red River Army Depot, Texarkana, Texas, is the contracting activity (W911RQ-14-D-0026).

Ch2M Hill Constructors, Inc, Englewood, Colorado, was awarded a $6,625,200 modification (U00048) to contract DACA87-00-D-0043 for water and waste water operation and maintenance. Funding will be determined with each order. Estimated completion date is June 30, 2015. Work will be performed at Fort Campbell, Kentucky. Army Contracting Command, Fort Campbell, Kentucky, is the contracting activity.

NAVY

Korte Construction Co., doing business as The Korte Co., St. Louis, Missouri, is being awarded a $36,154,000 firm-fixed-price contract for design and construction of the P-8A Multi-Missioned Maritime Aircraft Training Facility at Naval Air Station Whidbey Island. The work to be performed provides for design and construction of a two-story operational training facility that includes space for eight operational flight trainers, and six weapons tactical trainers, with associated support network and communications equipment, classrooms and administrative spaces. The facility will include bridge cranes, special access program facility spaces, and extensive networking equipment. The contract also contains two unexercised options, which if exercised, would increase cumulative contract value to $36,259,780. Work will be performed in Oak Harbor, Washington, and is expected to be completed by January 2016. Fiscal 2014 military construction (Navy) contract funds in the amount of $36,154,000 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 23 proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-14-C-5002).
AMEC Environment & Infrastructure, Inc., Blue Bell, Pennsylvania (N62583-09-D-0128); Gilbane Federal, Walnut Creek, California (N62583-09-D-0129); CB&I Federal Services LLC, Baton Rouge, Louisiana (N62583-09-D-0130); Weston Solutions, Inc., West Chester, Pennsylvania, (N62583-09-D-0131); and Willbros Government Services (U.S.), LLC, Tulsa, Oklahoma (N62583-09-D-0132), are each being awarded a firm-fixed-price modification to increase the maximum, cumulative dollar value for five indefinite-delivery/indefinite-quantity multiple award construction contracts in support of the Naval Facilities and Engineering Expeditionary Warfare Center, Port Hueneme. The work to be performed provides for engineering, cleaning, inspection, construction and repair of fuel systems at Department of Defense (DOD) facilities throughout the world. The combined total value for all five modifications will be $30,000,000. No task orders are being issued at this time. After award of this modification, the total cumulative contract value will be $460,000,000. All work will be performed at various DOD facilities worldwide, including outside the contiguous United States (65 percent) and within the contiguous United States (35 percent), and is expected to be completed by March 2015. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. The Naval Facilities and Engineering Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

Alutiiq Pacific LLC,* Anchorage, Alaska, is being awarded a potential $23,221,444 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to support the Space and Naval Warfare Systems Center Pacific (SSC Pacific) Radio Frequency and Network Systems Support Division to provide satellite communications, radio frequency and navigation systems support services. This is one of three contracts awarded: each awardee will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two, one-year options, which, if exercised, would bring the potential value of this contract to an estimated $39,263,194. Work will be performed in San Diego, California (80 percent); Anchorage, Alaska (15 percent); and onboard Navy ships (five percent); work is expected to be completed July 20, 2017. Fiscal 2014 operations and maintenance (Navy); shipbuilding and conversion (Navy); other procurement, (Navy); and research, development, test and evaluation funds in the amount of $25,000 will be obligated at the time of award, and will not expire at the end of the current fiscal year. This contract was competitively procured via small business set-aside solicitation through publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website. Ten proposals were received and three were selected for award. SSC Pacific, San Diego, California, is the contracting activity (N66001-14-D-0035).
Systems Technology Forum Limited,* Fredericksburg, Virginia, is being awarded a potential $22,850,232 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to support the Space and Naval Warfare Systems Center Pacific (SSC Pacific) Radio Frequency and Network Systems Support Division to provide satellite communications, radio frequency and navigation systems support services. This is one of three contracts awarded; each awardee will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two, one-year options, which, if exercised, would bring the potential value of this contract to an estimated $38,718,475. Work will be performed in San Diego, California (80 percent); Fredericksburg, Virginia (15 percent); and onboard Navy ships (five percent), and is expected to be completed July 20, 2017. Fiscal 2014 operations and maintenance (Navy); shipbuilding and conversion (Navy); other procurement (Navy); and research, development, test and evaluation funds in the amount of $25,000 will be obligated at the time of award, and will not expire at the end of the current fiscal year. This contract was competitively procured via small business set-aside solicitation through publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website. Ten proposals were received and three were selected for award. SSC Pacific, California, is the contracting activity (N66001-14-D-0137).

Benaka, Inc.,* New Brunswick, New Jersey, is being awarded a $6,673,999 firm-fixed-price contract for demolition of Buildings 152 and 427 and renovation of Building 474 at Naval Submarine Base New London. The work to be performed will reduce the overall facility footprint and consolidate functions. The renovation of Building 474 will include hazardous materials abatement, some space reconfiguration, elevator update, heating, ventilation and air conditioning, electric updates, plumbing and fire protection updates in compliance with current codes, windows replacement, roof replacement and interior finishes replacement. Work will be performed in New London, Connecticut, and is expected to be completed by February 2016. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $6,673,999 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 nine proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-14-C-5224).

*Small business


Friday, July 18, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

AIR FORCE

Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a not to exceed $564,700,000 modification (P00273) to FA8625-11-C-6597 to fund six India foreign military sales C-130J-30s, field service representatives and three years of post-delivery support after the first aircraft delivery. The total cumulative face value of the contract is $2,067,370,707. Work will be performed at Marietta, Georgia, and is expected to be completed by April 30, 2020. This contract is 100 percent FMS for India and $50,900,000 will be obligated at time of award. Air Force Life Cycle Management Center/WLNNC, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Northrop Grumman Systems Corp., doing business as Northrop Grumman Information Systems, Chantilly, Virginia, has been awarded a $300,000,000 indefinite-delivery/indefinite-quantity, cost-plus-incentive-fee contract for systems engineering, management, and sustainment (SEMS) III. Contractor will provide systems engineering, systems/program management, and sustainment services for the Air Force Weather Agency's enterprise information systems which produce and disseminate real-time weather services and products worldwide. Work will be performed primarily at the Headquarters Air Force Weather Agency, Offutt Air Force Base, Nebraska, and is expected to be completed by July 31, 2019. This award is the result of a competitive acquisition, and one offer was received. Fiscal 2014 operations and maintenance, research and development and procurement funds will be obligated with each task order. The 55th Contracting Squadron at Offutt AFB, Nebraska, is the contracting activity (FA4600-14-D-0004).

University of Dayton Research Institute (UDRI), Dayton Ohio, has been awarded an indefinite-delivery/indefinite-quantity contract and one initial task order with an estimated ceiling of $9,900,000 to meet specific research objectives to bridge the gaps and accelerate the initial development of selected nondestructive technology to a level of full-feasibility demonstration, to conduct studies of the applicability of selected technologies to a wide variety of potential applications, or development of new technologies to address specific needs. Research is contemplated to address current operational or maintenance needs. Work will be performed primarily at Wright-Patterson Air Force Base, Ohio, and the ordering period will run through July 31, 2019. All effort is expected to be completed on July 30, 2021. The award to UDRI is the result from proposals submitted in response to research and development broad agency announcement BAA-RQKM-2014-0012. Three competitive offers were received. Fiscal 2014 research and development funds in the amount of $225,000 for task order 0001 will be obligated at time of award. Air Force Research Laboratory/RQKMC, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-5224, TO0001).

Raytheon Co., Tucson, Arizona, has been awarded a $8,527,198 modification (P00026) to a firm-fixed-price contract (FA8675-13-C-0003) for Advanced Medium-Range Air-to-Air Missile (AMRAAM) Production Lot 27. The total cumulative face value of the contract is $564,772,594. The contract modification provides for integration and testing for AMRAAM contract line item numbers 0008, 0009, and 0010 being produced under the basic contract. Work will be performed at Tucson, Arizona, and is expected to be completed by June 30, 2016. Foreign military sales contract funds in the amount of $8,527,198 are being obligated at the time of the award for Australia. This Air Force Life Cycle Management Center/EBAK, Eglin AFB, Florida, is the contracting activity.

NAVY

Donald L. Mooney Enterprises LLC, doing business as Nurses Etc Staffing,* San Antonio, Texas (N62645-14-D-5032); Loyal Source Government Services LLC,* Orlando, Florida (N62645-14-D-5033); Magnum Opus Technologies Inc.,* San Antonio, Texas (N62645-14-D-5034); and Vesa Health & Technology Inc.,* San Antonio, Texas (N62645-14-D-5035), are each being awarded a 36-month, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award task order contract for various ancillary services that include the labor bands of Allied Health, Technologist, Technician and Assistant. The aggregate not-to-exceed amount for these multiple award contracts combined is $130,430,320. The four contractors will have the opportunity to bid on each individual task order. Work will be performed at the following military treatment facilities in the Pacific region of the U.S.: Naval Hospital Camp Pendleton, California (25 percent); Naval Hospital Lemoore, California (15 percent); Naval Hospital Twenty-Nine Palms, California (15 percent); Naval Medical Center, San Diego, California (10 percent); Naval Hospital Bremerton, Washington (10 percent); Naval Hospital Oak Harbor, Washington (10 percent); Naval Health Clinic Hawaii (10 percent); Naval Hospital Guam (2 percent) and any associated branch clinics (3 percent). Work is expected to be completed on Sept. 30, 2017. Availability of Fiscal 2015 Defense Health Program funds in the amount of $1,156,230 will be obligated at the time of award under initial task orders, and the funds will expire at the end of the Fiscal 2015. These contracts were solicited via a multiple award electronic request for proposals as a 100 percent service disabled veteran-owned small business set-aside, with 26 offers received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity.

Advanced Crane Technologies LLC,* Reading, Pennsylvania, is being awarded a maximum amount $31,184,365 requirements contract for the service life extension program to modernize 14 60-ton portal cranes at Norfolk Naval Shipyard, Norfolk, Virginia; Puget Sound Naval Shipyard, Bremerton, Washington; and Portsmouth Naval Shipyard, Kittery, Maine. The work to be performed is for the modernization for all cranes and will include replacing the existing drives, modifying the operator’s controls, replacing/modifying the electric control system, replacing the crane’s diesel engine generator set, adding a rail lubrication system (as an option), adding new limit switches, replacing whip hoist wire rope and replacing outdoor conduit. Additionally, the addition of a caliper disc brake mounted on the drum and associated caliper disc brake control system will be required on the whip hoist on seven of the fourteen cranes. Task order 0001 is being awarded at $2,485,769 for modernization of crane P-82 in the Puget Sound Naval Shipyard, Bremerton, Washington, and task order 0002 at $1,992,626 for modernization of crane DC-41 in the Norfolk Naval Shipyard, Norfolk, Virginia. Work for these task orders is expected to be completed by April 2016. Work on this contract will be performed in Portsmouth, Virginia (72 percent); Bremerton, Washington (21 percent); and Kittery, Maine (7 percent), and the term of the contract is not to exceed 60 months with an expected completion date of July 2019. Fiscal 2014 other procurement (Navy) contract funds in the amount of $4,478,395 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two proposals received. The Naval Facilities Engineering Command, Norfolk, Virginia, is the contracting activity (N62470-14-D-5001).
Communications & Power Industries LLC, Palo Alto, California, is being awarded an $18,841,200 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the repair and remanufacture of AN/SLQ-32 output, driver and sidekick output traveling wave tubes (TWTs) to support the repair and refurbishment of Navy ships. The AN/SLQ-32 output, driver, and sidekick output TWTs are an integral part of the AN/SLQ-32 electronic countermeasures system and are used to amplify radiofrequency energy to defeat anti-ship missile systems. Work will be performed in Palo Alto, California, and is expected to be completed by July 2019. Fiscal 2014 working capital funds in the amount of $390,252 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-14-D-GR37).
Detyens Shipyards Inc.,* North Charleston, South Carolina, is being awarded an $11,631,622 firm-fixed-price contract for a 75-calendar day regular overhaul and dry-docking of USNS Arctic (T-AOE 8). Work will include opening, cleaning and purging gas from tanks, voids and cofferdams; repairing and replacing various sections of weather deck handrails on the forward main mast, replenishment-at-sea and fueling-at-sea kingposts and access ladders; modifying the main reduction gear lube oil purifier; inspecting the auxiliary boiler; inspecting and weight testing the accommodation ladder; performing maintenance on gallery/scullery equipment; dry-docking and undocking; refurbishing sea valves; cleaning and painting the underwater hull; and blasting and coating tanks. Arctic’s primary mission is to deliver petroleum products, ammunition, food and other cargo to ships at sea. The contract includes options, which, if exercised, would bring the cumulative value of this contract to $15,240,367. Work will be performed in North Charleston, South Carolina, and is expected to be completed by October 2014. Navy working capital funds in the amount of $11,631,622 are being obligated at the time of award and will expire at the end of the current fiscal year. This contract was procured as a 100% small business set-aside with proposals solicited via the Federal Business Opportunities website, with two proposals received. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N32205-14-C-2003).

Watts Constructors LLC, Honolulu, Hawaii, is being awarded a $9,395,000 firm-fixed-price contract for construction of an integrated water treatment system at Puget Sound Naval Shipyardand Intermediate Maintenance Facility, Bremerton, Washington. The work to be performed provides for infrastructure improvement to the existing system that collects and treats industrial process water at Drydock 3 and Drydock 4. This project will integrate the existing oily water treatment system with the existing process water collection system to provide increased capability and capacity for on-site collection, containment, and treatment of process water from the drydock floor. Work will be performed in Bremerton, Washington, and is expected to be completed by February 2016. Fiscal 2014 military construction (Navy) contract funds in the amount of $9,395,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with six proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-14-C-5000).

ARMY

BAE Systems Land & Armaments, York, Pennsylvania, was awarded an $88,330,859 modification (P00081) to contract W56HZV-09-C-0550 to extend the existing M109A7 and M992A3 engineering and manufacturing development contract to incorporate low rate initial production test support. Research, development, testing, and evaluation funds for fiscal 2014 ($12,295,000) and fiscal 2013 ($1,805,000) were obligated at the time of the award. Estimated completion date is March 31, 2017. Work will be performed in York, Pennsylvania. Army Contracting Command, Warren, Michigan, is the contracting activity.

UPDATE: Global Engineering LLC, Renton, Washington, has been added as an awardee to the multiple-award contract announced June 24, 2014 for construction services supporting the U.S. Army Corps of Engineers, Southwestern Division. (W91278-14-R-0030)

DEFENSE LOGISTICS AGENCY

The Hariford Provision Company,** South Windsor, Connecticut, has been awarded a maximum $83,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for prime vendor subsistence support. This contract was a competitive acquisition, and three offers were received. Location of performance is Connecticut with a July 18, 2016, performance completion date. This is a two-year base contract with one two-year option period. Using military services are the Navy, Air Force, Marine Corps, Coast Guard, and National Oceanic and Atmospheric Administration. Type of appropriation is Fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3025).

Sysco Baraboo, Baraboo, Wisconsin, has been awarded a maximum $16,500,000 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. Location of performance is Wisconsin with a July 13, 2019 performance completion date. This is a two-year base contract with one one-year and one two-year option periods. Using military services are Army and Air Force. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3029).

URS Federal Services Inc., Germantown, Maryland, has been awarded a maximum $11,767,117 modification (P00029) exercising the second option period on a one-year base contract (SP3300-12-C-5003) with three one-year option periods. This is a fixed-price, incentive-firm-target contract for material distribution services to include receipt, storage and issue of material. Locations of performance are Maryland and Utah with a July 31, 2015 performance completion date. Using service is Defense Logistics Agency. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania.

DEFENSE MEDIA ACTIVITY

Bluewater Communications Group, Hauppauge, New York (HQ0516-12-D-0001); Globecomm Systems, Hauppauge, New York (HQ0516-12-D-0002); and TVC Communications LLC, Annville, Pennsylvania (HQ0516-12-D-0003) are each being awarded $15,000,000 modifications to multiple-award, firm-fixed-price contracts to exercise the second option year to provide Cisco satellite decoders and HD encryption systems for the Defense Media Activity. Funding and work location will be determined with each order. The Defense Media Activity, Fort Meade, Maryland is the contracting activity.

*Disabled veteran-owned small business

**Small business

Thursday, July 17, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JULY 17, 2014

FROM:  U.D. DEFENSE DEPARTMENT 

CONTRACTS

NAVY

Insight Pacific LLC,* Anaheim, California (N62478-14-D-4000); Bethel-Webcor JV-1,* Anchorage, Alaska (N62478-14-D-4001); Dawson-Hawaiian Builders I,* Honolulu, Hawaii (N62478-14-D-4002); JSR-ECC LLC,* Schertz, Texas (N62478-14-D-4003); CT JV,* Bargerville, Indiana (N62478-14-D-4004); and Environet Inc.,* Kamuela, Hawaii (N62478-14-D-4005) are being awarded an indefinite-delivery/indefinite-quantity multiple award design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command Hawaii area of responsibility. The maximum dollar value including the base period and four option years for all six contracts combined is $240,000,000. The work to be performed provides for but is not limited to labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration, and related demolition of existing infrastructure based on design-build or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force, and miscellaneous federal and other facilities in the NAVFAC Hawaii area of responsibility. The term of the contract is not to exceed 60 months, with expected completion date of July 2015 (base period). Navy working capital funds in the amount of $60,000 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 22 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Pearl Harbor, Hawaii, is the contracting activity.

Geographic Information Services Inc., Birmingham, Alabama, was awarded a $29,884,815 firm-fixed-priced, indefinite-quantity/indefinite-delivery contract to provide software maintenance, database development, engineering support, integration services, and training for foreign military sales purchasers to use the Weapon Danger Zone Tool. Work will be performed in Birmingham, Alabama, and is expected to be completed by July 1, 2017. This contract will be funded with foreign military sales funds. No contract funds will expire by the end of the current fiscal year. No funds were obligated at the time of award. Funds will become available on individual task orders. This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-14-D-9501). (This contract was awarded on July 2, 2014.)

EDO Professional Services Inc., Alexandria, Virginia, is being awarded $24,864,130 for one-year modification (P00012) to a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N66001-09-D-0032) for continued technical services in support of Space and Naval Warfare Systems Center Pacific unmanned maritime systems. An accelerated timeline and increased operational requirements for unmanned maritime systems performing fleet mine countermeasures and force protection necessitated this modification to increase the cost ceiling. EDO Professional Services Inc., will provide engineering, logistics, configuration management, research, depot maintenance, system administration, and tactical and strategic management. Work will be performed in Manama, Bahrain (65 percent) and San Diego, California (35 percent), and is expected to be completed by July 21, 2015. No funds will be obligated at the time of award. Fiscal 2014 and 2015 operations and maintenance, (Navy) and research, development, test and evaluation funds will be incrementally obligated at the task order level. Fiscal 2014 operations and maintenance, (Navy) funds in the amount of $16,000,000 will expire at the end of the current fiscal year. This is a modification to a contract competitively procured via Space and Naval Warfare Systems Center Pacific solicitation N66001-09-R-0032 and published on the Federal Business Opportunities website, with one offer received. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

Huntington Ingalls Inc., Ingalls Shipbuilding, Pascagoula, Mississippi, is being awarded a $23,499,948 modification to previously awarded contract (N00024-13-C-2402) for early industry involvement associated with the LHA(R) Program Flight 1 (LHA 8) ship design to initiate an affordability design phase. The early industry involvement contracts were awarded to U.S. shipyards that have the facilities and resources to build a large deck amphibious assault ship without major re-capitalization. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by May 2015. Fiscal 2014 research, development, test & evaluation contract funds in the amount of $19,740,760 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.
BAE Systems San Diego Ship Repair, San Diego, California, is being awarded a $15,178,728 modification to previously awarded cost-plus-award-fee contract (N00024-10-C-4407) for USS New Orleans (LPD 18) fiscal 2014 selected restricted availability (SRA). An SRA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in San Diego, California, and is expected to be completed by December 2014. Fiscal 2014 operations and maintenance (Navy) and fiscal 2014 other procurement (Navy) funding in the amount of $15,178,728 will be obligated at the time of award. Contract funds in the amount of $14,689,549 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

ARMY

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $65,256,769 modification (P00010) to foreign military sales contract W56HZV-13-D-0015 for specialized training, contractor logistics support, and base life support for the Iraq M1A1 Abrams program. Funding and work location will be determined with each order. Estimated completion date is Feb. 28, 2015. Army Contracting Command, Warren, Michigan, is the contracting activity.
Kongsberg Defence & Aerospace, Kongsberg, Norway, was awarded a $43,000,000 modification (P00115) to contract W15QKN-12-C-0103 for depot support for the Common Remotely Operated Weapon Station. Fiscal 2014 operations and maintenance (Army) funds in the amount of $43,000,000 were obligated at the time of the award. Estimated completion date is July 15, 2016. Work will be performed in Johnstown, Pennsylvania. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.
Watts Constructors LLC, Honolulu, Hawaii, was awarded a $36,441,000 firm-fixed-price contract with options for designing and building the Special Operations Forces Battalion Operations Facility Complex. Work will be performed at Fort Carson, Colorado, with an estimated completion date of June 15, 2016. Bids were solicited via the Internet with fifteen received. Fiscal 2013 military construction funds in the amount of $36,441,000 are being obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-14-C-0024).

Walsh Federal JV St., Chicago, Illinois, was awarded a $34,748,000 firm-fixed-price multi-year contract with options for new construction for the Marshall Elementary School at Fort Campbell, Kentucky. Work will be performed at Ft. Campbell, Kentucky, with an estimated completion date of April 1, 2016. Bids were solicited via the Internet with five received. Fiscal 2014 military construction funds in the amount of $34,748,000 are being obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-14-C-0025).

AAR Allen Services, Garden City, New York, was awarded a $23,507,990 firm-fixed-price contract for 60-520 gas turbine power units for the Blackhawk weapon system. Funding and work location will be determined with each order with an estimated completion date of July 30, 2019. Bids were solicited via the Internet with four received. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-14-D-0089).

Aerojet Rocketdyne, Camden, Arizona, was awarded an $18,507,839 firm fixed-price contract with options for Stinger flight motors, 1,000 each. Base Option: Stinger flight motors, 1-1,500 each. Option 1: Stinger flight motors, 1-505 each. Option 2: Stinger flight motors, 1-545 each. The Stinger flight motor contract is required to support the Service Life Extension Program (SLEP) of 850 Stinger Block I Missiles at McAlester Army Ammunition Plant, McAlester, Oklahoma. The SLEP will replace all Stinger missile components susceptible to degradation due to aging (to include the flight motor) providing a missile with a 10 year shelf life. Work will be performed in Camden, Arizona, with an estimated completion date of Dec. 31, 2016. One bid was solicited with one received. Fiscal 2014 other procurement funds in the amount of $18,507,839 are being obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-14-C-0090).

Northrop Grumman Technical Services Inc., Herndon, Virginia, was awarded a $9,859,646 modification (P00002) to contract W9124E-14-C-0003 to continue key and essential logistics requirements at the Joint Readiness Training Center and Fort Polk, Louisiana. Fiscal 2014 operations and maintenance (Army) funds in the amount of $9,859,646 were obligated at the time of the award. Estimated completion date is Dec. 29, 2014. Work will be performed at Fort Polk, Louisiana. Army Contracting Command, Fort Polk, Louisiana, is the contracting activity.

Intelligent Decisions Inc., Ashburn, Virginia, was awarded an $8,569,058 firm-fixed-price contract with options for information technology operations and maintenance support for U.S. Southern Command Joint Task Force-Guantanamo Bay. Work will be performed in Cuba with an estimated completion date of July 22, 1019. Bids were solicited via the Internet with 13 received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $7,969,059 are being obligated at the time of the award. Army Contracting Command, Fort Sam Houston, San Antonio, Texas, is the contracting activity (W912CL-14-C-0018).

AIR FORCE

Northrop Grumman Systems Corp., Information Systems Sector, Defense Systems Division, C2S, Herndon, Virginia, has been awarded a $9,922,486 modification (P00020) to cost-pl
us-fixed-fee FA8750-13-C-0120 for software enhancements, testing, integration and maintenance. The contract modification is to provide support to the National Air and Space Intelligence Center to operate, maintain, and enhance the databases, tools, dynamic web-based products, and related systems and capabilities. Work will be performed at Beavercreek, Ohio, and is expected to be completed by June 12, 2015. Fiscal 2014 operations and maintenance funds in the amount of $6,439,147 are being obligated at the time of the award. Air Force Research Laboratory/RIKE, Rome, New York, is the contracting activity.

Vision Systems International LLC, Fort Worth, Texas, has been awarded a $7,768,862 firm-fixed-price task order (0024) to FA8522-09-D-0012 for F-15 and F-16 sustainment in support of the Joint Helmet Mounted Cueing System. Work will be performed at Wilsonville, Oregon, and is expected to be completed by July 15, 2015. This award is the result of a sole source acquisition. Funds in the amount of $7,768,862 from Fiscal 2014 Consolidated Sustainment Activity Group Working Capital Funds under the Fiscal 2014 Contract Depot Maintenance Direct Cite Funds Program Authority are being obligated at time of award. This contract is not multiyear. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

CORRECTION: The contract announced on July 14, 2014, for AvKare Inc.,** Pulaski, Tennessee (SPE2D2-14-D-0004), for $9,728,923 was announced with an incorrect award date. The correct award date is July 17, 2014.

*Small Business

**In HubZone Service Disabled Veteran Owned Small Business

Wednesday, July 16, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

ARMY

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

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

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

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

U.S. TRANSPORTATION COMMAND

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

NAVY

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

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

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

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

MISSILE DEFENSE AGENCY

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

DEFENSE LOGISTICS AGENCY

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

Monday, July 14, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JULY 14, 2914

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

AIR FORCE

Lockheed Martin Corp., Gaithersburg, Maryland (FA87732-13-D-0001); Jacobs Technology, Fort Walton Beach, Florida (FA8732-13-D-0002); SRA International, Fairfax, Virginia (FA8732-13-D-0003); L-3 National Security Solutions, Reston, Virginia (FA8732-13-D-0004); Raytheon, Garland, Texas (FA8732-13-D-0006); InfoReliance Corp., Fairfax, Virginia (FA8732-13-D-0026); CACI-ISS, Inc., Chantilly, Virginia (FA8732-13-D-0027); Northrop Grumman Information Systems, Herndon, Virginia (FA8732-13-D-0028), General Dynamics Information Technology, Needham, Massachusetts (FA8732-13-D-0029); and International Business Machines Corp., Reston, Virginia (FA8732-13-D-0030) are being awarded a $960,000,000 multiple award, indefinite-delivery/indefinite-quantity (ID/IQ) contract for Network-Centric Solutions-2 (NETCENTS-2) Application Services. This contract vehicle will provide services such as sustainment, migration, integration, training, help desk support, testing and operational support. Other services include, but are not limited to, exposing data from Authoritative Data Sources to support web-services or Service Oriented Architecture constructs in Air Force enterprise environments. This contract vehicle is the mandatory source for all USAF units purchasing services that fall under the scope of the contract. Because this is an ID/IQ contract, the location of performance is not known at this time and will be cited on individual delivery orders. The period of performance is 10 years. This award is the result of a competitive acquisition; offers were solicited electronically through FedBizOps and 21 offers were received. The contract ceiling for NETCENTS-2 Application Services Full and Open remains the same at $960,000,000. NETCENTS-2 is a set of five categories of contract capabilities spanning Netcentric Products, Network Operations and Infrastructure Solutions, Applications Services, Enterprise Integration and Service Management, and Information Technology Professional Services. An obligation of $2,500 has been issued to each of the awardees utilizing fiscal 2013 operations and maintenance funds for the original awards and fiscal 2014 operations and maintenance funds for the five new awards. This is not a multi-year contract. Air Force Life Cycle Management Center/HICK, Maxwell Air Force Base-Gunter Annex, Alabama, is the contracting activity.

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $278,649,002 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 Depot Phases I-IV sustainment activities. Work will be performed in Fort Worth, Texas (35 percent); El Segundo, California (25 percent); Warton, United Kingdom (20 percent); Orlando, Florida (10 percent); Nashua, New Hampshire (5 percent); and Baltimore, Maryland (5 percent), and is expected to be completed in October 2018. Fiscal 2012 aircraft procurement (Navy and Air Force) funds and international partner funds in the amount of $278,649,002 will be obligated at time of award, $236,913,238 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp, Maritime Systems, Charlottesville, Virginia, is being awarded a five year, not to exceed $61,177,585 firm-fixed price, performance based logistics contract (N00104-14-D-ZD00), for logistics support, which includes managing the systems by furnishing repaired and new units for approximately 202 items for the WSN Ring Laser Gyro Navigation System, AN/BPS-15/16 Radar Set Weapon System, Guided Missile Destroyer Steering/Scalable Integrated Bridge System, and SPQ-9B Radar Set items. Work will be performed in Charlottesville, Virginia, and is expected to be completed by July 14, 2019. Fiscal 2014 Navy working capital funds in the amount of $2,578,529 will be obligated at the time of award. The contract funds will not expire before the end of the current fiscal year. This contract was a sole source requirement in accordance with 10 U.S.C. 2304 (c)(1). The NAVSUP Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity.
BAE Systems Information and Electronic Systems Integration, Inc., Greenlawn, New York, is being awarded a $12,420,183 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of 249 Mode 5 Combined Interrogator Transponder (CIT) Kits for the U.S. Navy (132) and the governments of Finland (69), Australia (46) and Switzerland (2), in support of the F/A-18 aircraft. In addition, this contract provides for the procurement of 26 power supply Shop Replaceable Assemblies for the U.S. Navy; 10 Integrated CIT systems for the governments of Finland (8) and Switzerland (2); and one lot of Production Acceptance Test Capability for the U.S. Navy. Work will be performed in Greenlawn, New York, and is expected to be completed in March 2017. No funds are being obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. This contract was not competitively procured pursuant to FAR.6.302-1. This contract combines purchases for the U.S. Navy ($7,570,415; 61 percent); and the governments of Finland ($2,874,560; 23.1 percent); Australia ($1,879,744; 15.1 percent); and Switzerland ($95,464; .8 percent), under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-14-D-0025).

The Boeing Co., St. Louis, Missouri, is being awarded a $6,947,488 modification to a previously awarded firm-fixed-price contract (N00019-14-C-0032) for aircraft armament equipment items: SUU-789A/A centerline pylons for the Navy (35) and Royal Australian Government (RAAF) (15); and ALE-50 well covers for the U.S. Navy (11). Work will be performed in El Segundo, California (95 percent); Irvine, California (4 percent); and St. Louis, Missouri (1 percent), and is expected to be completed in May 2017. Fiscal 2013 and 2014 aircraft procurement (Navy) funds in the amount of $4,907,038 and foreign military sales funds in the amount of $2,040,450 are being 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 ($4,907,038; 70 percent) and the government of Australia ($2,040,450; 30 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

Voith Hydro, Inc., York, Pennsylvania (W9127N-14-D-0003); National Electric Coil, Inc, Columbus, Ohio (W9127N-14-D-0004); Alstom Power Inc., Littleton, Colorado (W9127N-14-D-0005); and Andritz Hydro, Corp., Charlotte, North Carolina (W9127N-14-D-0006), were awarded a $99,500,000 firm-fixed-price contract for the rehabilitation and/or replacement of generating equipment at U.S. Army Corps of Engineers hydroelectric facilities within the Northwestern Division: Portland District, Seattle District, Walla Walla District, Omaha District and Kansas City District. This may also be used to perform emergency nonroutine maintenance and assessment at Northwestern Division hydroelectric facilities. Bids were solicited via the Internet with five received. Funding and work location will be determined with each order with an estimated completion date of July 13, 2019. U.S. Army Corps of Engineers, Portland, Oregon District is the contracting activity.

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $28,453,514 modification (0007) to foreign military sales (Kuwait) contract W31P4Q-12-G-0001 for the Launcher Modification Kit Phase II Redesign for the Patriot PAC-3. Fiscal 2014 other procurement funds in the amount of $28,453,514 were obligated at the time of the award. Estimated completion date is Sept. 30, 2017. Work will be performed at Grand Prairie, Texas; Clearwater, Florida; Minneapolis, Minnesota; and Aguadilla, Puerto Rico. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

IBM Corp., Reston, Virginia, was awarded a $12,223,063 modification (P00007) to contract W912DY-13-F-0037 Army General Fund Audit Support Services. Fiscal 2014 operations and maintenance (Army) funds in the amount of $12,223,063 were obligated at the time of the award. Estimated completion date is Jan. 19, 2015. Work will be performed in Reston, Virginia. Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

AvKare, Inc.,* Pulaski, Tennessee, has been awarded a maximum $9,728,923 firm-fixed-price, requirements contract for purchase of pravastatin. This contract was a competitive acquisition and three offers were received. Locations of performance are Tennessee, Czech Republic and Israel, with a July 18, 2015, performance completion date. This is a one-year base contract with four one-year option periods. Using services are military 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 (SPE2D2-14-D-0004).

*In HubZone Service-Disabled Veteran-Owned Small Business

Friday, July 11, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

NAVY

Pacific Energy Solutions LLC,* Boca Raton, Florida, is being awarded $334,135,534 for firm-fixed-price task order 0002 under a previously awarded solar power generation multiple award contract (N62742-11-D-1192) for the procurement of electricity produced from renewable energy generation systems. The work to be performed provides for purchase of reliable locally generated, alternating current, power from solar power generation systems that are designed, constructed, owned, operated, and maintained by the contractor on government property. The government will procure the power using the 10 USC §2922(a) authority. The sites under this task order include three roof tops and one ground mount location (Waipio Peninsula) at Joint Base Pearl Harbor Hickam; six roof tops and two elevated photovoltaic (PV) structures at Marine Corps Base Hawaii, Kaneohe, Hawaii; and one roof top and one elevated PV structure at Camp Smith, Aiea, Hawaii. Work will be performed in Oahu, Hawaii, and is expected to be completed by July 2040. No funds will be obligated with this award. Three proposals were received for this task order. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor Hickam, Hawaii, is the contracting activity.

Northrop Grumman Aerospace Systems, Bethpage, New York, is being awarded a $198,901,412 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for the design, development, and implementation of the Airborne Electronic Attack requirements for software configuration set upgrades to software and ancillary hardware in support of the EA-6B and EA-18G aircraft for the United States and the government of Australia. Work will be performed in Point Mugu, California, and is expected to be completed in July 2019. Fiscal 2014 operation and maintenance (Navy) funds in the amount of $675,697 are being obligated at time of award, all of which will expire at the end of the current fiscal year. This contract combines purchases for the United States ($179,011,271; 90 percent) and the Government of Australia ($19,890,141; 10 percent) under the Foreign Military Sales Program. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-14-D-0018).

The Boeing Co., Seattle, Washington, is being awarded a $44,983,385 cost-plus-fixed-fee contract for the repairs of 214 various mission system components on the P-8A aircraft. Work will performed in Seattle, Washington, and is expected to be completed by March 31, 2016. No funds will be obligated at the time of award. Fiscal 2014 aircraft procurement (Navy) funds will be obligated as delivery orders are issued. No contract funds will expire before the end of the current fiscal year. This contract was a sole source requirement in accordance with 10 U.S.C. 2304(c)(1). The NAVSUP Weapon System Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-14-D-007F).

ARMY

Northrop Grumman Technical Services, Inc. Herndon, Virginia, was awarded a $62,266,368 cost-plus-fixed-fee contract with options for petroleum, oil, lubricants; ammunition supply point; vehicle and equipment maintenance; warehousing; and logistics support to the National Training Center. Work will be performed at Fort Irwin, California, with an estimated completion date of May 31, 2015. Bids were solicited via the Internet with five received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $41,864,622 are being obligated at the time of the award. Army Contracting Command, Joint Base Lewis-McChord, Washington, is the contracting activity (W911S8-14-C-0006).
Michael Baker Jr. Inc., Moon Township, Pennsylvania, was awarded a $9,000,000 firm-fixed-price indefinite-delivery/ indefinite-quantity contract for architectural and engineering services for Army Reserve projects nationwide and military projects within the Great Lakes and Ohio River Division mission boundaries. Estimated completion date is July 10, 2019. Bids were solicited via the Internet with 32 received. Funding and work location will be determined with each order. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-14-D-0020).

Z Systems Corp. Logistics Engineering - Information Technology,* Greenbelt, Maryland, was awarded a $7,140,388 modification (0001) to contract W52P1J-12-G-0036 for maintenance and supply support at the Fort Hood, Texas, Logistics Readiness Center. Fiscal 2014 operations and maintenance (Army) funds in the amount of $238,349 were obligated at the time of the award. Estimated completion date is July 10, 2019. Work will be performed in Killeen, Texas. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

AIR FORCE

Alion Science and Technology Corp., McLean, Virginia, has been awarded a $23,936,197 delivery order (0069) on the Advanced Materials, Manufacturing and Testing Information Analysis Center (AMMTIAC) indefinite-delivery/indefinite-quantity cost-plus-fixed-fee sole-source contract (FA4600-06-D-0003) for Rapid Engineering Solutions for Lifecycle Support. AMMTIAC's objective is to address issues of mechanical, electronic, and electro-mechanical systems and sub-systems obsolescence and hard-to-acquire parts. The work will be performed at Grantsburg, Wisconsin, and various Army locations, and is expected to be complete by Dec. 29, 2016. Fiscal 2014 Army aircraft procurement and operations and maintenance funds in the amount of $238,200 are being obligated at time of award. Air Force Installation Contracting Agency/KD, Offutt Air Force Base, Nebraska, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Northrop Grumman Systems Corporation, 1580A Nursery Road, Linthicum Heights, Maryland, has been awarded a $11,895,370 modification (P00005), exercising the first option to a six month base contract (HR0011-14-C-0005) for Phase 1/Option 1 of the Arrays at Commercial Timescales (ACT) program. This is a cost-plus-fixed-fee contract. Exercise of the option brings the total cumulative face value of the contract to $14,700,357 from $2,804,987. Work will be performed in Linthicum Heights, Maryland, with an expected completion date of Jan. 9, 2016. Fiscal 2014 research, development, test and evaluation funds in the amount of $4,300,000 are being obligated at time of the award. The Defense Advanced Research Projects Agency, located in Arlington, Virginia, is the contracting activity.

*Small business

Search This Blog

Translate

White House.gov Press Office Feed