Showing posts with label DEFENSE ADVANCED PROJECTS AGENCY. Show all posts
Showing posts with label DEFENSE ADVANCED PROJECTS AGENCY. Show all posts

Thursday, June 5, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JUNE 5, 2014

FROM:  U.S. DEFENSE DEPARTMENT

CONTRACTS

MISSILE DEFENSE AGENCY

Lockheed Martin Space Systems Co., Huntsville, Alabama, has been awarded a maximum $134,173,537 modification (P00013) to the previously awarded firm-fixed-price and cost-plus-fixed-fee contract HQ0147-14-C-0004 for highly specialized services to support Ballistic Missile Defense System flight test activities using the contractor’s developed target hardware. Work will be performed at several contractor facilities and government test sites with an expected completion date of Dec. 8, 2018. Fiscal 2014 research, development, test and evaluation funds in the amount of $8,000,000 were obligated at the time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

ARMY

The Ross Group Construction Corp. Tulsa, Oklahoma was awarded a $16,645,200 firm-fixed-price contract with options for the construction of the KC-46A Fuselage Trainer Flight Training Center and the Fuselage Trainer at Altus AFB, Altus, Oklahoma. Option four for sidewalks and landscaping will be exercised at time of award in the amount of $54,800. Option five for additional concrete parking stalls will be exercised at time of contract award in the amount of $34,100. The estimated completion date is Oct. 5, 2015. Bids were solicited via the Internet with seven received. Fiscal 2014 military construction funds in the amount of $16,645,200 are being obligated at the time of the award. Army Corps of Engineers, Tulsa Oklahoma is the contracting activity (W912BV-14-C-0015).
RANCO Construction,* Southampton, New Jersey was awarded a $8,783,220 firm-fixed-price contract with options for the construction of a new central issuing facility at Joint Base McGuire-Dix-Lakehurst, New Jersey with an estimated completion date of Nov. 12, 2015. Bids were solicited via the Internet with eight received. Fiscal 2011 military construction (Army Reserve) funds in the amount of $820,411; fiscal 2014 military construction (Army Reserve) funds in the amount of $7,273,808; and 2014 operations and maintenance funds in the amount of $689,000 are being obligated at award. Army Corps of Engineers, Louisville, Kentucky is the contracting activity (W912QR-14-C-0021).

NAVY

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded a $113,379,349 cost-plus-incentive-fee modification to a previously awarded advance acquisition contract (N00019-13-C-0016) for operations and maintenance support; non-recurring and recurring engineering sustainment, site activation, and depot activation work in support of Low Rate Initial Production Lot VIII F135 propulsion systems. This effort will include maintenance and repair of operational assets; procurement of initial support equipment; packing handling storage and transportation material; fleet management; item management; joint technical data; sustaining engineering; production support; site activation preparation for initial operations; and depot engineering, repair development, inspection limits development for engine depot stand-up and support. Work will be performed in East Hartford, Connecticut (63 percent); Indianapolis, Indiana (25 percent); and Bristol, United Kingdom (12 percent); and is expected to be completed in March 2017. This contract combines purchases for the U.S. Air Force ($50,035,487; 44.1 percent); the U.S. Navy/Marine Corps ($50,381,959; 44.4 percent); and international partners ($12,961,903; 11.5 percent). Fiscal 2012, 2013 and 2014 aircraft procurement (Navy, United States Marine Corp, and United States Air Force) and international partner funds in the amount of $113,379,349 will be obligated at time of award, of which $58,703,576 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
The Boeing Co., Seattle, Washington, is being awarded a $28,688,558 modification to a previously awarded cost-plus-fixed-fee contract (N00019-04-C-3146) for the design, development, fabrication, installation and testing of the airworthiness cabin equipment and support testing to the existing P-8A Poseidon Test aircraft. Work will be performed in Patuxent River, Maryland (58 percent); Seattle, Washington (34 percent); and Huntsville, Alabama (8 percent), and is expected to be completed in December 2016. No funding will be obligated at time of award. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Orlando, Florida, is being awarded a $20,000,000 ceiling-priced indefinite-delivery/indefinite-quantity contract to provide sustaining engineering services in support of the Consolidated Automated Support System family of testers. Work will be performed in Orlando, Florida (93.85 percent) and Fredericksburg, Virginia (6.15 percent), and is expected to be completed in June 2019. No funds are being obligated at time of award. Funds will be obligated against individual delivery orders as they are issued. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N68335-14-D-0009).

G4S-SJC LLC, Fort Worth, Texas, is being awarded a $19,835,665 firm-fixed-price contract for pier repairs at the United States Navy Support Facility, Diego Garcia. The work to be performed provides for repair of failing timber pile fender system and appurtenances, deteriorating sections of the concrete pier deck, and replacement of impressed current cathodic protection for in-water steel piles with passive anode cathodic protection system at the petroleum oil lubricant pier. Work will be performed in Diego Garcia, British Indian Ocean Territories, and is expected to be completed by April 2016. Fiscal 2014 working capital funds (defense agencies) contract funds in the amount of $19,835,665 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-14-C-1306).

BAE Systems San Francisco Ship Repair, San Francisco, California, is being awarded a $10,354,523 firm-fixed-price contract for a 58-calendar day regular overhaul and dry docking availability of USNS Wally Schirra (T-AKE 8). Work will include inspection of the propeller shaft and stern tube, bow thruster repairs, installation of the cloropac unit, upgrades to the electronic chart display and information system radar, underwater hull cleaning and painting, modification to the anchor windlass foundation and removal, repair and re-installation of hazardous material containers. Schirra’s primary mission is to operate as part of a carrier strike group providing fuel, ammunition and dry and refrigerated stores to U.S. Navy ships at sea, enabling them to remain underway for extended periods. This contract includes options which, if exercised, would bring the cumulative value of this contract to $13,096,898. Work will be performed in San Francisco, California, and is expected to be completed by October 2014. Working capital contract funds in the amount of $10,354,523 are obligated for fiscal 2014, and will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with two proposals received. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N32205-14-C-3006).

Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded an $11,916,219 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0004) for the upgrade of the E-6B Mercury Weapon System Trainer. Work will be performed in Richardson, Texas (60 percent) and Binghamton, New York (40 percent), and is expected to be completed in February 2017. Fiscal 2012 and 2013 aircraft procurement (Navy) funds in the amount of $11,916,219 are being obligated on this award, $9,032,494 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

AIR FORCE

Alion Science and Technology, Burr Ridge, Illinois (FA8075-14-D-0014); Battelle Memorial Institute, Columbus, Ohio (FA8075-14-D-0015); Booz Allen Hamilton, McLean, Virginia (FA8075-14-D-0016); EOIR Technologies, Inc., Fredericksburg, Virginia (FA8075-14-D-0017); Georgia Tech Research Institute, Atlanta, Georgia (FA8075-14-D-0018); MacAulay-Brown, Inc., Dayton, Ohio (FA8075-14-D-0019); Mantech TSG-2 Joint Venture, Fairfax, Virginia (FA8075-14-D-0020); Prescient Edge Corporation, McLean, Virginia (FA8075-14-D-0021); Strategic Analysis, Inc., Arlington, Virginia (FA8075-14-D-0022); TASC, Inc., Andover, Maryland (FA8075-14-D-0023); URS Federal Services, Inc., Germantown, Maryland (FA8075-14-D-0024); and Wyle Laboratories, Inc., Huntsville, Alabama (FA8075-14-D-0025) have been awarded a maximum $3,000,000,000 cost-plus-fixed-fee, firm-fixed-price, multiple-award, indefinite-delivery/indefinite-quantity contract for Defense Systems Technical Area Tasks (DS TATs). The DS TATs contracts will provide research, development, test and evaluation, and advisory and assistance services related to research and development efforts for technical area tasks within the Advanced Materials; Autonomous Systems; Directed Energy; Energetics; Military Sensing; Non-Lethal Weapons and Information Operations; Reliability, Maintainability, Quality, Supportability, and Interoperability; Survivability and Vulnerability; and Weapons Systems focus areas. Location of performance will be cited on individual task orders. Generally, work will be performed at government facilities, and the period of performance is five years. The ordering period is a one year basic period with four one-year option periods with work expected to be completed by June 2019 if all option periods are exercised. Individual task orders, obligating fiscal 2014 research and development funds, will be issued against the basic contracts, in order to meet the minimum order guarantee of $2,500. The multiple-award contracts were competitively procured by full and open competition along with a partial small business set-aside via the Federal Business Opportunities website with 12 offers received. The Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity.

Lockheed Martin Space Systems Co., King of Prussia, Pennsylvania, has been awarded a $452,000,000 indefinite-delivery/indefinite-quantity contract for reentry system/reentry vehicles (RS/RV) subsystem support. The acquisition provides sustaining engineering, maintenance engineering, aging surveillance, modification of systems and equipment, software maintenance, developmental engineering, production engineering, and procurement of the MMIII RS/RV subsystem and related support equipment. Work will be performed at King of Prussia, Pennsylvania, and other various sites to include Hill Air Force Base, Utah, and is expected to be complete by June 4, 2022. This award is the result of a sole-source acquisition. Fiscal 2014 operations and maintenance funds in the amount of $5,983,062 for task order 0001 are being obligated at time of award. Air Force Nuclear Weapons Center/PZBF, Hill AFB, Utah, is the contracting activity (FA8214-14-D-0002).

Parsons Government Support Services Inc., Dallas, Texas, has been awarded a $7,107,395 modification (P00043) for FA8501-08-C-0024 to exercise a 12-month option for continuation of ground support equipment maintenance services from July 1, 2014 through June 30, 2015. The total cumulative face value of the contract is $51,568,279. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed by June 20, 2015. This acquisition is being funded by Defense Maintenance Activity Group appropriations in the amount of $7,107,395 at time of exercise of option. Air Force Systems Center/PZIOA, Robins AFB, Georgia, is the contracting activity.

Essex Electro Engineers, Inc., Schaumburg, Illinois, has been awarded a $6,658,080 firm-fixed-price delivery order (0002) against indefinite delivery requirements contract, FA8533-11-D-0005 for the purchase of 72kW Generators. The 72kW Ground Power Unit (GPU) is used to provide 400Hz, 28VDC, and 270 VDC power for various aircraft maintenance tasks on Air Force aircraft. The GPU is a stand-alone, trailer mounted, self-contained unit capable for providing external ground power to the following aircrafts: C-130, C-17, C-5, B1B, B-2, F-22, F-35, A-10, KC-135, B-52, and secondary power for the F-15 and F-16. Work will be performed at Schaumburg, Illinois and is expected to be completed by Jan. 30, 2016. This order is being placed against basic contract FA8533-11-D-0005 which was the result of a full and open competitive acquisition in which seven proposals were received. Fiscal 2014 operations and maintenance funds in the amount of $6,658,080 are being obligated at time of award. Air Force Life Cycle Management Center/WNKBBB, Robins Air Force Base, Georgia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

UPDATE: Shannon Chastain Enterprises Incorporated,* Eatonton, Georgia (SPE8EC-14-D-0009) has been added as an awardee to the multiple award contract issued against solicitation #SPM8EC-11-R-0003 announced Aug. 4, 2011.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded a maximum $10,043,483 modification (P00004) exercising the option one period on a seven-month base contract (HR0011-14-C-0010) with one 17-month option period for air-vehicle design to meet the objective of the DARPA Vertical Take-Off and Landing experimental aircraft (X-Plane) program. This is a cost reimbursement no-fee contract. Location of performance is Stratford, Connecticut, (53 percent) and Palmdale, California, (47 percent) with a Nov. 5, 2015, performance completion date. Type of appropriation is fiscal 2014 through fiscal 2015 research, development, test and evaluation. The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Virginia.

*Small Business

Thursday, March 13, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR MARCH 13, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS 

NAVY

Exelis Inc., Clifton, N.J., is being awarded a $91,701,414 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0002) to exercise an option for the manufacture and delivery of 42 AN/ALQ-214(V)4 on-board jammer (OBJ) systems.  The AN/ALQ-214(V)4/5 is an OBJ component of the integrated defensive electronic counter measures system.  It is a self-protection radio frequency (RF) countermeasures system used by Navy F/A-18C/D/E/F strike fighter aircraft against RF guided surface-to-air and air-to-air threats (missiles).  Work will be performed in Clifton, N.J. (31 percent); San Jose, Calif. (26 percent); San Diego, Calif. (11 percent); Rancho Cordova, Calif. ( 5 percent);  Mountain View, Calif. (4 percent); Hudson, N.H. (2 percent); West Springfield, Mass.(2 percent); and various locations within the United States (19 percent); and is expected to be completed in November 2016.  Fiscal 2013 and 2014 aircraft procurement, Navy funds in the amount of $91,701,414 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting.

Cardno TEC-Leidos LLC, Charlottesville, Va., is being awarded a maximum $50,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for range sustainability services for military training range complexes and assets for various locations and environmental planning for National Environmental Policy Act and Executive Order 12114, Environmental Effects Abroad of Major Federal Actions with the preponderance of work involving Navy training range complexes within the Atlantic Fleet area of responsibility (AOR) and may also include work on ranges and installations around the world.  The work to be performed provides services of an interdisciplinary team required to support the Tactical Training Theater Assessment and Planning (TAP) Program.  The TAP program is intended to ensure the sustainability of Navy training ranges and operating areas to support warfighter readiness around the world.  Task order 0001 is being awarded at $10,000 as the minimum guarantee.  All work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Atlantic AOR including, but not limited to Virginia (50 percent), California (20 percent), Washington (20 percent), and Arizona (10 percent).  The term of the contract is not to exceed 60 months with an expected completion date of March 2019.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-14-D-9003).

Lockheed Martin Corp., Baltimore, Md., is being awarded a $22,235,508 modification to previously awarded contract (N00024-11-C-2300) to exercise options for class service efforts and special studies, analyses and reviews for the Littoral Combat Ship (LCS) program.  Lockheed Martin will provide engineering and design services as well as affordability efforts to reduce LCS acquisition and lifecycle costs.  Work will be performed in Hampton, Va. (32 percent); Marinette, Wis. (27 percent); Moorestown, N.J. (22 percent), and Washington, D.C. (19 percent), and is expected to be completed by March 2015.  Fiscal 2013 shipbuilding and conversion, Navy contract funds in the amount of $4,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Honeywell Technology Solutions Inc., Columbia, Md., is being awarded $13,122,763 for time and material task order 0003 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67704-13-D-0020) to support the U.S. Marine Corps, Afghanistan Retrograde and Redeployment Operations/Maintenance/Preservation Packaging and Packing Support.  Work will be performed in Afghanistan, and is expected to be completed March 2015.  Fiscal 2014 operations and maintenance, Marine Corps funds in the amount of $11,024,637 will be obligated at the time of award.  Contract funds in the amount of $6,561,382 will not expire at the end of the current fiscal year.  This contract was competitively procured with 19 proposals solicited via the Marine Corps Logistics Support Services Unrestricted Suite-Task Area 9; with eight offers received.  The Marine Corps Logistics Command, Albany, Ga., is the contracting activity.

Whiting-Turner Contracting Co., Towson, Md., is being awarded a $12,177,926 modification to increase the maximum dollar value of task order 0009 under a previously awarded firm-fixed-price contract (N40080-10-D-0494) for the design, bid-build repairs to building facades (phase 1) and windows (phase 2) for Rickover Hall at the Naval Support Activity, U.S. Naval Academy, Annapolis, Md.  The work to be performed under this modification provides for the replacement of windows and curtain walls, providing temporary facilities and incidental related work.  The contractor shall provide all labor, supervision, materials, equipment, tools, parts, supplies, and transportation to perform all work described in the specifications.  After award of this modification, the total cumulative task order value will be $17,319,816.  Work will be performed in Annapolis, Md., and is expected to be completed by March 17, 2016.  Fiscal 2014 restoration and modernization contract funds in the amount of $12,177,926 are being obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity.

ARMY

Boh Bros. Construction Co., LLC., New Orleans, La., was awarded a $76,267,513 firm-fixed-price contract for the Southeast Louisiana Urban Flood Control Project, Louisiana Avenue Improvements.  Fiscal 2014 other appropriations in the amount of $76,267,513 will be obligated at award. Work is to be performed in New Orleans, La., with an estimated completion date is October 17, 2017.  Bids were solicited via the Web with three bids received.  The U.S. Army Corps of Engineers – New Orleans District, New Orleans, La., is the contracting activity (W912P8-14-C-0022).


BWAY Corp., Atlanta, Ga., was awarded a $47,207,822 fixed-price with economic-price-adjustment contract for M2A2 ammunition containers.  Funding and work performance location will be determined with each order.  Estimated completion date is Sept. 30, 2019.  Bids were solicited via the web with one received.  Army Contracting Command, Rock Island Arsenal, Ill., is the contracting activity (W52P1J-14-D-0006).

Longbow LLC, Orlando, Fla., was awarded a $25,504,554 modification (P00045) to foreign military sales contract W58RGZ-06-C-0134 for initial spares, peculiar ground support equipment, integrated logistics support, management, and production line spares in support of the Royal Saudi Land Forces Aviation Command.  Fiscal 2014 other procurement funds in the amount of $25,504,554 were obligated at the time of the award.  Estimated completion date is June 30, 2016.  Work will be performed in Orlando, Fla.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

AIR FORCE

L-3 Communications Integrated Systems, Waco, Texas, has been awarded a $38,000,000 modification (P00009) for an existing firm-fixed-price contract (FA8625-13-C-6597) for C-27J spare parts for the Australian military. The contract modification incorporates purchase of non-long-lead critical parts; this is a modification of a pre-existing undefinitized contract action that purchased long-lead spare parts.  The work will be performed at Waco, Texas, and is expected to be completed by March 2015.  This modification relates to 100 percent foreign military sales for Australia.  Air Force Life Cycle Management Center/WLVK, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Lockheed Martin Global Inc., Orlando, Fla., has been awarded a $24,000,000 indefinite-delivery/indefinite-quantity contract for training and technology transfer in accordance with security assistance agreements and or security cooperation programs as necessary for international C-130J maintenance training requirements for the Iraqi Air Force.  Work will be performed at New Al-Muthana Air Base, Iraq (also known as Baghdad International Airport Complex), and work is expected to be completed by Jan. 31, 2017.  This award is a sole-source award and is 100 percent foreign military sales for Iraq.  338 Security Contracting Squadron, Joint Base San Antonio, Randolph Air Force Base, Texas, is the contracting activity (FA3002-14-D-0004).

DEFENSE LOGISTICS AGENCY

Altitude Technologies, doing business as Chinook Medical Gear Inc.*, Durango, Colo., has been awarded a maximum $28,636,252 modification (P00006) exercising the second option period on a one-year base contract (SPM2D0-12-D-0003) with seven one-year option periods for various medical and surgical products.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Colorado with an April 3, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  Type of appropriation is fiscal 2014 war-stopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

CORRECTION:   The contract announced March 4, 2014 to Universal Sodexho had the incorrect modification and length of time on the contract. The correct announcement should read:
Universal Sodexho, Tacoma, Wash., has been awarded a maximum $10,800,000 exercising the sixth modification (P00027) on a three-month bridge contract (SPM500-05-D-BP07) with three one-year option periods for maintenance, repair and operations supplies for the Korea Region. This is a firm-fixed-price, indefinite delivery/indefinite quantity contract. Location of performance is Washington with a June 30, 2014 performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

L-3 Communications Corp., Salt Lake City, Utah, has been awarded a $16,458,470 cost-plus-fixed-fee contract.  The work will support the DARPA mobile hotspots program for phases 2 and 3 (if option is exercised).  If successful, the phase 2 effort is expected to deliver a solution consisting of radio and router pods for mounting on Shadow unmanned aerial vehicles, with all mobile hotspots subsystems wholly contained within the pods.  Work will be performed in Salt Lake City, Utah (73.9%); North Hampton, Mass. (11.7%); Fort Lee, N.J. (4.7%); Malibu, Calif. (3.6%); Nashua, N.H. (1.7%); Guthrie, Okla. (1.8%); Springville, Utah (2.5%).  The estimated completion date is March 12, 2015.  Fiscal 2013 and 2014 research and development funds are being obligated at time of award.  The contracting activity is DARPA, Arlington, Va., (HR0011-14-C-0047).

MISSILE DEFENSE AGENCY

Lockheed Martin Corp., Moorestown, N.J., is being awarded an $8,058,225 modification to previously awarded cost-plus fixed-fee contract (HQ0276-10-C-0003) to provide test support at the Aegis Ashore Missile Defense Test Complex.  As a result of this modification, the total contract value will increase from $301,550,229 to $309,608,454.  The work will be performed at the Pacific Missile Range Facility, Kekaha, Hawaii.  The period of performance is from contract award through Dec. 31, 2015.  Fiscal 2014 research, development, test and evaluation funds will be used to incrementally fund this effort.  The Missile Defense Agency, Dahlgren, Va., is the contracting activity.

*Small Business

Search This Blog

Translate

White House.gov Press Office Feed