Showing posts with label DEFENSE CONTRACTORS. Show all posts
Showing posts with label DEFENSE CONTRACTORS. Show all posts

Thursday, December 19, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR DECEMBER 19, 2013

FROM:  U.S. DEFENSE DEPARTMENT

CONTRACTS

DEFENSE LOGISTICS AGENCY

Pacific Unlimited Inc., Barrigada, Guam, has been awarded a maximum $262,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for subsistence prime vendor support for various customers in Guam.  This contract is a competitive acquisition and there were three offers.  Location of performance is Guam with an April 17, 2019 performance completion date.  This is a 64-month base contract with no option periods.  Using military services are Navy and federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.; (SPM300-14-D-3735).  (Awarded on Dec. 18, 2013)

TXU Energy Retail Company LLC, Irving, Texas, has been awarded a maximum $24,753,778 fixed-price with economic-price-adjustment contract for electricity and ancillary services.  This contract is a competitive acquisition and five offers were received.  This is a 36 month contract.  Location of performance is Texas with a Jan. 30, 2017 performance completion date.  Using service is National Aeronautics and Space Administration.  Type of appropriation is fiscal 2014 service funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SPE600-14-D-8002). (Awarded on Dec. 17, 2013)

Federal Prison Industries, Washington, D.C., has been awarded a maximum $15,948,000 modification (P00012) exercising the second one-year option period on a one-year base contract (SPM1C1-12-D-F503) with two one-year option periods for extreme cold wet weather trousers.  This is a firm-fixed-price contract.  Locations of performance are District of Columbia and Kentucky with a Dec. 24, 2014 performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Northrop Grumman, Woodland Hills, Calif., has been awarded a maximum $7,784,925 un-definitized contract for the manufacture and delivery of computers for Navy support services.  This contract is a sole source acquisition.  Location of performance is California with a December 2015 performance completion date.  This is a two-year base contract.  Using military service is Navy.  Type of appropriation is fiscal 2014 Navy funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.; (SPRPA1-09-G-001Z-5011).

AIR FORCE

Lockheed Martin Missiles and Fire Control, Orlando, Fla., has been awarded a $232,545,447 firm-fixed price and cost-plus-fixed-fee contract for the joint air to surface standoff missile (JASSM) baseline missiles (190 each) and JASSM extended range (ER) missiles (40 each), systems engineering, foreign military sales test assets, ER avionics bulkhead value engineering change proposal - cost share savings, tooling and test equipment, Baseline JASSM Weapon Systems Evaluation Program and Obsolescence Management Oversight.  Work will be performed at Orlando, Fla., and Troy, Ala., and expected to be completed by Nov. 30, 2016.  This award is a result of a sole source acquisition and one offer was solicited and one offer was received.  Fiscal 2012 and 2013 missile procurement funds in the amount of $232,545,447 are being obligated at time of award.  This contract is three percent foreign military sales for Finland and Australia.  Air Force Life Cycle Management Center/ EBJK, Eglin Air Force Base, Fla., is the contracting activity (FA8682-14-C-0069).

Lockheed Martin Missiles and Fire Control, Orlando, Fla., has been awarded a $216,475,072 firm-fixed-price and cost-plus-fixed-fee contract for the Joint Air to Surface Standoff Missile (JASSM) Baseline Missiles (150 each) and JASSM Extended Range (ER) Missiles (60 each), ER Avionics Bulkhead Value Engineering Change Proposal - Cost Share Savings, and Obsolescence Management Oversight.  Work will be performed at Orlando, Fla., and Troy, Ala., and expected to be completed by Nov. 30, 2016.   This award is a result of a sole source acquisition and one offer was solicited and one offer was received.  Fiscal 2013 and 2014 missile procurement funds in the amount of $216,475,072 are being obligated at time of award. Air Force Life Cycle Management Center/EBJK, Eglin Air Force Base, Fla., is the contracting activity (FA8682-14-C-0084).

Raytheon Missiles Systems, Tucson Ariz., has been awarded a $40,000,000 indefinite-delivery/indefinite-quantity contract for system improvements to include design, development, and test of the AIM-120D missile.  Work will be performed at Tucson, Ariz., and is expected to be complete by March 31, 2015.  This award is the result of a sole source acquisition.  Fiscal 2013 and 2014 research, development, test and evaluation funds in the amount of $3,993,942 are being obligated at time of award. Air Force Life Cycle Management Center/EBA, Eglin Air Force Base, Fla., is the contracting activity (FA8675-14-D-0082).

Raytheon Network Centric Systems, Aberdeen Proving Ground, Md., has been awarded a $12,878,000, firm-fixed-price contract for Identification Friend or Foe (IFF) AN/APX-114 Interrogators. The contractor will provide 94 IFFs for the Royal Saudi Air Force.  Work will be performed at Largo, Fla., and is expected to be complete Sept. 29, 2017.  This award is the result of a sole-source acquisition. This contract is 100 percent in support of foreign military sales for Saudi Arabia.  Air Force Life Cycle Management Center/WNKCB, Robins AFB, Ga., is the contracting activity. (FA8540-14-C-0002)

Raytheon Network Centric Systems, Aberdeen Proving Ground, Md., has been awarded an $11,662,862 firm-fixed-price contract for identification friend or foe (IFF) AN/APX-119 transponders.  The contractor will provide 94 IFFs for the Royal Saudi Air Force.  Work will be performed at Largo, Fla., and AEC Saudi Arabia, and is expected to be complete July 31, 2017.  This award is the result of a sole source acquisition.  This contract is 100 percent in support of foreign military sales for Saudi Arabia.  Air Force Life Cycle Management Center/WNKCB, Robins Air Force Base, Ga., is the contracting activity. (FA8540-14-C-0003)

Lockheed Martin Missiles and Fire Control, Orlando, Fla., has been awarded an $8,808,979 (not-to-exceed) firm-fixed-price modification (P00004) on an existing contract (FA8540-12-C-0012) for sniper advanced targeting pods (ATP) for the Royal Saudi Air Force.  The contractor will provide compact multiband data link software and firmware configuration support on the RSAF's F-15SA aircraft and provide resources required for the management, fabrication, repair, support, testing and shipping of its non-developmental item sniper ATP system.  Work will be performed at Orlando, Fla., and is expected to be complete by November 2016.  This award is the result of a source directed acquisition and is 100 percent foreign military sales for Saudi Arabia. Air Force Life Cycle Management Center/WNKCB, Robins Air Force Base, Ga., is the contracting activity.

ARMY

General Dynamics C4 Systems Inc., Scottsdale, Ariz., was awarded a $107,309,000 modification (P00402) to contract W15P7T-04-C-E405 to procure 1500 Manpack radio kits and 500 dismount kits.  Fiscal 2014 other procurement, Army funds in the amount of $106,410,000 were obligated at the time of the award.  Estimated completion date is Jan. 30, 2015.  Bids were solicited via the Internet with two received.  Work will be performed in Scottsdale, Ariz.  Army Contracting Command, Aberdeen, Md., is the contracting activity.

DynCorp International LLC, Fort Worth, Texas, was awarded a $80,333,657 modification (P00008) to contract W58RGZ-13-C-0040 for aviation maintenance supporting Operation Enduring Freedom.  This requirement includes restoring aircraft to fully mission capable status, aircraft modifications, and maintenance support to various Army units and combat aviation brigades.  Fiscal 2014 cost-plus-fixed-fee funds in the amount of $80,333,657 were obligated at the time of the award.  Estimated completion date is Dec. 31, 2014.  Bids were solicited via the Internet with three received.  Work will be performed in Afghanistan.  Army Contracting Command, Redstone Arsenal (Aviation), Ala., is the contracting activity.

Booz Allen Hamilton Inc., McLean, Va., was awarded a $49,916,668 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract for the dematerialization-centric intelligence surveillance and reconnaissance effort to perform analyses, assessments, studies, and operational exercises of technologies and systems.  Funding and work location will be determined with each order.  Estimated completion date is Dec. 18, 2016. Bids were solicited via the Internet with 999 received. Army Contracting Command, Adelphi, Md., is the contracting activity (W911QX-14-D-0001).

Kongsberg Defence & Aerospace AS, Kongsberg, Norway, was awarded a $37,872,000 modification (P00048) to contract W15QKN-12-C-0103 for maintenance of the M153 common remotely operated weapon station. Fiscal 2014 operations and maintenance, Army funds in the amount of $37,872,000 were obligated at the time of the award.  Estimated completion date is Aug. 16, 2017.  Bids were solicited via the Internet with two received.  Work will be performed in Johnstown, Pa.  Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.

Sundt Construction Inc., Tempe, Ariz., was awarded a $32,787,350 firm-fixed-price contract for runway repair at Minot Air Force Base, N.D.  Fiscal 2014 other procurement funds in the amount of $32,787,350 were obligated at the time of the award.  Estimated completion date is Oct. 15, 2014.  Bids were solicited via the Internet with nine received.  Work will be performed at Minot Air Force Base.  Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-14-C-0003).

King Aerospace Inc., Addison, Texas, was awarded a $32,353,000 modification (P00213) to contract W58RGZ-05-C-0302 for life cycle support for the airborne reconnaissance low DeHaveilland Dash 7 aircraft fleet.  Fiscal 2014 operations and maintenance, Army funds in the amount of $32,353,000 were obligated at the time of the award.  Estimated completion date is Dec. 31, 2014.  One bid was solicited with one received. Work will be performed in El Paso, Texas.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

L-3 Fuzing and Ordnance Systems Inc., Cincinnati, Ohio, was awarded a $25,938,211 modification (P00024) to contract W15QKN-10-C-0015 for the production of 40,842 M734A1 fuses and 99,791 M783 fuses. Fiscal 2014 other procurement funds in the amount of $25,938,211 were obligated at the time of the award.  Estimated completion date is Oct. 31, 2015.  Bids were solicited via the Internet with one received.  Work will be performed in Cincinnati, Ohio.  Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.

Oshkosh Corp., Oshkosh, Wis., was awarded a $21,159,240 modification (0010) to contract W56HZV-12-G-0010 for the procurement of 5,733 tire and engine automatic fire extinguishing system kits for use on the Mine Resistant Ambush Protected all-terrain vehicle.  Fiscal 2014 other procurement Army funds in the amount of $17,197,719 were obligated at the time of the award.  Estimated completion date is Sept. 30 2014.  One bid was solicited with one received.  Work will be performed in Oshkosh, Wis.  Army Contracting Command, Tank and Automotive, Mich., is the contracting activity.

Honeywell International Inc., Aerospace, Phoenix, Ariz., was awarded a $15,795,824 modification (P00012) to contract W56HZV-12-C-0344 for the repair and overhaul of AGT1500 engines used in the Abrams family of vehicles.  Fiscal 2014 other procurement funds in the amount of $15,795,824 were obligated at the time of the award.  Estimated completion date is Dec. 31, 2014.  Bids were solicited via the Internet with one received.  Work will be performed in Phoenix, Ariz., and Aniston, Ala. Army Contracting Command, Tank and Automotive, Warren, Mich., is the contracting activity.

Northrop Grumman, Huntsville, Ala. was awarded a $10,270,794 modification (P00098) to contract W31P4Q-08-C-0418 for Research and Development for Advance Electronic Protect, Integrated Air and Missile Defense System of Systems capability, IAMD Battle Command System (IBCS System Development and Demonstration).  Fiscal 2014 research, development, testing and evaluation funds in the amount of $9,900,000 and fiscal 2014 other procurement funds in the amount of $370,794 were obligated at the time of the award.  Estimated completion date is Sept. 30, 2015.  Two bids were solicited with two received.  Work will be performed in Huntsville, Ala.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

DynCorp International LLC, Fort Worth, Texas, was awarded a $9,527,589 modification (P00041) to contract W58RGZ-13-C-0042 for aviation maintenance reset, installation of modification work orders, and auxiliary maintenance support.  Fiscal 2014 operations and maintenance, Army funds in the amount of $9,527,589 were obligated at the time of the award.  Estimated completion date is June 30, 2017.  Bids were solicited via the Internet with eight received.  Work will be performed at Fort Hood, Texas.  Army Contracting Command, Redstone Arsenal (Aviation), Ala., is the contracting activity.

Burns & McDonnell Engineering Co., Kansas City, Mo., was awarded a $9,500,000 firm-fixed-price contract for military and civil works projects primarily within the Great Lakes and Ohio River division.  Funding and performance location will be determined by each order.  Estimated completion date is Dec. 12, 2018.  Bids were solicited via the Internet with 35 received.  Army Corps of Engineers, Louisville, Ky., is the contracting activity.

Agate Construction Co., Inc., Clermont, N.J., was awarded a $7,592,200 firm-fixed-price contract for operation and maintenance of Emergency Supplement Project to provide repairs to the North Jetty at Barnegat Inlet, N.J.  Fiscal 2014 other procurement funds in the amount of $7,592,200 were obligated at the time of the award.  Estimated completion date is Sept. 15, 2014.  Bids were solicited via the Internet with four received.  Work will be performed in Toms River, N.J.  Army Corps of Engineers, Philadelphia, Pa., is the contracting activity (W912BU-14-C-0003).

NAVY

Lockheed Martin Corp., Mission Support and Training, Orlando, Fla., is being awarded a $103,865,047 modification to a previously awarded cost-plus-incentive-fee, system design and development contract (N68335-10-C-0225) to exercise two options for the procurement of 36 electronic Consolidated Automated Support System (eCASS) low rate initial production units.  Systems being procured include:  eCASS radio frequency systems (36), self-maintenance and test calibration operational test program sets (10), calibration equipment kits (10), shore installation kits (36), ship installation kits (4), test program set development environment suites (5) and installations (18).  Work will be performed in Orlando, Fla. (33 percent); Hunt Valley, Md. (32 percent); Irvine, Calif. (11 percent); San Diego, Calif. (9 percent); North Reading, Mass. (6 percent); Dallas, Texas (3 percent); Tallman, N.Y. (3 percent); Everett, Wash. (2 percent) and various other locations within the continental United States (1 percent), and is expected to be completed in March 2015.  Fiscal 2013 and 2014 aircraft procurement, Navy contract funds in the amount of $103,865,047 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity

Lockheed Martin Corp., Archbald, Pa., is being awarded an $84,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of Enhanced Laser Guided Training Rounds for the U. S. Navy.  Work will be performed in Archbald, Pa., and is expected to be completed in September 2016.  Fiscal 2013 and 2014 weapons procurement, Navy contract funds in the amount of $18,582,062 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-D-0008).

Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded a $61,092,053 cost-plus-fixed-fee contract for engineering services and various low-value missile test hardware to support common missile compartment (CMC) strategic weapon systems (SWS) integration and design/development for nozzle shield retention testing and for architectural and engineering services for design and modification services for the SWS Ashore Program.  This contract provides for integrating the Trident II missile and reentry SWS subsystems into the CMC for the Ohio replacement and United Kingdom (UK) successor programs and designing a testing fixture for nozzle shield retention, and designing an integrated test facility that will be compatible with existing and new submarine fleets.  Efforts will address integration impacts to the deployed and expected future configurations of the Trident II SWS.  Work will be performed at Cape Canaveral, Fla. (52 percent); Sunnyvale, Calif. (33 percent); Magna, Utah (7 percent); Groton, Conn. (2 percent); Titusville, Fla. (1 percent); and other locations of less than one percent, with an expected completion date of Dec. 18, 2018.  The maximum dollar value is $61,092,053.  Fiscal 2014, 2015, and 2016 research, development, test and evaluation contract funds in the amounts of $35,219,047, $9,510,217, and $6,711,826 respectively; fiscal 2014 operations and maintenance, Navy contract funds in the amount of $21,100; fiscal 2014 weapons procurement, Navy contract funds in the amount of $3,914,186; and fiscal 2014, 2015, and 2016 United Kingdom contract funds in the amounts of $3,913,228, $1,056,691, and $745,758 respectively are being obligated at time of award.  Contract funds in the amount of $21,100 will expire at the end of the current fiscal year.  This contract was a sole source acquisition in accordance with 10 U.S.C. 2304(c)(1).  Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-14-C-0013).

Raytheon Co., Fullerton, Calif., is being awarded a $55,150,107 modification to a previously awarded cost-plus-incentive-fee contract (N00019-08-C-0034) for complete analyses of the Joint Precision Approach and Landing Systems (JPALS) and system requirements definition, development of manufacturing and production strategy, conduct risk reduction activities supporting JPALS requirements, and management and planning of the JPALS program technical and business objectives.  Work will be performed in Fullerton, Calif. (64 percent) and Cedar Rapids, Iowa (36 percent), and is expected to be completed in July 2015.  Fiscal 2014 research, development, test and evaluation, Navy contract funds in the amount of $6,000,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Teledyne Microwave Solutions, Rancho Cordova, Calif., is being awarded a $49,152,320 firm-fixed-price requirements contract for the repair of 1,600 10 KT traveling wave tubes for the AN-SPY-1 radar program within the AEGIS weapon system.  Work will be performed at the Rancho Cordova, Calif., and work is expected to be completed by Dec. 31, 2020.  Fiscal 2014 Navy working capital funds in the amount of $7,617,812 will be obligated at the time of award, and will not expire before of the current fiscal year.  The contract was not competitively procured (sole source) in accordance with 10 U.S.C. 2304(c)(1).  NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-14-D-D002).

Raytheon Co., Integrated Defense Systems, San Diego, Calif., is being awarded a $41,585,979 modification to previously awarded cost-plus-incentive-fee contract (N00024-08-C-5122) for fiscal 2014-2017 continuing platform systems engineering agent support of the Ship Self Defense System MK 2 to complete development of CVN/Amphibious Modernization Advanced Capability Build 12/Technical Insertion 12.  Work will be performed in San Diego, Calif. (99 percent), and Middletown, R.I. (1 percent), and is expected to be completed by September 2017.  Fiscal 2014 research, development, test and evaluation funds in the amount of $13,500,000 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.

EDO Corp., Defense System, North Amityville, N.Y., a subsidiary of Exelis, Inc.*, is being awarded a $39,041,621 firm-fixed-price contract for the procurement of 450 BRU-55A/A bomb racks for the Navy.  Work will be performed in North Amityville, N.J., and is expected to be completed in November 2016.  Fiscal 2013 and 2014 aircraft procurement, Navy contract funds in the amount of $39,041,621 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-C-0007).

Lockheed Martin Corp., Mission Systems and Training, Moorestown, N.J., is being awarded a $37,089,502 modification to previously awarded contract (N00024-13-C-5116) to exercise options for Aegis combat system engineering agent (CSEA) efforts for the design, development, integration, test and delivery of computer program baselines and associated technology insertion hardware design support for the next/future Advanced Capability Build.  Work will be performed in Moorestown, N.J. (98.9 percent), and Fairfax, Va. (1.1 percent), and is expected to be completed by December 2014.  Fiscal 2014 research, development, test and evaluation and fiscal 2011 shipbuilding and conversion, Navy funding in the amount of $6,701,000 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.

Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded an $11,163,306 modification to a previously awarded advanced acquisition contract (N00019-13-C-0023) for additional logistics products and services in support of the H-1 upgrade effort, including logistic management support, technical material for maintenance planning, design interface, supply/material support, support of support equipment/technical data, distribution and inventory management/packaging, handling storage and transportation, logistics management information, supportability analysis and technical manuals for the Marine Corps.  Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2014. Fiscal 2014 aircraft procurement, Navy contract funds in the amount of $2,790,827 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Heil Trailer International Co., doing business as Kalyn/Siebert, Gatesville, Texas, is being awarded $10,554,880 for firm-fixed-price delivery order 0016 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-10-D-5069) to purchase 76 Flatrack refueling capability (FRC) full rate production units.  The FRC is a self-contained and transportable fueling system.  The FRC fuels tactical vehicles, stationary equipment, and dispense and remove fuel from fixed and rotary wing aircraft.  The primary mission for the FRC will be to distribute fuel in the Marine Air-Ground Task Force Expeditionary and combat environment. Work will be performed in Gatesville, Texas, and is expected to be completed by Sept. 30, 2015.  Fiscal 2013 procurement Marine Corps funds in the amount of $10,554,990 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, withoffers received.  Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Northrop Grumman Guidance and Electronic, Woodland Hills, Calif., is being awarded a $10,551,915 firm-fixed-price contract for the fabrication, test, and delivery of 45 low rate initial production technical refresh AH-1Z and UH-1Y helicopters mission computers in support of Marine Corps helicopters.  Work will be performed in Woodland Hills, Calif., and is expected to be completed in October 2015.  Fiscal 2012 aircraft procurement, Navy contract funds in the amount of $10,551,915 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-14-C-0020).

Intergraph Government Solutions, Madison, Ala., is being awarded a $10,231,549 indefinite-delivery/indefinite-quantity contract for the purchase of ruggedized hardware for multiple ship classes, designed to withstand shipboard environmental qualifications.  This contract contains a six month option, which if exercised, would bring the contract value to $15,347,323. Work will be performed in Madison, Ala., and work is expected to be completed by December 2014.  If the option is exercised, work will be completed June 2015.  No funds will be obligated at the time of award.  Fiscal 2014 Navy working capital funds in the amount of $420,000 will be obligated at the time of award.  Funds will not expire before the end of the current fiscal year.  This contract was not competitively procured (sole source) in accordance with 10 U.S.C. 2304(c)(1).  NAVSUP Fleet Logistics Center Norfolk, Mechanicsburg Site, Mechanicsburg, Pa., is the contracting activity (N00189-14-D-Q003).

MISSILE DEFENSE AGENCY


Raytheon Co., Integrated Defense Systems, Woburn, Mass., is being awarded a $27,230,781 modification (P00017), sole source, firm-fixed-price to contract (HQ0147-12-C-0005), under a foreign military sales (FMS) case to the United Arab Emirates (UAE), to provide initial spares for the AN/TPY-2 radars being delivered as part of a whole FMS case as an element of the Terminal High Altitude Area Defense System.  The value of this contract modification is, increasing the total contract value from $624,603,783 to $651,834,564. The work will be performed in Woburn, Mass., and UAE.  The period of performance is through March 30, 2015.  UAE FMS funds in the amount of $27,230,781 will be used to fund this effort.  The Missile Defense Agency, Huntsville, Ala., is the contracting activity (HQ0147).

WASHINGTON HEADQUARTERS SERVICES

NOVA Corp., Chambersburg, Pa., is being awarded a one year modification on firm-fixed-price contract (HQ0034-12-C-0011) for $6,942,234 to provide information technology support for the Office of Secretary of Defense.  Work will be performed primarily in Arlington, Va. The estimated completion date is Dec. 31, 2014.  Washington Headquarters Services, Washington, D.C. is the contracting activity.

*Small Disadvantaged, In HubZone Business

Wednesday, December 18, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR DECEMBER 18, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

DEFENSE LOGISTICS AGENCY

Meridian Medical Technologies, Columbia, Md., has been awarded a maximum $123,191,610 modification (P00013) exercising the third one-year option period on a one-year base contract (SPM2DP-11-D-0002) with four one-year option periods for nerve agent antidotes in auto-injectors and services related to basic maintenance and surge readiness.  This is a firm-fixed-price contract. Locations of performance are Maryland and Missouri with a Dec. 31, 2014 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2011 through fiscal 2015 defense working capital and warstopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

NAVY

DZSP 21 LLC, Philadelphia, Pa., is being awarded $85,998,135 modification to previously awarded cost-plus-award-fee contract (N40192-13-C-3001) to exercise the fifth award option period for base operation support services at Joint Region Marianas.  The work to be performed provides for general management and administration services; command and staff (public affairs office); public safety; port operations; ordnance; material management; galley; facilities management and engineering services; sustainment, restoration and modernization; facilities services; utilities (electrical, wastewater, steam and demineralized water, and potable water); base support vehicles and equipment; and environmental. After award of this option, the total cumulative contract value will be $799,295,163.  Work will be performed at various installations in the U.S. Territory of Guam, and work is expected to be completed December 2014.  Fiscal 2014 Navy working capital funds; fiscal 2014 operations an
d maintenance, Navy; fiscal 2014 operation and maintenance, Air Force; fiscal 2014 operations and maintenance, Army Reserve; fiscal 2014 operations and maintenance, Defense agencies; and fiscal 2014 Defense Commissary Agency account contract funds in the amount of $32,853,236 are obligated on this award and will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

Turner Construction Co., Washington, D.C., is being awarded a $41,407,500 firm-fixed-price contract for the Medical Clinic Replacement at Naval Support Activity Annapolis.  The work to be performed provides for the construction of a multi-story, free standing health clinic on the North Severn side of the United States Naval Academy.  This new clinic will be a replacement facility for the current health clinic.  The new health clinic encompasses primary care, orthopedics, physical therapy, dental, optometry and mental health as well as ancillaries, support and administrative space.  The facility also has an emergency response support mission.  Supporting facilities construction will include all site utilities, site preparation, site improvements, environmental mitigation, paving (parking and roadways), and access roads.  Work will be performed in Annapolis, Md., and is expected to be completed by January 2016. Fiscal 2013 military construction, defense medical contract funds in the amount of $41,407,500 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 eight proposals received.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-14-C-0154).

S. S. Dannaway and Associates Inc.*, Honolulu, Hawaii, is being awarded a maximum $10,000,000 indefinite-delivery/indefinite-quantity contract for architect-engineer services for fire protection and related services at various locations under the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR).  The work to be performed provides for services that include design and engineering services for preparation of technical reports including conducting engineering investigations and concept studies; preliminary and final design plans and specifications; construction estimates; operations and maintenance manuals; record drawings; shop drawing reviews; technical review of design plans and specification prepared by A-E firms and government forces; water flow testing; final acceptance testing of all types of installed fire protection systems and other consulting requiring immediate action.  Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Pacific AOR including, but not limited to Hawaii (55 percent), Guam (30 percent), and Far East (15 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of December 2018.  Fiscal 2013 military construction, Navy contract funds in the amount of $10,000 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 seven proposals received.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-14-D-0001).

ARMY

Military Hardware*, Wilmington, N.C., was awarded a $51,952,200 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for improved modular tactical holsters with a minimum order of 100 units and a maximum of 300,000 units.  Funding and location will be determined with each order.  Estimated completion date is Dec. 16, 2018.  Bids were solicited via the Internet with 25 received.  Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-14-D-0002).

Atlantic Diving Supply*, Virginia, Beach, Va., was awarded a $24,288,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for improved modular tactical holsters.  The contract minimum is 100 units and the contract maximum is not to exceed 300,000 units.  Funding and location will be determined with each order.  Estimated completion date is Dec. 16, 2018.  Bids were solicited via the Internet with 25 received.  Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-14-D-0001).

Bell Helicopter Textron Inc., Hurst, Texas, was awarded an $18,556,810 modification (P00009) to contract W58RGZ-12-C-0030 for an undefined contract action for six additional months of contractor logistics support for the Bell 407, Huey, Jet Ranger, and OH-58A&C helicopters in Al Taji, Iraq, in accordance with foreign military sales case IQ-B-UDZ.  Fiscal 2014 other procurement funds in the amount of $9,092,838 were obligated at the time of the award.  Estimated completion date is Aug. 8, 2014.  One bid was solicited with one received.  Work will be performed in Iraq and Piney Flats, Tenn.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

American Southwest Electronic*, Las Vegas, Nev., was awarded a $13,087,038 firm-fixed-price contract for the West Bank Mississippi River Levee, Mississippi River and Tributaries Project, Atchafalaya Basin Levee District, Pointe Coupee Seepage Control, New Roads Relief Wells, Pointe Coupee Parish, La.  Fiscal 2014 other procurement funds in the amount of $13,087,038 were obligated at the time of the award.  Estimated completion date is Dec. 19, 2014.  Bids were solicited via the Internet with nine received. Work will be performed in Plaquemines, La. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-14-C-0015).

Structural Assoc. Inc.*, East Syracuse, N.Y., was awarded an $11,163,100 firm-fixed-price contract to design and-build a soldier specialty care clinic at Fort Drum, New York.  Fiscal 2014 military construction funds in the amount of $11,163,100 were obligated at the time of the award.  Estimated completion date is Dec.17, 2015.  Thirty bids were solicited with six received.  Work will be performed at Fort Drum, N.Y.  Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-14-C-0003).

Reema Consulting Services, Gaithersburg, Md., was awarded a $9,900,000 firm-fixed-price contract for operations support services for program management soldier weapons, Picatinny Arsenal, N.J.  These services will be for the following:  senior and junior operations specialist, computer graphics specialist, public affairs specialist, technical editor specialist and information technology specialist.  Funding and location will be determined with each order.  Estimated completion date is Dec. 17, 2018.  Bids were solicited via the Internet with seven received.  Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-14-D-0008).

Oracle America, Reston, Va., was awarded a $7,043,216 modification (P00054) to contract N00024-01-C-6110 for Oracle PeopleSoft licenses and maintenance services.  Fiscal 2014 research, development, testing and evaluation funds in the amount of $2,297,739 were obligated at the time of the award.  Estimated completion date is Dec. 20, 2014.  Bids were solicited via the Internet with one received.  Work will be performed in Reston, Va.  Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.

AIR FORCE

Rockwell Collins Inc., Government Systems, Cedar Rapids, Iowa, has been awarded a $46,654,122 cost-plus-incentive-fee contract for B-2 Common Very Low Frequency Receiver Increment 1 Engineering Manufacturing Development (EMD) Effort.  The EMD phase includes the modification, qualification, and testing of the system which consists primarily of an existing terminal/receiver design, an antenna, a Human Machine Interface display, power supply, and other ancillary equipment to enable receipt and display of emergency action messages, including a mission planning ground station.  Work will be performed at Richardson, Texas, and is expected to be completed by June 28, 2018.  This award is the result of a sole-source acquisition.  Fiscal 2013 research and development funds in the amount of $4,184,895 are being obligated at time of award.  Air Force Life Cycle Management Center/WWZK, Wright-Patterson Air Force Base, Ohio, is the contracting activity  (FA8616-14-C-6061).

The Boeing Co., Seal Beach, Calif., has been awarded a $12,322,017 cost-plus-incentive-fee and cost-plus-fixed-fee modification (P00063) on an existing contract (FA8819-08-C-0006) for the Space Based Space Surveillance Block 10 System.  The contract modification is for uninterrupted satellite operations, maintenance, and anomaly resolution of the Space Based Space Surveillance Block 10 System.  Fiscal 2014 operations and maintenance funds in the amount of $4,895,000 are being obligated at the time of award.  Work will be performed at El Segundo, Calif.; Colorado Springs, Colo.; Shriever Air Force Base, Colo.; and Boulder, Colo.; and is expected to be complete by June 20, 2015.  Space and Missile Systems Center, Space Superiority Systems Directorate, El Segundo, Calif., is the contracting activity.

Exelis Inc., Herndon, Va., has been awarded a $10,000,000 indefinite-delivery/indefinite-quantity cost-plus-fixed-fee modification (P00011) for a ceiling increase to an existing contract (FA8750-09-D-0002).  The total cumulative face value of the contract is $59,900,000.  The contract modification is to maintain support and prevent loss of support for the 120 operationally deployed systems and continue basic development to address operational gaps.  The principle purpose is for the research and development, integration, testing, deployment, enhancement, and maintenance of Information Support Server Environment Cross-Domain Sharing capabilities throughout the Air Force, the DoD Intelligence Information Systems community.  Work will be performed at Herndon, Va., and is expected to be completed by June 14, 2016.  This is a ceiling increase modification and no funding will be obligated at time of award.  Air Force Research Laboratory/RIKE, Rome, N.Y., is the contracting activity

Northrop Grumman Systems Corp., NGIS, Herndon, Va., has been awarded an $8,424,108 modification (P00012) for an existing cost-plus-fixed-fee contract (FA8750-13-C-0120) for software enhancement/testing/integration/maintenance.  The contract modification is to provide a full spectrum of technical support to the National Air and Space Intelligence Center to maintain, enhance and operate the current infrastructure and applications and incorporate new capabilities required to meet future mission requirements.  This is accomplished by performing operations and maintenance, and intelligence production support to operate, maintain, modernize, extend the capabilities of, and utilize NASIC's current functional capabilities to include the Automated Virtual Information Production Support System.  Work will be performed at Fairborn, Ohio, and is expected to be completed by Dec. 17, 2014.  Fiscal 2014 operations and maintenance funds in the amount of $5,079,000 are being obligated at time of award.  Air Force Research Laboratory/RIKE, Rome, N.Y., is the contracting activity.

*Small Business

Tuesday, December 17, 2013

U.S. DEFENSE CONTRACTS FOR DECEMBER 17, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

MISSILE DEFENSE AGENCY

Raytheon Co. Integrated Defense Systems, Woburn, Mass., is being awarded $172,680,000 contract modification (P00019) under firm-fixed-price contract HQ0147-12-C-0006, increasing the total contract value from $580,766,787 to $753,446,787.  Under this contract modification, the contractor will manufacture and deliver the AN/TPY-2 Radar #12 (CLIN 0018) with associated spares (CLIN 0019).  The work will be performed in Woburn, Mass.  The performance period is from December 2013 through March 2016.  Fiscal 2013 procurement funds in the amount of $172,680,000 are being obligated on this award.  The Missile Defense Agency, Huntsville, Ala., is the contracting activity.

NAVY

JCON Group, Construction and Design*, Miami, Fla. (N69450-14-D-0754); Orocon -- Carother Joint Venture 1*, Oxford, Miss. (N69450-14-D-0755); Mitchell Industrial Contractors Inc., and Brasfield and Gorrie LLC, a Joint Venture*, Madison, Ala. (N69450-14-D-0756); PentaCon LLC*, Catoosa, Okla. (N69450-14-D-0757); TMG Services Inc.*, Cleveland, Ohio (N69450-14-D-0758), and Leebcor Services LLC*, Williamsburg, Va. (N69450-14-D-0759); are each being awarded an indefinite-delivery/indefinite-quantity multiple award design-build construction contract for construction projects, located primarily within the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all six contracts combined is $95,000,000.  The work to be performed provides for, but is not limited to, new construction, renovation, alteration, demolition, repair work, and any necessary design including:  industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, and community support facilities.  JCON Group, Construction and Design is being awarded task order 0001 at $8,696,000 for the construction of an enlisted dining facility located at Naval Air Station, Meridian, Miss.  Work for this task order is expected to be completed by October 2015.  All work on this contract will be performed primarily within the NAVFAC Southeast AOR which includes Mississippi (48 percent), Florida Panhandle area (48 percent), and in the remainder of the NAVFAC Southeast AOR (4 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of December 2018.  Fiscal 2013 military construction, Navy, and fiscal 2014 operations and maintenance, Navy contract funds in the amount of $8,701,000 are obligated on this award and $5,000 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with 51 proposals received.  These six contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded a $70,032,166 firm-fixed-price contract for the procurement of 12 encapsulated harpoon all-up round tactical missiles; five harpoon Grade B exercise missiles; two encapsulated harpoon certification training vehicles and shipping containers; 100 harpoon improved fuze booster kits; 50 harpoon improved fuze kits; two harpoon blast test vehicles; and associated hardware and containers for the U.S. Navy and various foreign military sales customers. Work will be performed in the St. Charles, Mo. (48.2 percent); United Kingdom (12 percent); McKinney, Texas (8.83 percent); Middletown, Conn. (4.77 percent); Elkton, Md., (4.16 percent);  Toledo, Ohio (3.72 percent); Lilititz, Pa. (2.24 percent); Joplin, Mo. (2.09 percent); Galena, Kan. (1.9 percent); St. Louis, Mo. (1.74 percent); Grove, Okla. (1.38 percent); Lancaster, Pa. (1.04 percent); Huntsville, Ala. (1.0 percent); Newton, Pa. (0.8 percent); China Lake, Calif. (0.8 percent); Chandler, Ariz. (0.7 percent); Minneapolis, Minn. (0.56 percent); East Camden, Ark. (0.55 percent); and various locations in the continental United States (3.52 percent).  Work is expected to be completed in December, 2014.   Foreign military sales in the amount of $67,638,493 and fiscal 2013 weapons procurement, Navy contract funds in the amount of $70,032,166 will be obligated at time of award, $2,393,673 of which expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Navy ($2,393,673; 3.42 percent); the governments of Korea ($38,122,613; 54.44 percent); Canada ($9,981,318; 14.25 percent); Japan ($7,679,885; 10.97 percent); Germany ($6,491,198; 9.27 percent); Australia ($3,354,415; 4.79 percent); Taiwan ($812,520; 1.16 percent); Saudi Arabia ($460,952; .66 percent); Turkey ($444,749; .64 percent); Egypt ($239,618; .34 percent); and the United Kingdom ($51,225; .07 percent) under the Foreign Military Sales program. This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-C-0005).

Watts Contrack, a Joint Venture, Honolulu, Hawaii, is being awarded a $57,084,144, firm-fixed-price contract for the construction of the MV-22 hangar and infrastructure and aircraft staging area at the Marine Corps Base Hawaii.   The work to be performed provides for the construction of a hangar, apron, and taxiway to support one MV-22 squadron.  The hangar is a multi-story type II modified aircraft maintenance hangar to provide a weather protected shelter for inspection, service, and maintenance for the MV-22 aircrafts.  The high bay aircraft maintenance hangar will be steel frame construction with a standing seam metal roof installed over a steel metal deck.  The second floor administrative space of the hangar will be steel framed with metal deck and concrete fill.  Other primary and supporting facilities include aircraft taxiway, aircraft taxiway shoulders, Substation No. 3 feeder upgrade and utility infrastructure.  The project will also construct an aircraft staging area to support one MV-22 squadron, which consists of 12 aircrafts.  Site preparations include clear/grub, earthwork, site grading and excavation.  Paving and site improvements include site storm drainage systems and taxiway shoulders.  The contract also contains one unexercised option, which if exercised would increase cumulative contract value to an estimated $58,999,995.  Work will be performed in Kaneohe Bay, Hawaii, and is expected to be completed by September 2015.  Fiscal 2010, 2011 and 2013 military construction, Navy contract funds in the amount of $57,084,144 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 nine proposals received.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-14-C-1327).

Lockheed Martin Corp., Missiles and Fire Control, Orlando, Fla., is being awarded a $33,996,000 firm-fixed-price contract for procurement of AN/AAQ-30(A) Target Sight Systems (TSS) and data.  AN/AAQ-30(A) TSS will be integrated into the AH-1Z Cobra Attack helicopter as part of the Marine Corps H-1 upgrades program for the remanufacture of legacy aircraft with state of the art designs incorporated into the existing fleet of AH-1W's, converting them to AH-1Z.  The TSS provides target identification and tracking, passive targeting for integrated weapons, including Hellfire missiles, and a laser designation capability supporting friendly laser-guided weapons.  Work will be performed in Orlando, Fla. (80 percent), and Ocala, Fla. (20 percent), and is expected to complete by May 2016.  Fiscal 2013 and 2014 aircraft procurement Navy contract funds in the amount of $31,163,000 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 in accordance with 10 U.S.C. 2304(c)(1), as set forth in FAR 6.302-1(b)(1)(ii) - only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-14-C-JQ65).

Raytheon Missile Systems, Tucson, Ariz., is being awarded a $16,331,483 modification to previously awarded contract (N00024 13 C-5402) for fiscal 2014 standard missile depot and intermediate level maintenance, all-up-round re-certifications, and special maintenance tasks.  Work will be performed in Tucson, Ariz. (95 percent), Camden, Ark. (3 percent), and Burlington, Mass. (2 percent), and is expected to be completed by December 2014.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $16,331,483 will be obligated at time of award and will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

AIR FORCE

The Boeing Co., Seattle, Wash., has been awarded an $81,972,630 delivery order (0378) on an existing contract (F33657-01-D-0013) for C-32A and C-40B/C integrated fleet support (IFS).  The contract modification is to provide support for calendar year 2014 IFS.  Work will be performed at Joint Base Andrews, Md., Scott Air Force Base, Ill., Ramstein Air Base, Germany, Hickam AFB, Hawaii, and other locations as necessary to support the aircraft, and work is expected to be completed by Dec. 3, 2014.  Fiscal 2014 operations and maintenance funds in the amount of $81,972,630 are being obligated at time of award.  Air Force Life Cycle Management Center/WLKLB, Tinker AFB, Okla., is the contracting activity.

A-Tech Corp., doing business as Applied Technology Associates, Albuquerque, N.M., has been awarded a $60,000,000 not-to-exceed, indefinite-delivery/indefinite-quantity contract (FA9453-14-D-0312) with cost-plus-fixed-fee task orders to assist Air Force Research Laboratory's Space Vehicles Directorate, Spacecraft Technology Division in the development, evaluation and integration of new technologes, as well as innovative operational concepts, leading to improved operational systems in support of the warfigter.  The award was solicited electronically as a total small business set-aside, and three proposals were received.  Work will be performed at Albuquerque, N.M., and Kirtland AFB, N.M., and is expected to be completed by March 20, 2019.  Fiscal 2013 research and development funds (task orders 0001 through 0006) in the amount of $723,000 are being obligated at same time as the basic contract.  Air Force Research Laboratory/RVKVV, Kirtland AFB, N.M., is the contracting activity.

Northrop Grumman Systems Corp., Redondo Beach, Calif., has been awarded a not-to-exceed $19,970,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide research and development pertaining to the development and implementation of condition-based maintenance plus structural integrity.  The scope of the program is to develop and demonstrate a probabilistic, risk-based, flight-by-flight individual aircraft tracking (IAT) framework to replace the baseline deterministic IAT framework currently used for legacy aircraft.  Deliverables will include technical reports and may include hardware and software.  The award is a result of a competitive acquisition.  Unlimited offers were solicited, and four offers were received.  Work will be performed at Redondo Beach, Calif., and Wright-Patterson AFB, Ohio, and is expected to be completed by March 17, 2020.  Fiscal 2013 research and development funds for task order 0001 in the amount of $140,446 are being obligated on this task order, which has a total value of $2,052,203.  Air Force Research Laboratory/RQKPD, Wright-Patterson AFB, Ohio, is the contracting activity (FA8650-14-D-2413).

Raytheon Co., Integrated Defense Systems, Sudbury, Mass., has been awarded a $6,896,385 modification (P0005) on an existing cost-plus-fixed-fee, firm-fixed-price, cost-reimbursement contract (FA8730-13-C-0003) for the Taiwan Surveillance Radar program follow-on support string upgrade engineering change proposal.  The contract modification provides a continental United States sustainment string upgrade that creates a controlled site-like testing environment for build deployment and system troubleshooting at the CONUS development facility.  Work will be performed at Sudbury, Mass., and is expected to be completed by Nov. 8, 2017.  This contract involves foreign military sales to Taiwan.  Air Force Life Cycle Management Center/HBNA, Hanscom AFB, Mass., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Nacco Materials Handling Group Inc., doing business as Hyster Co., Greenville, N.C., has been awarded a maximum $28,725,000 fixed-price with economic-price-adjustment contract for Navy shipboard-use forklifts.  This contract is a competitive acquisition, and four offers were received.  Location of performance is North Carolina with a Dec. 16, 2018 performance completion date.  This contract is a five-year base with no option year periods.  Using military service is Navy.  Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM8E8-14-D-0002).

The Oilgear Co., Milwaukee, Wis., has been awarded a maximum $16,000,000 modification (P00004) exercising the third one-year option period on a two-year base contract (SPM8EE-10-D-0004) with three one-year option periods for meter assembly skids and fuel.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is Wisconsin with a Jan. 28, 2015 performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Rocky Brands Inc., Nelsonville, Ohio, has been awarded a maximum $14,957,408 modification (P00005) exercising the first one-year option period on a one-year base contract (SPM1C1-13-D-1017) with four one-year option periods for Army hot weather combat boots.  This is a firm-fixed-price contract.  Locations of performance are Ohio and Puerto Rico with a Dec. 21, 2014 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, Pa.

Signature Flight Support Corp., Las Vegas, Nev., has been awarded a maximum $14,649,857 fixed-price with economic-price-adjustment contract for into-plane jet fuel.  This contract is a sole source acquisition.  Location of performance is Nevada with a March 31, 2018 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 2018 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SP0600-14-D-0023).

Mercury Air Centers, doing business as Atlantic Aviation, Reno, Nev., has been awarded a maximum $13,496,963 fixed-price with economic-price-adjustment contract for into-plane jet fuel.  This contract is a sole-source acquisition.  Location of performance is Nevada with a March 31, 2018 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 2018 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0022).

Altama Delta Corp., Atlanta, Ga., has been awarded a maximum $10,340,320 modification (P00005) exercising the first one-year option period on a one-year base contract (SPM1C1-13-D-1018) with four one-year option periods for Army hot weather combat boots.  This is a firm-fixed-price contract.  Locations of performance are Georgia and Tennessee with a Dec. 21, 2014 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, Pa.

*Small Business

Monday, December 16, 2013

U.S. DEFENSE CONTRACTS FOR DECEMBER 16, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

AIR FORCE

United Launch Services LLC, Littleton, Colo., has been awarded a $530,794,720 firm-fixed-price modification (PZ0001) on an existing contract (FA8811-13-C-0003) for fiscal 2014 through fiscal 2017 launch vehicle production services and options for that associated launch capability for fiscal 2015 through fiscal 2019 are available and may be exercised at a later date.  This executes the requirements for fiscal 2014 launch vehicle production services in support of the following Air Force and National Reconnaissance Organization launch vehicle configurations:  Air Force Atlas V 501, Air Force Atlas V 511, Air Force Delta IV 4,2, Air Force Delta IV 5,4, and a National Reconnaissance Organization Delta IV Heavy.  Work will be performed at Centennial, Colo., Vandenberg Air Force Base, Calif., and Cape Canaveral Air Station, Fla., and is expected to be completed by second quarter 2018.  This award is the result of a sole source acquisition.  Fiscal 2014 missile procurement funds in the amount of $679,434,676 are being obligated at time of award. Launch Systems Directorate, Space and Missile Systems Center is the contracting activity, Los Angeles Air Force Base, Calif., is the contracting activity.

SURVICE Engineering Co., Belcamp, Md., has been awarded a $42,147,274 cost-plus-fixed-fee contract to collect, analyze, synthesize/process, and disseminate scientific and technical information for the Defense Technical Information Center.  Work may be conducted worldwide and work is expected to be completed by Dec. 31, 2019.  Award of contract is the result of a past performance price tradeoff acquisition between five Offerors.  Fiscal 2014 research and development funds in the amount of $1,000,000 are being obligated at time of award.  Air Force Installation Contracting Agency/KD, Offutt Air Force Base, Neb., is the contracting activity (FA8075-14-D-0001).

D&D Machinery and Sales Inc., San Antonio, Texas, has been awarded a $12,078,000 firm-fixed-price contract for C-17 Peculiar support equipment.  Contractors will provide 11 C-17 aircraft engine lift trailer (ELT), ground handling, NSN 1730-01-560-2167, part number PT90-F-509, with a potential requirement (options) for an additional nine within a 24-month period.  The C-17 ELT provides for lifting, lowering, and positioning capabilities supporting removal and replacement of the engine, core thrust reverser, or the inlet assembly to/from the on-board location on the C-17 Globemaster III.  Work will be performed at San Antonio, Texas, and is expected to be completed by June 12, 2015.  This award is the result of a competitive acquisition, 100 percent set-aside for small business.  The solicitation was posted on the Federal Business Opportunities website and two offers were received.  This contract includes nine percent foreign military sales in support of Strategic Airlift Capability Consortium located in Hungary.  Fiscal 2012 aircraft procurement funds in the amount of $12,078,000 are being obligated at time of award.  Air Force Life Cycle Management Center/WLKA, C-17 Contracting, Robins Air Force Base, Ga., is the contracting activity (FA8526-14-C-0001).

DEFENSE LOGISTICS AGENCY

Pelican Lumber and Export Inc.*, Lake Charles, La., has been awarded a maximum $123,232,281 modification (P00101) exercising the first one-year option period on a two-year base contract (SPM8E6-12-D-0002) with three one-year option periods for a tailored logistics support contract to provide items under the general category of wood products for the Central region.  This is a firm-fixed-price contract.  Location of performance is Louisiana with a Jan. 16, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

S & S Forest Products LLC**, Boerne, Texas, has been awarded a maximum $123,223,834 modification (P00101) exercising the first one-year option period on a two-year base contract (SPM8E6-12-D-0003) with three one-year option periods for a tailored logistics support contract to provide items under the general category of wood products for the Central region.  This is a firm-fixed-price contract.  Location of performance is Texas with a Jan. 16, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Forest Products Distributors Inc.*, Rapid City, S.D., has been awarded a maximum $121,882,356 modification (P00101) exercising the first one-year option period on a two-year base contract (SPM8E6-12-D-0001) with three one-year option periods for a tailored logistics support contract to provide items under the general category of wood products for the Central region.  This is a firm-fixed-price contract.  Location of performance is South Dakota with a Jan. 16, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Seashore Fruit and Produce Co., Inc.*, Atlantic City, N.J., has been awarded a maximum $49,500,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh fruit and vegetable support.  This contract is a competitive acquisition and two offers were received.  Location of performance is New Jersey with a June 14, 2018 performance completion date.  This contract is an eighteen-month base with two eighteen-month option periods.  Using military services are Army, Navy, and non-Department of Defense customers.  Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.; (SPE300-14-D-P232).

Raytheon Integrated Defense Systems, Portsmouth, R.I., has been awarded a maximum $42,589,944 firm-fixed-price contract for the manufacture and delivery of airborne low frequency sonar helicopter dipping sonar systems.  This contract is a sole source acquisition.  Location of performance is Rhode Island with a February 2017 performance completion date.  Using service is the Royal Australian Navy.  Type of appropriation is fiscal 2014 foreign military sales funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.; (SPRPA1-09-G-001Y-5027).

AMO Sales and Services Inc., Santa Ana, Calif., has been awarded a maximum $27,888,242 modification (P00018) exercising the third one-year option period on a five-year base contract (SPM2D1-07-D-8400) with five one-year option periods for medical equipment, maintenance, and spare/repair parts.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is California with a Dec. 19, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

ARMY

Raytheon Co., Tucson, Ariz., was awarded a $15,058,750 modification (P00051) to contract W15QKN-08-C-0530 to acquire 216 projectiles (120 projectiles under the option four Excalibur 155mm Increment Ib production option and 96 projectiles under the option five Excalibur 155mm Increment Ib production option) and 14 palletized containers for the Army.  Fiscal 2014 other procurement funds in the amount of $14,775,335 were obligated at the time of the award.  Estimated completion date is Feb. 28, 2015.  One bid was solicited with one received.  Work will be performed in Tucson, Ariz.; McAlester, Okla.; Farmington, N.M.; East Camden, Ark.; Healdsburg, Calif.; Anniston, Ala.; Cincinnati, Ohio; Cedar Rapids, Iowa; Joplin, Mo.; Lowell, Mass.; Corona, Calif.; Inglewood, Calif.; Chino, Calif.; Minneapolis, Minn.; Santa Ana, Calif.; McKinney, Texas; Phoenix, Ariz.; Woodridge, Ill.; Valencia, Calif.; Salt Lake City, Utah; Congers, N.Y.; United Kingdom; Sweden.  Army Contracting Command, Picatinny Arsenal Picatinny, N.J., is the contracting activity (W15QKN-08-C-0530).

NAVY

SEDNA Digital Solutions LLC*, Manassas, Va., is being awarded an $11,797,558 modification to previously awarded contract (N00024-13-C-6272) for engineering and technical services for High Fidelity Simulation/Simulation and Common Processing System software development.  This effort is the result of Small Business Innovation Research topic number N05-059, "High Fidelity Front End Simulation for complex Physics Based Processing System."  It is inclusive of engineering services and support for the development integration, test, demonstration and certification of a High Fidelity Sensor Level Stimulation and Common Processing System.  Work will be performed in Manassas, Va. (87 percent); Red Lodge, Mont. (9 percent); Jefferson, Md. (3 percent); and Rogersville, Mo. (1 percent), and is expected to be completed by September 2017.  Fiscal 2014 research, development, test and evaluation and fiscal 2012 and 2013 shipbuilding and conversion, Navy contract funds in the amount of $2,441,994 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 (N00024-13-C-6272).

Northrop Grumman Systems Corp., Herndon, Va., is being awarded a $7,603,043 cost-plus-fixed-fee term-type contract for JPEO-Chem-Bio Defense, Joint Program Manager, Information Systems, Joint Warning and Reporting Network (JWARN) software development and maintenance.  This contract will provide various updates to support modernization efforts of the currently fielded JWARN product baseline, carry forward existing functionality and develop new capabilities that will provide joint automated chemical, biological, radiological and nuclear warning and reporting capability across the services.  This contract contains options, which if exercised, would bring the cumulative value of this contract to an estimated $31,498,929.  Work will be performed in Herndon, Va., and is expected to be completed in December 2014.  If options are exercised, work could continue until December 2018.  Fiscal 2014 research, development, test and evaluation funds and fiscal 2014 procurement funds in the amount of $1,323,000 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This requirement was solicited using full and open competition via the Space and Naval Warfare Systems Command E-Commerce Central website and the Federal Business Opportunities website, with three offers received.  On behalf of its organizational partner, Joint Program Executive Office Chem-Bio Defense, Joint Program Manager, Information Systems, JWARN, the Space and Naval Warfare System Command, San Diego, Calif., is the contracting activity (N00039-14-C-0027).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

SRI International, Menlo Park, Calif., has been awarded an $11,652,825 modification to a cost-plus-fixed-fee contract.  The purpose of this modification is to equitably adjust the value of the contract and its options to reflect the reduction in scope under the Broad Operational Language Technology (BOLT) program.  The goal of this program is to create technology capable of translating multiple foreign languages in all genres, retrieving information from the translated material, and enabling bilingual communication via speech or text.  Specifically, SRI will continue to expand on their speech-to-speech bilingual research.  The previous estimated value of Phases 1 and 2 was $15,917,367 and the cumulative total of the contract was $41,536,592.  Work will be performed in Menlo Park, Calif. (58.63 percent); Tucson, Ariz. (4.03 percent); New York, N.Y. (8.53 percent); Rochester, N.Y. (5.63 percent); Seattle, Wash. (6.8 percent); Marseille, France (4.95 percent); Flushing, N.Y. (1.11 percent); Hong Kong (1.03 percent); Portland, Ore. (0.41 percent); Edinburgh, United Kingdom (0.98 percent); Amherst, Mass. (4.43 percent); Richardson, Texas (0.53 percent) and Sunnyvale, Calif. (2.94 percent).  The estimated completion date is Sept. 30, 2016.  No funds are being obligated at time of award.  The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Va., (HR0011-12-C-0016).

*Small Business
**Service-Disabled Veteran Owned Small Business

Friday, December 13, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR DECEMBER 13, 2013

FROM:  U.S. DEFENSE DEPARTMENT 

NAVY

Lockheed Martin Corp., Mission Systems and Training, Manassas, Va., is being awarded a $124,531,317 modification to a previously awarded contract (N00024-11-C-6294) for the development and production of the acoustic rapid commercial-off-the-shelf insertion (A-RCI) and common acoustics processing for Technology Insertion 12 (TI12) through Technology Insertion 14 (TI14) for the U.S. submarine fleet.  A-RCI is a sonar system that integrates and improves towed array, hull array, sphere array, and other ship sensor processing, through rapid insertion of commercial off-the-shelf based hardware and software.  Work will be performed in Manassas, Va., (60 percent) and Clearwater, Fla., (40 percent) and is expected to be completed by December 2014.  Fiscal 2013 and 2014 research, development, test and evaluation funds; fiscal 2009, 2010, 2011 and 2012 shipbuilding and conversion, Navy funds and fiscal 2014 other procurement, Navy funding in the amount of $20,573,237 will be obligated at the time of the award.  Contract funds in the amount of $8,385,273 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

General Dynamics Advanced Information Systems, Inc., Pittsfield, Mass., is being awarded a $115,049,349 cost-plus-incentive-fee, cost-plus-fixed-fee, and fixed-price-incentive contract for engineering, development, and production efforts necessary to support to United States and United Kingdom Trident II Strategic Weapons Systems, SSBN Fire Control Subsystem (FCS) and support to SSGN Attack Weapons Control Subsystem, and continued engineering and trade studies on US SSBN replacement and UK SSBN successor common missile compartment.  These efforts include technical engineering and support, including performance evaluation, logistics, fleet documentation, and reliability maintenance engineering services for the deployed US and UK SSBN fleets; US SSBN replacement and UK SSBN successor FCS development, production, integration, planning, and installation; SSP alteration (SPALT) kits (hardware, software, and fleet documentation) for the US and UK; planning, management, and field engineering services for the Trident-II SWS; FCS engineered refueling overhauls; planning, management, and field engineering services for attack weapons control system major modernization periods and voyage repair periods; long-term supportability and sustainment efforts aimed at implementation of new technology within the subsystem as required to offset obsolescence and avoid cost growth; and training hardware, software, curricula, and technical engineering support including support to equipment repair and SPALTs.  The maximum dollar value, including the base period and one option year, is $217,685,976.  Work will be performed in Pittsfield, Mass., and work is expected to be completed March 31, 2016.  Fiscal 2013 and 2014 other procurement, Navy contract funds in the amounts of  $8,211,247 and $12,343,418 respectively; fiscal 2014 operations and maintenance, Navy contract funds in the amount of $8,942,052; fiscal 2012, 2013, and 2014 UK contract funds in the amounts of $760,000, $1,298,432, and $7,653,569 respectively; fiscal 2014 research, development, test and evaluation contract funds in the amount of $2,795,309; and fiscal 2014 weapons procurement, Navy contract funds in the amount of $1,251,739 are being obligated at time of award.  Contract funds in the amount of $28,975,275 will expire at the end of the current fiscal year.  This contract was a sole source acquisition in accordance with 10 U.S.C. 2304(c)(1).  Strategic Systems Programs, Washington, D.C., is the contracting activity.  (N00030-14-C-0005)

Lockheed Martin Mission Systems & Training, Liverpool, N.Y., is being awarded a $24,462,051 fixed-price incentive, firm-fixed-price, and cost-plus-fixed-fee contract for the production and support of AN/BQS-25 low-cost conformal arrays (LCCA).  The AN/BQS-25 LCCA is a passive planar array mounted on the aft submarine sail structure that is integrated with the Acoustic Rapid commercial-off-the-shelf insertion AN/BQQ-10 system to provide situational awareness and collision avoidance for improved tactical control in high density environments.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $92,476,516.  Work will be performed in Syracuse, N.Y. (90 percent), Akron, Ohio (7 percent), and Marion, Mass. (3 percent), and is expected to complete by March 2015.  Fiscal 2013 other procurement, Navy funds in the amount of $3,846,509 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 two offers received.  The Naval Sea Systems Command, Washington D.C., is the contracting activity (N00024-14-C-6227).  

Science Applications International Corp., McLean, Va., is being awarded a $14,425,908 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-11-D-0030) to exercise an option for technical and engineering services in support of the Naval Air Systems Command's Air Vehicle Engineering Department and the Manned Flight Simulator/Air Combat Environment Test and Evaluation Facilities.  Services to be provided support the development and utilization of advanced air vehicle technology for evaluating air vehicle flying qualities and controllability, developing simulation software, and building prototype simulations.  Work will be performed in Patuxent River, Md., and is expected to be completed in December 2014.  Funds will not be obligated at time of award; funds will be obligated on individual orders as they are issued.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded an $11,764,551 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N68936-11-D-0028) to provide additional engineering, technical and programmatic support services for development of products within the Airborne Electronic Attack Integrated Product Team; to include, EA-6B operational flight software, EA-6B unique planning component and EA-18G operational flight software.  Work will be performed in Pt. Mugu, Calif. (80 percent); and Baltimore, Md. (20 percent); and is expected to be completed by July 2014.  No funds will be obligated at time of award; funds will be obligated on individual orders as they are issued.  The Naval Air Warfare Center Weapons Division, Pt. Mugu, Calif., is the contracting activity.

Southeast Aerospace, Melbourne, Fla., is being awarded a $7,350,121 modification (P00004) to a previously awarded contract (N68836-13-D-0004) to exercise option one to extend the term of the contract to provide additional quantity of 23 additional parts kits, and miscellaneous components for the Avionics System Upgrade of the T-44 aircraft.  With the exercise of this option, the total contract value will be $16,568.406.  Work will be performed at Melbourne Fla., and is expected to be completed by Jan. 24, 2015.  No funds are being obligated at the time of award and will not expire before the end of the current fiscal year.  Funds will be obligated on individual task orders issued against the contract.  This contract was competitively procured via Navy Electronic Commerce Online website, with five offers received in response to the solicitation.  Naval Supply Systems Fleet Logistics Center, Jacksonville, Fla., is the contracting activity.

ARMY

General Atomics Aeronautical, Poway, Calif., was awarded an $110,453,269 cost-plus-fixed-fee contract for continuing logistic services to the Warrior unmanned aircraft system.  Fiscal 2014 operations and maintenance, Army funds in the amount of $8,000,000 were obligated at the time of the award.  Estimated completion date is Dec.15, 2015.  One bid was solicited with one received.  Work will be performed in Afghanistan and Poway, Calif.  Army Contracting Command, Redstone Arsenal (Aviation), Ala., is the contracting activity (W58RGZ-14-C-0008).

Lockheed Martin Corp., Orlando, Fla., was awarded a $92,915,233 contract modification (P00015) to contract W58RGZ-12-C-0009 to exercise option year two of the Apache attack helicopter performance based logistics program to modernize target designation sight/pilot's night vision sensor equipment.  Fiscal 2014 other procurement funds in the amount of $92,915,233 were obligated at the time of the award.  Estimated completion date is Dec. 31, 2014.  Work will be performed in Orlando, Fla.  Army Contracting Command, Redstone Arsenal (Aviation), Ala., is the contracting activity.

Northrop Grumman Systems Corp., Linthicum Heights, Md., was awarded a $65,288,028 contract modification (P00037) to contract W15P7T-11-C-H267 for continued operations and sustainment of the vehicle and dismount exploitation radar (VADER) currently deployed in theater.  Fiscal 2014 operations and maintenance, Army funds in the amount of $24,861,376 were obligated at the time of the award.  Estimated completion date is Dec. 31, 2014.  Work will be performed at Linthicum Heights, Md., Hagerstown, Md., and Afghanistan.  Army Contracting Command, Redstone Arsenal (Aviation), Ala., is the contracting activity.

Encompass Digital Media Inc, Atlanta, Ga., was awarded a $10,915,918 firm-fixed-price contract for a Defense Video and Imagery Distribution System (DVIDS) operations hub.  The hub will transmit and receive broadcast-quality high definition/standard definition video, two-way data, stories, stills, audio and data from DVIDS worldwide satellite transmitters (SATCOM).  It will maintain up and downlink service to all government portable SATCOM terminals accessing the DVIDS integrated network.  Fiscal 2014 operations and maintenance, Army funds in the amount of $4,200,000 were obligated at the time of the award.  Estimated completion date is Dec. 15, 2016.  Bids were solicited via the Internet with one received.  Work will be performed in Atlanta, Ga.  Army Contracting Command, Rock Island Arsenal; Ill., is the contracting activity (W52P1J-14-C-0014).

AIR FORCE

Boeing Boeing Co., Seal Beach, Calif., has been awarded a $59,617,404 modification (P00024) on an existing firm-fixed-price contract (FA8807-13-C-0001) for on-orbit support, factory reach-back, maintenance, and storage.  This contract provides for exercise of options for additional launch and on-orbit support for GPS IIF space vehicles.  Work will be performed at El Segundo, Calif., Colorado Springs, Colo., and Cape Canaveral, Fla., and is expected to be completed by Dec. 31, 2014.  Fiscal 2012, 2013 and 2014 missile procurement funds in the amount of $56,867,404 are being obligated at time of award.  The Air Force Space and Missile Systems Center Contracting Directorate, Los Angeles Air Force Base, Calif., is the contracting activity.

J. Torres Company Inc., Bakersfield, Calif., has been awarded a $7,396,934, firm-fixed-price contract for integrated solid waste services at Edwards Air Force Base, Calif., to include municipal solid waste, recycling, and landfill services.  The location of performance is Edwards AFB, Calif.  The work is expected to be complete by Dec. 31, 2018.  Fiscal 2014 operations and maintenance in the amount of $129,501 are being obligated at time of award.  This award is the result of a competitive acquisition with numerous offers solicited, and three offers received.  Air Force Test Center, Aerospace Systems Support Branch, Edwards AFB, Calif., is the contracting activity (FA9301-14-D-0006).

Raytheon Co., Integrated Defense Systems, Sudbury, Mass., has been awarded a $6,896,385 modification (P0005) on an existing cost-plus-fixed-fee, firm-fixed-price, cost-reimbursement contract (FA8730-13-C-0003) for the Taiwan Surveillance Radar program follow-on support string upgrade engineering change proposal.  The contract modification provides a continental United States sustainment string upgrade that creates a controlled site-like testing environment for build deployment and system troubleshooting at the CONUS development facility.  Work will be performed at Sudbury, Mass., and is expected to be completed by Nov. 8, 2017.  This contract involves foreign military sales to Taiwan.  Air Force Life Cycle Management Center/HBNA, Hanscom Air Force Base, Mass., is the contracting activity.

DEFENSE LOGISTICS AGENCY

O.C. Lugo Co., Inc.*, New York, N.Y., has been awarded a maximum $15,300,000 modification (P00105) exercising the first one-year option period on a two-year base contract (SPM8EF-129-D-0002) with three one-year option periods for chlorate candles and igniters.  This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is New York with a March 13, 2015 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Thomas Scientific Inc.*, Swedesboro, N.J., has been awarded a maximum $9,600,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for laboratory supplies and wares.  This contract is a competitive acquisition, and four offers were received.  Location of performance is New Jersey with a Jan. 1, 2015 performance completion date.  This contract is a one-year base with four one-year option periods.  Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2DE-14-D-7349).

Thursday, December 12, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR DECEMBER 12, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

NAVY

The Boeing Co., St. Louis, Mo., is being awarded an indefinite-delivery/indefinite-quantity contract with an estimated ceiling-price of $872,766,714 for system upgrades for F/A-18 A/B, C/D, E/F and EA-18G aircraft for the U.S. Navy and the governments of Australia, Finland, Switzerland, Kuwait, Malaysia, and Canada.  This contract provides for deliverables and services based on System Configuration Set life cycle phases for the aircraft.  Work will be performed in St. Louis, Mo. (95 percent) and China Lake, Calif. (5 percent), and is expected to be completed in December 2018.  Fiscal 2014 research, development, test and evaluation, Navy contract funds in the amount of $100,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to the FAR 6.302-1.  This contract combines purchases for the U.S. Navy ($802,945,377; 92 percent) and the governments of Australia ($29,674,068; 3
40 percent); Finland ($21,819,168; 2.50 percent); Switzerland ($6,982,134; .80 percent); Kuwait ($4,363,834; .50 percent); Malaysia ($4,363,833; .50 percent); and Canada ($2,618,300; .30 percent).  The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-14-D-0008).

Northrop Grumman Systems Corp., Sunnyvale, Calif., was awarded an $112,926,348 firm-fixed-price, cost-plus-incentive-fee, cost-plus-fixed-fee contract, for Trident II (D5) Underwater Launcher System and Advanced Launcher Development Program Support.  This contract provides for ongoing support for the TRIDENT II (D-5) deployed SSBN and the SSGN underwater launcher subsystem, Engineering Refueling Overhaul shipyard support, spares procurement, United States (U.S.) and United Kingdom (U.K.) launcher trainer support, Vertical Support Group E-mount and shim procurement, Nuclear Weapons Safety and Security Review, TRIDENT II (D-5) missile hoist overhaul, underwater launch technology support, U.S. and U.K. SSP Alterations and non-compliance report projects, gas generator refurbishment and case hardware production.  It provides specialized technical support of TRIDENT II (D-5) missile tube closure production, technical engineering services, and tactical hardware production efforts for the New Strategic Arms Reduction Treaty.  It provides technical engineering services to support the Advanced Launcher Development Program and the Common Missile Compartment Concept Development and Prototyping effort for the U.S. and U.K.  The contractor shall be required to assess and analyze technologies and concepts to support the selection of a preferred system concept, which includes the identification of critical cost and risk impacts as a result of immature launcher technologies and/or immature requirements.  The result of the effort will then advance and support the conduct of the technology development effort to support developing cost-effective launcher subsystem architecture for the Ohio-class Replacement Program.  Work will be performed at Sunnyvale, Calif. (78 percent), Kings Bay, Ga. (7 percent), Bangor, Wash. (6 percent), St. Charles, Mo. (5 percent), Gardena, Calif. (2 percent), Camarillo, Calif. (1 percent), and Los Angeles, Calif. (1 percent), with an expected completion date of Sept. 30, 2018.  The maximum dollar value, including the base period and one option year, is $220,288,791.  Fiscal year 2014 operations and maintenance, Navy contract funds in the amount of $38,527,166; fiscal 2014 research, development, test and evaluation contract funds in the amount of $31,762,778; fiscal 2014 other procurement, Navy contract funds in the amount of $31,102,315; and fiscal 2014 United Kingdom contract funds in the amount of $11,534,089.  Contract funds in the amount of $38,527,166 will expire at the end of the fiscal year.  This contract was a sole source acquisition in accordance with 10 U.S.C. 2304(c)(1).  Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-14-C-0011).  (Awarded Dec. 11, 2013).

Science Applications International Corp., McLean, Va., is being awarded a $10,037,074 modification to a previously awarded time-and-materials contract to exercise a one-year option for marine mammal systems support services providing care and training of the Navy's marine mammals.  Work will be performed in San Diego, Calif. (70 percent), Kings Bay, Ga. (17 percent), and Bangor, Wash. (13 percent), and work is expected to be completed Dec. 31, 2014.  Fiscal 2013 Navy working capital funds in the amount of $5,018,537 will be placed on contract and obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with one offer received.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-10-C-0070).

Simmonds Precision Products operating as Goodrich Corp., Sensors and Integrated Systems, Vergennes, Vt., is being awarded a $7,945,029 modification on a previously awarded firm-fixed-price contract (N00019-12-C-2015) to exercise an option for 8 MH-60S integrated mechanical diagnostic systems (IMDS) production A1 kits, 27 IMDS integrated vehicle health ,management units and data transfer units, 17 MH-60S IMDS retrofit kits, 19 MH-60R IMDS Troy kits, and 19 MH-60R IMDS production A1 kits.  Work will be performed in Vergennes, Vt., and is expected to be completed in December 2015.  Fiscal 2014 aircraft procurement, Navy funds in the amount of $7,945,029 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

AIR FORCE

Lockheed Martin Corp, Newton, Pa., has been awarded a $200,700,415 cost-plus-incentive-fee modification (P00276) on an existing contract (FA8807-08-C-0010) for GPS III space vehicles 05 and 06.  Work will be performed at Littleton. Colo., and Clifton, N.J., and is expected to be completed by Dec. 14, 2017 for space vehicle 05 and June 14, 2018 for space vehicle 06.  Fiscal 2013 missile procurement funds in the amount of $200,700,415 are being obligated at time of award.  The Air Force Space and Missile Systems Center Contracting Directorate, Los Angeles Air Force Base, Calif., is the contracting activity.

U.S. TRANSPORTATION COMMAND

Textainer Equipment Management (U.S.) Ltd., San Francisco, Calif., is being awarded a $15,952,358 indefinite-delivery-requirements-type, fixed-price with economic-price-adjustment contract for the program management, leasing, transportation and repair of intermodal equipment.  Work will be performed at multiple locations both within and outside of the United States, with an expected completion date of Sept. 30, 2017.  Program management and transition of operations are funded by fiscal 2014 transportation working capital funds and individual leasing task orders will be funded by each individual Department of Defense requiring activity at the time the order is placed.  The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-14-D-R027).

ARMY

Exelis Systems Corp., FKI ITT Systems, Colorado Springs, Colo., was awarded an $11,538,204 contract modification (FR0112) to contract W911SE-07-D-0006 to exercise the option for logistic support center base operations support services, Fort Rucker, Ala.  Fiscal 2014 operations and maintenance, Army funds in the amount of $9,713,703 were obligated at the time of the award.  Estimated completion date is Dec. 16, 2014.  Sixteen bids were solicited with four received. Work will be performed at Fort Rucker, Ala.  Army Contracting Command, Fort Rucker, Ala., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Carestream Health, Inc., Rochester, N.Y., has been awarded a maximum $70,228,104 modification (P00101) exercising the fifth one-year option period on a one-year base contract (SPM2D1-09-D-8308) with seven one-year option periods for radiology systems, subsystems, and components.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is New York with a Dec. 15, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

DEFENSE INFORMATION SYSTEMS AGENCY

MCI Communications Services Inc., doing business as Verizon Business Services, Ashburn, Va., was awarded an $11,071,650 sole-source modification (P00066) to firm-fixed-price, indefinite delivery/indefinite quantity contract DCA200-02-D-5003 for Defense Research and Engineering Network II telecommunication services in support of the High Performance Computing Modernization program office.  This action adds a second six-month option that runs from Dec. 19, 2013 to June 18, 2014.  Performance will be at various sites geographically dispersed across the continental United States, as well as locations outside the U.S.  The Defense Information Technology Contracting Office, Scott Air Force Base, Ill., is the contracting activity.  (Awarded Dec. 11, 2013).

Wednesday, December 11, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR DECEMBER 11,2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

DEFENSE LOGISTICS AGENCY

Equilon Enterprises doing business as Shell Oil Products, Houston, Texas, has been awarded a maximum $1,359,019,230 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Location of performance is Texas with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0463).

ExxonMobil Fuels Marketing Co., Fairfax, Va., has been awarded a maximum $872,570,007 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Locations of performance are Virginia, Texas, and Louisiana with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0480).

Valero Marketing and Supply Co., San Antonio, Texas, has been awarded a maximum $769,729,995 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Location of performance is Texas with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0474).

Placid Refining Company LLC*, Port Allen, La., has been awarded a maximum $320,296,759 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Location of performance is Louisiana with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0477).

Phillips 66 Co., Bartlesville, Okla., has been awarded a maximum $292,016,625 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Locations of performance are Oklahoma and Colorado with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal year 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0465).

Equilon Enterprises doing business as Shell Oil Products, Houston, Texas, has been awarded a maximum $281,774,306 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Locations of performance are Texas and Alabama with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0464).

Husky Marketing and Supply Co., Dublin, Ohio, has been awarded a maximum $194,906,385 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Location of performance is Ohio with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0479).

Calumet Shreveport Fuels LLC, Indianapolis, Ind., has been awarded a maximum $189,694,644 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Locations of performance are Indiana and Louisiana with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0476).

Wynnewood Energy Co., Oklahoma City, Okla., has been awarded a maximum $179,238,610 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Location of performance is Oklahoma with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0469).

Alon USA LP., Dallas, Texas, has been awarded a maximum $159,634,730 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Location of performance is Texas with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0471).

Petromax LLC.*, Pasadena, Texas, has been awarded a maximum $154,116,245 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Location of performance is Texas with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0475).

Tesoro Refining & Marketing Co., San Antonio, Texas, has been awarded a maximum $89,568,843 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Locations of performance are Texas, North Dakota, and Minnesota with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0470).

Hunt Refining Co., Tuscaloosa, Ala., has been awarded a maximum $65,314,925 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Location of performance is Alabama with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0468).

Wyoming Refining Company, Rapid City, S.D., has been awarded a maximum $59,814,800 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Locations of performance are South Dakota and Wyoming with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0481).

Irving Oil Terminals, Portsmouth, N.H., has been awarded a maximum $42,164,940 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Locations of performance are New Hampshire and Maine with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0467).

Janssen Pharmaceuticals Inc.*, Titusville, N.J., has been awarded a maximum $41,402,283 modification (P00008) exercising the second one-year option period on a one-year base contract (SPM2D0-127-D-0001) with seven one-year option periods for various pharmaceutical products.  This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is New Jersey with a Dec. 15, 2014 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2014 warstopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Epic Aviation LLC*, Salem, Ore., has been awarded a maximum $9,011,683 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Locations of performance are Oregon and Minnesota with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0473).

NAVY

Interstate Electronics Corp., Anaheim, Calif., was awarded a $47,401,675 cost-plus-incentive fee, cost-plus-fixed-fee, level of effort, completion type contract for specialized technical support for flight test instrumentation systems in support of Trident II flight tests.  This contract provides for, but is not limited to, engineering services for flight test mission support requirements for strategic systems programs, to include flight test operations and data acquisition, operations and maintenance, systems engineering, post-mission processing and analysis, instrumentation refreshes, and strategic weapons system training program support.  Work will be performed in Anaheim, Calif. (55.5 percent); Cape Canaveral, Fla. (25 percent); Newark, Calif. (3.2 percent); Bremerton, Wash. (3 percent); Kings Bay, Ga. (3 percent); Norfolk, Va. (3 percent); Washington, D.C. (3 percent); Silverdale, Wash. (2 percent); Austin, Texas (1.3 percent); San Jose, Calif. (less than 1 percent); Huntsville, Ala. (less than 1 percent); Sunnyvale, Calif. (less than 1 percent); and El Segundo, Calif. (less than 1 percent); with an expected completion date of Sept. 30, 2016.  The maximum dollar value, including the base period and two option years, is $177,254,512.  Fiscal 2012 weapons procurement, Air Force contract funds in the amount of $292,528; fiscal 2013 weapons procurement, Navy contract funds in the amount of $1,465,757; fiscal 2014 weapons procurement, Navy contract funds in the amount of $1,982,000; fiscal 2013 other procurement, Navy contract funds in the amount of $1,015,335; fiscal 2014 other procurement, Navy contract funds in the amount of $3,212,000;  fiscal 2014 research, development, test & evaluation, Navy contract funds in the amount of $802,415; Fiscal year 2014 operations and maintenance, Navy contract funds in the amount of $13,216,055; and United Kingdom contract funds in the amount of $2,624,809.  Contract funds in the amount of $292,528 will expire at the end of the current fiscal year.  This contract was a sole-source acquisition pursuant to 10 U.S.C. 2304(c) (5).  The Department of the Navy, Strategic Systems Programs Office, Washington, D.C., is the contracting activity (N00030-14-C-0006).  (Awarded Dec. 9, 2013)

EMCOR Government Services, Inc., Arlington, Va., is being awarded a $30,755,772 modification under a previously awarded firm-fixed-price, indefinite-delivery indefinite-quantity contract to exercise option three for regional base operating support services at Naval Support Activity Washington, Naval Support Activity Bethesda, Naval Support Activity South Potomac, and Quantico Marine Corp Base.  The National Capitol Region Base Operating Support Services including, but not limited to, repair and maintenance of property, facilities, and assets.  The total contract amount after exercise of this option will be $198,088,060.  Work will be performed in the Washington Navy Yard, Washington, D.C. (40 percent); Bethesda, Md. (40 percent); Anacostia, Washington, D.C. (eight percent); Arlington, Va. (six percent); Quantico, Va. (five percent); and Dahlgren, Va. (one percent), and work is expected to be completed December 2014.  Fiscal 2014 operations and maintenance, Navy; fiscal 2014 working capital funds, Defense; fiscal 2014 health program, Defense; fiscal 2014 operations and maintenance, Marine Corps; fiscal 2014 operations and maintenance, Defense contract funds in the amount of $23,586,019 are 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 (N40080-07-D-0374).

AIR FORCE

EDO Corp., Defense Systems Division, Amityville, N.Y., has been awarded an estimated $10,206,061 indefinite-delivery/indefinite-quantity requirements contract for depot level repair efforts of ALQ-161 radio frequency surveillance/electronic countermeasure (RFS/ECM) system components.  Contractor will acquire depot level repair on a combination of line replaceable and shop replaceable units consisting of 235 national stock numbers in support of ALQ-161A RFS/ECM used on the B-1 aircraft.  Work will be performed at Amityville, N.Y., and is expected to be complete by Dec. 5, 2014.  This award is the result of a sole-source acquisition.  No fiscal 2012 consolidated sustainment activity group supply division funds from working capital funds will be obligated at time of award.  Air Force Sustainment Center/PZABB, Robins Air Force Base, Ga., is the contracting activity.  (FA8522-14-D-0002)

Northrop Grumman Technical Services Inc., Hill Air Force Base, Utah, has been awarded a $7,697,898 modification (P03927) for an existing contract (F42610-98-C-0001) for the Intercontinental Ballistic Missile Remote Visual Assessment (RVA) Wing III Retrofit program.  The contract modification is to provide interim contractor support (ICS) maintenance.  This will include all ICS support at the missile alert facility such as Launch Control Center RVA feeds, closed circuit television system, flight security controller functions and all supporting equipment.  This will include all ICS support at the Launch Facility and all supporting equipment.  Work will be performed at Malmstrom Air Force Base, Mont., Minot AFB, N.D., and F.E. Warren AFB, Wyo., and is expected to be completed by Sept. 30, 2014.  Fiscal 2013 missile procurement funds in the amount of $7,697,898 are being obligated at time of award.  Air Force Nuclear Weapons Center/PZBE, Hill AFB, Utah, is the contracting activity.

ARMY

Circle City Telcom Inc.*, Ala., was awarded a $7,870,392 firm-fixed-price contract to complete the installation, and testing of upgrades to the information technology infrastructure at Fort Rucker, Ala.  The work will complete the installation, and secure and test upgrades to Fort Rucker's installation information infrastructure.  It will install the remaining outside plant core and fiber optic cable, inside plant fiber optic cable terminations, complete site preparation for two communication shelters, and core data node installations.  It will also complete data network fielding at the remaining end-user locations, and the cutover and migration of data users to the new installation information infrastructure modernization network.  Fiscal 2014 other procurement, Army funds in the amount of $7,870,392 were obligated at the time of the award.  Estimated completion date is Dec. 11, 2014.  Bids were solicited via the Internet with one received.  Work will be performed at Fort Rucker, Ala.  Army Contracting Command, Rock Island Arsenal Rock Island, Ill., is the contracting activity (W52P1J-14-C-0063).

*Small Business

Search This Blog

Translate

White House.gov Press Office Feed