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

Wednesday, November 20, 2013

PRODUCE COMPANY TO PAY $4.2 MILLION TO RESOLVE CHARGES IT OVERBILLED DOD

FROM:  U.S. JUSTICE DEPARTMENT 
Tuesday, November 19, 2013
FreshPoint Inc. to Pay $4.2 Million for Overbilling the Department of Defense for Produce

The Justice Department announced today that FreshPoint Inc., a Houston, Texas-based food distribution company and wholly owned subsidiary of Sysco Corp., has agreed to pay $4.2 million to resolve allegations that it overcharged the Department of Defense for fresh fruit and vegetables purchased under 15 separate contracts.  The contracts were awarded to East Coast Fruit Company and subsequently performed by FreshPoint following FreshPoint’s acquisition of East Coast Fruit Company in 2007.

“The Department of Justice is committed to ensuring the integrity of federal contracts and will pursue contractors that knowingly overcharge the government for goods or services,” said Assistant Attorney General for the Department of Justice’s Civil Division Stuart F. Delery.  “Contractors that do business with the government must do so honestly and fairly or suffer the consequences of their misconduct.”

“This settlement demonstrates one of the many types of fraud inflicted upon the American taxpayers,” said U.S. Attorney for the Southern District of Georgia Edward Tarver.  “The U.S. Attorney’s Office will honor our commitment to vigorously enforce the False Claims Act in order to protect the financial soundness of our nation and its military.”

The settlement resolves allegations that from Dec. 17, 2007, through Sept. 11, 2009, FreshPoint overcharged the government on hundreds of sales of fresh fruit and vegetables by improperly inflating its prices to the government to reflect FreshPoint’s view of the prevailing market price of the goods at the time of sale.  The government alleged that this practice violated FreshPoint’s contracts with the government that required FreshPoint to provide the produce at cost, plus a pre-established mark-up for profit, and did not allow FreshPoint to make additional price adjustments based upon perceived changes in market prices.

The allegations arose from a lawsuit filed under the whistleblower provisions of the False Claims Act, which allow private individuals to sue on behalf of the government and to share in the proceeds of any settlement or judgment.  The whistleblower in this case, former FreshPoint employee Charles Hall, will receive $798,000.

This settlement was the result of a coordinated effort by the Justice Department’s Civil Division, Commercial Litigation Branch; the U.S. Attorney’s Office for the Southern District of Georgia; the Defense Criminal Investigative Service; the Defense Contract Audit Agency and the Defense Logistics Agency Office of General Counsel.  The claims settled by this agreement are allegations only, and there has been no determination of liability.


Friday, November 15, 2013

U.S. DEFENSE CONTRACTS FOR NOVEMBER 15, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

ARMY

Booz Allen Hamilton, McLean, Va., (W15P7T-14-D-A210); CACI Technologies Inc., Chantilly, Va., (W15P7T-14-D-A211); Science Applications International Corp., McLean, Va., (W15P7T-14-D-A212); D & S Consultants Inc, Eatontown, N.J., (W15P7T-14-D-A213); Scientific Research Corp., Atlanta, Ga., (W15P7T-14-D-A214); Dynamics Research Corp., Andover, Mass., (W15P7T-14-D-A215); BAE Systems Information And Electronic Systems Integration Inc., Wayne, N.J., (W15P7T-14-D-A216); Systems Technologies Inc. West Long Branch, N.J., (W15P7T-14-D-A217), were awarded a $497,000,000 cost-plus-fixed-fee contract for technical, administrative, and operation support services.  Estimated completion date is Nov. 15, 2018.  Work location and funding will be determined by each order.  Bids were solicited via the Internet with eight received.  Army Contracting Command, Division B, Aberdeen, Md., is the contracting agency.

BAE Systems Technology Solutions & Services Inc., Rockville, Md., ( W9113M-14-D-0001); Dynetics Inc., Huntsville, Ala., (W9113M-14-D-0002); ITT Exelis Inc., Herndon, Va., (W9113M-14-D-0003); Science Applications International Corp., McLean, Va., (W9113M-14-D-0004); Teledyne Brown Engineering Inc., Huntsville, Ala., (W9113M-14-D-0005), were awarded a $220,000,000 multi-year, cost-plus-fixed-fee contract for test execution services and launch augmentation.  Estimated completion date is Nov. 14, 2016.  Work location and funding will be determined by each order.  Bids were solicited via the Internet with 10 received.  Army Space and Missile Defense Command, Huntsville, Ala., is the contracting agency.

Conti Enterprises Inc., Lincoln Highway, Edison, N.J., was awarded a $44,828,475 firm-fixed-price contract for a resilient features, west bank and vicinity, hurricane and storm damage risk reduction system for Mississippi River levee, English Turn Bend to Belle Chasse, WBV-MRL 4.2, Plaquemines Parish, La.  Estimated completion date is Dec. 2, 2015.  Work location is Belle Chasse, La.  Fiscal 2014 procurement funds were obligated at the time of the award.  Army Corps of Engineers, New Orleans, La., is the contracting agency (W912P8-14-C-0006).

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded $17,658,738 firm-fixed-price contract for life cycle launcher support for Multiple Launch Rocket System High Mobility Artillery Rocket System (HIMARS) Launcher Module and HIMARS/m270a1 launcher fire control systems.  Estimated completion date is June 30, 2014.  There are 35 work locations throughout the United States and funding will be determined by location.  One bid was solicited and one received.  Fiscal 2014 procurement funds in the amount of $852,600 were obligated at the time of the award.  Army Contracting Command-Redstone Arsenal (Missile) Ala., is the contracting agency (W31P4Q-14-C-0057).

Mahaffey Tent & Awning Co., Inc., Memphis, Tenn., was awarded a $17,198,048 firm-fixed-price contract to provides life support services and equipment (generators, tentage, light sets, handwash stations, shower trailers, etc.), to support rotation training units in meeting their training requirements at the Joint Readiness Training Center and tenant unit training events.  Estimated completion date is Dec. 14, 2014.  Work location is Fort Polk, La.  Bids were solicited via the Internet with 10 received.  Funding will be determined by each order.  Army Contracting Command Fort Polk, La., is the contracting agency (W9124J-11-D-0006).

Henry M. Jackson Foundation for the Advancement of Military Medicine, Bethesda, Md., was awarded a $6,505,355 cost-plus-fixed-fee contract to provide services, equipment, and facilities for traumatic brain injury patients with pre-deployment training, post deployment testing, tele-medicine services, care coordination, clinical investigations, care, education, inpatient/outpatient rehabilitation, and surveillance to military, reserve, veterans, and their beneficiaries.  Estimated completion date is May 16, 2014.  Work location is Silver Spring, Md.  One bid was solicited and one received.  Fiscal 2014 operations and maintenance, Army funds were obligated at the time of the award.  Army Medical Command, Washington, D.C., is the contracting agency (W91YTZ-14-C-M111).

MISSILE DEFENSE AGENCY

The Boeing Co., Huntsville, Ala., is being awarded a maximum $325,000,000 sole-source, indefinite-delivery/indefinite-quantity contract to perform diverse and highly complex systems engineering and integration requirements related to the Ballistic Missile Defense System, primarily on a cost-plus-award-fee basis.  The ordering period for this contract is from Nov. 15, 2013 through Nov. 14, 2018.  The work will be performed in Huntsville Ala.  Two initial task orders will be issued and will obligate $8,536,469 of fiscal 2014 research, development, test and evaluation incremental funding.  Missile Defense Agency, Huntsville Ala., is the contracting activity (HQ0147-14-D-0001).

NAVY

L-3 Communications Integrated Systems, Waco, Texas, is being awarded a $96,370,902 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-11-D-0017) to exercise an option for services in support of the P-3, EP-3 and NP-3 Sustainment Modification and Installation program.  This effort includes planned maintenance interval, structural replacement and fabrication efforts pertaining to special structural inspection kits, center wing assemblies, zone five kits, and outer wing installations and refurbishments.  Work will be performed in Waco, Texas, and is expected to be completed in September 2014.  No contract funds will be obligated at time of award.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Electric Boat Corp., Groton, Conn., is being awarded a $28,894,385 cost-plus-fixed-fee modification to previously awarded contract (N00024-13-C-2128) for procurement of missile tube integrated tube and hull weldment fabrication, missile tube assembly fixture design and manufacture, and missile tube material procurement.  This contract combines purchases for the United States (71 percent) and the United Kingdom (29 percent) under the Foreign Military Sales program.  Work will be performed in Groton, Conn., and is scheduled to be completed by November 2016.  Fiscal 2014 research, development, test and evaluation and FMS contract funds in the amount of $28,894,385 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  The Supervisor of Shipbuilding Conversion and Repair, Groton, Conn., is the contracting activity.

General Dynamics NASSCO-Earl Industries, Portsmouth, Va., is being awarded an $11,398,788 cost-plus-incentive-fee contract for the USS San Antonio (LPD 17) phased maintenance availability.  This contract will support miscellaneous structural and mechanical repairs.  Work will be performed in Norfolk, Va., and is expected to be completed by May 2014.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $11,398,788 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with three offers received.  The Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity (N50054-14-C-1401).

DEFENSE LOGISTICS AGENCY

Hamilton Medical Inc.*, Reno, Nev., has been awarded a maximum $37,463,325 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract being made under the medical electronic catalogue program and includes a catalogue of 118 ventilation systems and related accessories.  This contract is a competitive acquisition, and 33 offers were received.  Location of performance is Nevada with a Nov. 14, 2018, performance completion date.  This contract is a five-year base with no option year periods.  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., (SPM2D1-14-D-8201).

ExxonMobile Fuels Marketing Co., Fairfax, Va., has been awarded a maximum $29,276,108 modification (P00003) adding line items to contract (SP0600-13-D-0451) for Navy distillate fuel.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Virginia with a Dec. 31, 2013, performance completion date.  Using service is DLA Energy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

AIR FORCE

Phacil Inc., Arlington, Va., has been awarded a $28,827,647 order (FA8806-13-F-0001) under GSA’s Alliant Small Business Government-wide Acquisition Contract (GS-06F-0651Z) for the Modernization Eastern Range Network program.  This primarily fixed-price-incentive (firm target) effort upgrades the mission communications core at the Eastern Range from asynchronous transfer mode to internet protocol v4 (IPv4) (IPv6 capable).  Work will be performed at Patrick Air Force Base, Fla., Cape Canaveral Air Force Station, Fla., Kennedy Space Center, Fla., Melbourne Beach Optical Tracking Annex, Fla., Jonathan Dickinson Missile Tracking Annex, Fla., Wallops Flight Facility, Va., New Boston Tracking Station, N.H., and British territories Antigua Air Station and Ascension Auxiliary Airfield, and is expected to be complete by Jan. 31, 2019.  This award is the result of a competitive acquisition, and 69 offers were solicited, and five offers were received.  Fiscal 2012 procurement funds in the amount of $28,827,647 are being obligated at time of award.  The Range and Network Division, Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity.

Raytheon Company Missile Systems Division, Tucson, Ariz., has been awarded an $18,795,695 firm-fixed-price modification (P00008) on an existing contract (FA8675-12-C-0001) for High-speed Anti-Radiation Missile (HARM) Targeting System (HTS) contractor logistics support services.  The contract modification provides for the final HTS CLS option to repair HTS pods beginning Dec. 1, 2013.  Work will be performed at Tucson, Ariz., and is expected to be completed by Nov. 30, 2014.  Fiscal 2014 operations and maintenance funds in the amount of $4,699,000 are being obligated at the time of award.  Air Force Life Cycle Management Center/EBAS, Eglin Air Force Base, Fla., is the contracting activity.

*Small Business

Thursday, November 14, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR NOVEMBER 14. 2013

FROM:  U.S. DEFENSE DEPARTMENT NAVY
CONTRACTS

NAVY

Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded a $46,582,848 modification to previously awarded firm-fixed-price contract (N00019-13-C-0004) to exercise an option for the manufacture and installation of two Block I modification aircraft kits including Internet Protocol Bandwidth Expansion Phase III and very low frequency transmit terminals (VTT) for the E-6B aircraft.  In addition, this contract includes the manufacture and installation of four VTT retrofit modification kits in support of the Low Rate Initial Production E-6B aircraft, field support, differences training, software licenses and agreements, and updates to an operational flight trainer.  Work will be performed in Richardson, Texas (56 percent); Oklahoma City, Okla. (43 percent); and San Antonio, Texas (1 percent), and is expected to be completed in May 2015.  Fiscal 2014 aircraft procurement, Navy contract funds in the amount of $46,582,848 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.

Electric Boat Corp., Groton, Conn., is being awarded a $22,484,873 cost-plus-fixed-fee modification to previously awarded contract (N00024-13-C-2128) for continued procurement of common missile compartment prototype material, manufacturing and test.  This contract supports foreign military sales to the United Kingdom (100 percent).  Work will be performed in Groton, Conn., and is scheduled to be completed by October 2015.  FMS funding in the amount of $22,484,873 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Supervisor of Shipbuilding Conversion and Repair, Groton, Conn., is the contracting activity.

General Electric Aviation, Grand Rapids, Mich., is being awarded a $13,587,842 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the repair of various avionics components of the tactical moving map capability, and the AN-ASQ-215 mission data loader systems used in support of multiple platforms:  F-18, AV-8B, V-22, and the H-60 aircraft.  Work will be performed in Grand Rapids, Mich., and work is expected to be completed by Nov. 15, 2018.  No funds will be obligated at the time of award.  Fiscal 2014 Navy working capital funds will be obligated on individual task orders as they are issued.  No funds will expire before the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1).  The Naval Supply Systems Support, Philadelphia, Pa., is the contracting activity.

Bell Helicopter Textron Inc., Hurst, Texas, is being awarded an $8,266,644 firm-fixed-price contract for the manufacturing and delivery of three Bell 407 analog helicopters in support of the endurance upgrade of the vertical take-off and landing tactical unmanned aerial vehicle MQ-8C Fire Scout.  Work will be performed in Fort Worth, Texas (52 percent); Mirabel, Canada (46 percent); and Ozark, Ala. (2 percent), and is expected to be completed in June 2014.  Fiscal 2013 aircraft procurement, Navy contract funds in the amount of $8,266,644 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 FAR 6.302-1.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-C-0022).

AIR FORCE

UES Inc, Dayton, Ohio, has been awarded a $46,200,000 indefinite-delivery/indefinite-quantity contract for the Molecular Signatures program to develop technologies to discover, characterize, detect, and analyze complex biosignatures in order to provide tools for intelligence, surveillance, and reconnaissance (ISR) and human performance assessment.  Multiple sensing modalities will be used to qualitatively and quantitatively measure molecular signatures for increased situational awareness of the operational environment and performance of the human (operator and analyst) in that environment.  The program is charged with leading identification and characterization of the molecular attributes present in humans, the environment and pathogen biology for the purposes of developing human-centric ISR solutions.  Work will be performed at Dayton, Ohio and Wright-Patterson Air Force Base, Ohio, and is expected to be complete by May 15, 2020.  This award is the result of a competitive acquisition, and three offers were received.  Fiscal 2013 research and development funds in the amount of $200,000 are being obligated at time of award for the first task order (0001).  Air Force Research Laboratory/RQKHB, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-6516).

ARMY

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $16,800,000 firm-fixed-price contract for the design, development, production, and fielding of a mobile capability outside the continental United States reconstitution of PAC-3 four-pack assemblies (four missiles in each Patriot canister).  Estimated completion date is Nov. 30, 2015.  Work location is Grand Prairie, Texas.  Fiscal 2014 other procurement, Army funds in the amount of $4,200,000 were obligated at the time of the award.  One bid was solicited and one received.  Army Contracting Command Redstone Arsenal (Missile), Ala., is the contracting agency (W31P4Q-14-C-0022).

DEFENSE LOGISTICS AGENCY

ExxonMobile Fuels Marketing Company, Fairfax, Va., has been awarded a maximum $29,276,108 modification (P00003) adding line items to contract (SP0600-13-D-0451) for Navy distillate fuel.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Virginia with a Dec. 31, 2013 performance completion date.  Using service is DLA Energy.  Type of appropriation is fiscal year 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va. (Awarded Nov. 8, 2013)

Bremen-Bowdon Investments*, Bowdon, Ga., has been awarded a maximum $13,033,800 modification (P00009) exercising the third one-year option period on a one-year base contract (SPM1C1-10-D-1090) with four one-year option periods for men’s Army blue dress coats.  This is a firm-fixed-price contract.  Location of performance is Georgia with a Nov. 14, 2014, performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.


*Small Business

Thursday, November 7, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR NOVEMBER 7, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
DEFENSE LOGISTICS AGENCY

Easy Street JD&S LLC*, Carol Stream, Ill., has been awarded a maximum $633,000,000 fixed-price with economic-price-adjustment contract for procurement of commercial type material handling equipment.  This contract is a competitive acquisition, and 31 offers were received.  Locations of performance are Illinois and Ireland with a Nov. 6, 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 2019 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8EC-14-D-0001).

US Food Service Baltimore/Washington Division, Severn, Md., has been awarded a maximum $12,581,939 fixed-price with economic-price-adjustment, bridge contract for prime vendor full line food distribution.  This contract is a sole-source acquisition.  This is a one-year base contract with no option periods.  Locations of performance are Maryland and mid-Atlantic North region with a Nov. 8, 2014, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and Coast Guard.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-14-D-3719).

Shamrock Foods Co., Phoenix, Ariz., has been awarded a maximum $8,700,000 fixed-price with economic-price-adjustment, indefinite-quantity, bridge contract for prime vendor full line food distribution.  This contract is a sole-source acquisition.  This is a one-year base contract with no option periods.  Location of performance is Arizona with a Nov. 8, 2014, performance completion date.  Using military services are Army, Air Force, 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-3656).

Greenstone Limited*, Peapack, N.J., has been awarded a maximum $8,026,537 modification (P00017) exercising the seventh one-year option period on a one-year base contract (SPM200-06-D-7703) 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 Nov. 3, 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.

ARMY

Northrop Grumman, Huntsville, Ala., was awarded a $39,200,000 modification (P00095) to a previously existing cost-plus-incentive-fee, multi-year, option-included contract (W31P4Q-08-C-0418) to provide research and development services in support of integrated air missile defense.  The estimated completion date is Sept. 30, 2015.  Fiscal 2013 research, development, test and evaluation funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Great Lakes Dock and Dredge Company LLC, Oak Brook, Ill., was awarded a $10,273,971 firm-fixed-price contract for dredging services in support of the Baltimore Harbor Dredging Project.  Work will be performed in Baltimore, Md., with an estimated completion date of March 28, 2014.  Fiscal 2013 and fiscal 2014 operations and maintenance funds are being obligated on this award.  One bid was solicited, with one bid received.  The Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-14-C-0003).

K&N Industrial Equipment, Spokane Valley, Wash., was awarded a $7,976,384 firm-fixed-price, option-included contract to provide for the rehabilitation of bridge cranes located at Lower Granite Dam and Little Goose Dam.  Work will be performed in Dayton, Wash.; and Pomeroy, Wash.; with an estimated completion date of Aug. 13, 2015.  Fiscal 2014 procurement funds in the amount of $3,734,955 are being obligated on this award.  The bid was solicited through the Internet, with four bids received.  The Army Corps of Engineers, Walla Walla, Wash., is the contracting activity (W912EF-14-C-0002).

AIR FORCE

Lockheed Martin Corp., Fort Worth, Texas, has been awarded a $19,763,075 option exercise (P0050) to an existing cost-plus-fixed-fee contract (FA8611-08-C-2897) to retrofit fielded mission training centers with out the window visual systems upgrade and night vision goggles capability.  Effort includes upgrades for F-22 training systems at Sheppard Air Force Base (AFB), Texas; Tyndall AFB, Fla.; Langley AFB, Va.; Hickam AFB, Hawaii, and Elmendorf AFB, Alaska.  Work will be performed at St. Louis, Mo., with an expected completion date of Dec. 31, 2016.  Fiscal 2014 aircraft procurement funds in the amount of $19,763,075 are being obligated at time of option exercise.  The Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity.

NAVY

Ultra Armoring LLC*, Kings Mountain, N.C., is being awarded a $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the light capability rough terrain forklift (LCRTF) crew protection kit (CPK).  The LCRTF CPK shall provide a CPK for integration to increase survivability and provide protection in the event of small arms fire or improvised explosive Device attack.  The basic contract will be for four test assets, development costs, 100 production units, technical manuals, supply support and training.  The initial delivery order (0001) will be for six test assets, development costs, shipping of test assets, testing provisioning support and the technical manual development and procurement.  Work will be performed in Kings Mountain, N.C., and work is expected to be completed in November 2018.  No funds are being obligated on the base contract.  Fiscal 2013 research, development, testing and evaluation funds in the amount of $1,427,168 will be obligated on the delivery order, and will expire at the end of the current fiscal year.  This contract was competitively procured through full and open competition via the Federal Business Opportunities website, with five proposals received.  Marine Corps System Command in Quantico, Va., is the procuring contracting activity (M67854-14-D-5024).

CTC Enterprise Ventures Corp., Johnstown, Pa., is being awarded a $14,205,582 firm-fixed-price modification to previously awarded contract (N61331-12-C-0007) for the production of 10 carriage, stream, tow and recovery system kits in support of the MH-60S Airborne Mine Countermeasures program.  Work will be performed in Johnstown, Pa., and is expected to be completed by October 2016.  Fiscal 2013 aircraft procurement, Navy funds in the amount of $14,205,582 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Surface Warfare Center Panama City Division, Panama City, Fla., is the contracting activity.

Trimble Navigation Ltd., Dayton, Ohio, is being awarded $12,788,333 for delivery order 0007 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-13-D-5023) for the Laser Leveling System (LLS) to support the Product Manager, Engineering Systems, Material Handling Equipment and Construction Equipment Product Management Team.  Collectively, the LLS consists of surveying equipment and grade control equipment.  This procurement requires the original equipment manufacturer to provide 33 LLS systems, operator and maintainer training and training aids, transportation of the systems, and logistics and life cycle support for all items procured.  Work will be performed in Dayton, Ohio, and is expected to be completed by April 2018.  Fiscal 2013 procurement, Marine Corps funds in the amount of $12,788,333 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The basic contract was competitively procured, with two offers received.  Marine Corps Systems Command, Quantico, Va., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded an $8,343,276 modification to a previously awarded fixed-price-incentive-fee contract (N00019-09-C-0019) for the replacement and/or refurbishment of production life limit tooling for the F/A-18E/F and EA-18G aircraft.  Work will be performed in St. Louis, Mo., and is expected to be completed in October 2014.  Fiscal 2013 aircraft procurement, Navy contract funds in the amount of $8,343,276 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.

General Dynamics Electric Boat Corp., Groton, Conn., is being awarded a $7,103,796 modification to previously awarded contract (N00024-10-C-4301) to provide ship’s force duties; protection and operation; and organizational-level repairs and preservation of floating dry dock ARDM-4 at the Naval Submarine Support Facility, Naval Submarine Base, New London, Conn.  Work will be performed in New London, Conn., and is expected to be completed by September 2014.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $7,103,796 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.

Weston Solutions Inc., West Chester, Pa., is being awarded $6,576,624 for firm-fixed-price task order FZ01 under a previously awarded multiple award construction contract (N62583-09-D-0131) for design and construction of an MV-22 Aviation Fuel Storage Facility at Marine Corps Air Station, Camp Pendleton.  The work to be performed provides for expansion of the existing fuel storage facility by adding two additional fuel storage tanks, relocating loading pad and expanding the current petroleum oil lubricants operations building to support the fuel requirements of the MV-22 aircraft. Work will be performed in Oceanside, Calif., and is expected to be completed by January 2015.  Fiscal 2012 military construction, Navy contract funds in the amount of $6,576,624 are obligated on this award and will not expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

*Small Business

Tuesday, November 5, 2013

U.S. DOD CONTRACTS FOR NOVEMBER 5, 2013

FROM:  U.S. DEFENSE DEPARTMENT
CONTRACTS

NAVY

Bechtel Marine Propulsion Corp., San Francisco, Calif., is being awarded a $7,069,265,220 modification to previously awarded contract (N00024-08-C-2103) for naval nuclear propulsion work at the Bettis & Knolls Atomic Power Laboratories. Work will be performed in Schenectady, N.Y. (58 percent), Pittsburgh, Pa. (32 percent), and Idaho Falls, Idaho (10 percent). Fiscal 2014 operations and maintenance, Navy and fiscal 2014 other procurement, Navy contract funds in the amount of $82,893,000 will be obligated at time of award. If fully funded, contract funds in the amount of $484,680,000 will expire at the end of the fiscal year. No completion date or additional information is provided on naval nuclear propulsion program contracts. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DRS C3 & Aviation Co., Gaithersburg, Md., is being awarded a $50,892,583 modification to a previously awarded firm-fixed-priced contract (N00019-11-C-0011) to exercise an option for logistics services in support of the E-6B Mercury program, including the procurement and repair of operational, depot and Military Standard Requisitioning and Issue Procedures spares and associated shipping and data. Work will be performed at Tinker Air Force Base (AFB), Okla. (70 percent); Offutt AFB, Neb. (10 percent); Travis AFB, Calif. (10 percent); and Patuxent River, Md. (10 percent); and is expected to be completed in November 2014. Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $13,325,899 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

LPI Technical Services*, Chesapeake, Va. (N50054-14-D-1401); East Coast Repair & Fabrication LLC*, Norfolk, Va. (N50054-14-D-1402); Q.E.D. Systems Inc.*, Virginia Beach, Va. (N50054-14-D-1403); Epsilon Systems Solutions Inc.*, Portsmouth, Va. (N50054-14-D-1404); and Tecnico Corp.*, Chesapeake, Va. (N50054-14-D-1405), are each being awarded a $34,000,000 fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for depot-level repairs to U.S. Navy ships and submarines. This contract will cover a full range of depot level repairs and alterations, troubleshooting, maintenance, installation and removal of main and auxiliary, hull, mechanical and electrical equipment and systems onboard U.S. Navy or other military vessels including submarines. Work will be primarily performed in the Hampton Roads area of Virginia and is expected to be completed by November 2014. Each contractor will receive $68,000 at time of award. Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $340,000 will be obligated at the time of award, and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with eight offers received. The Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

Phoenix Air Group Inc., Cartersville, Ga., is being awarded a $23,153,136 firm-fixed-price and cost-reimbursable indefinite-delivery/indefinite-quantity contract for contractor owned and operated aircraft for fleet training in support of the commander, Naval Air Forces, various Department of Defense (DoD) and non-DoD agencies, and foreign military sales customers, including fleet integrated training contracted air services and electronic warfare aircraft for training. These aircraft will be utilized for training shipboard, and aircraft weapon system operators and aircrew, tactics and procedures to counter potential enemy electronic warfare threats. Work will be performed in Cartersville, Ga., (40 percent) and various locations inside and outside the United States (60 percent), and is expected to be completed in November 2018. Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $2,524,948 are being obligated on this award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c). The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-14-D-0005).

Northrop Grumman Systems Corp., Herndon, Va., is being awarded an $18,533,888 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0096) to exercise an option to build, install and test modifications to the Multi-Role Tactical Common Data Link Ku Line-of-Sight and Ka satellite communications systems for incorporation into the E6-B aircraft. In addition, this modification provides systems integration laboratory and aircraft development and operational test support. Work will be performed in Greenville, Texas, (50 percent), Patuxent River, Md. (35 percent), and San Diego, Calif. (15 percent), and is expected to be completed in November 2015. Fiscal 2014 aircraft procurement, Navy contract funds in the amount of $18,533,888 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.

The Boeing Co., St. Louis, Mo., is being awarded a $13,740,115 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0019) for the procurement of aircraft armament equipment for F/A-18E/F and EA-18G aircraft. This effort will procure 270 station control units, 13 aerial refueling stores (ARS) air probes, 13 ARS fuel probes, 26 ARS suspension lugs, 168 chaff dispenser cover, 26 ALE-50 dispenser, 26 ALE-50 protector, 26 ALE-50 chassis, 26 ALE-67 mounting bases, 26 mounting retainers, and 12 centerline feed-thru plates. Work will be performed in St. Louis, Mo., and is expected to be completed in August 2015. Fiscal 2013 aircraft procurement, Navy contract funds in the amount of $13,740,115 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.

Lockheed Martin Corp., Owego, N.Y., is being awarded $10,458,900 for firm-fixed-price delivery order 4092 against a previously issued basic ordering agreement (N00019-09-G-0005) for non-recurring engineering efforts for development and testing of the system configuration 15 series modifications to the MH-60R VHF Omni-directional Range/Instrument Landing System, crash data recorder, and ABS-B Out for the Government of Australia under the Foreign Military Sales (FMS) Program. Work will be performed in Owego, N.Y., and is expected to be completed in February 2016. FMS funds in the amount of $10,458,900 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.

Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded an $8,339,331 fixed-price-incentive, cost-plus-incentive-fee, and cost-plus-fixed-fee modification (PZ0001) to a previously awarded un-priced letter contract (N00030-13-C-0100) for new procurement of Trident II (D5) missile production, D5 life extension development and production, and D5 deployed systems support. This modification includes unexercised option items, which if exercised, will bring the contract value to $803,235,443. Work will be performed in Sunnyvale, Calif. (34.31 percent); Brigham City, Utah (21.55 percent); St. Mary's, Ga. (9.49 percent); Cape Canaveral, Fla. (5.59 percent); Silverdale, Wash. (5.25 percent); Pittsfield, Mass. (3.23 percent); Kingsport, Tenn. (2.81 percent); Gainesville, Va. (2.09 percent); El Segundo, Calif. (1.84 percent); Clearwater, Fla. (1.74 percent); Lancaster, Pa. (1.67 percent); Inglewood, Calif. (1.57 percent); Camarillo, Calif. (0.75 percent); Santa Fe Springs, Calif. (0.62 percent); Oakridge, Tenn. (0.57 percent); Arlington, Wash. (0.5 percent); St. Charles, Mo. (0.36 percent); Joplin, Mo. (0.36 percent); Defew, N.Y. (0.34 percent); Hollister, Calif. (0.33 percent); Diamond Springs, Calif. (0.33 percent); Santa Ana, Calif. (0.28 percent); Miamisburg, Ohio (0.27 percent); Bethel, Conn. (0.24 percent); Orlando, Fla. (0.24 percent); Colorado Springs, Colo. (0.22 percent); Torrance, Calif. (0.20 percent); Wenatchee, Wash. (0.19 percent); Santa Clara, Calif. (0.14 percent); Englewood, Colo. (0.14 percent); San Diego, Calif. (0.12 percent); San Jose, Calif. (0.12 percent); Santa Cruz, Calif. (0.12 percent); Simi Valley, Calif. (0.11 percent); Simsbury, Conn. (0.10 percent); and other various locations of less than 0.10 percent each (2.21 percent), and work is expected to be completed December 2014. If options are exercised, all work will continue to November 2018. No funds are being obligated on this award. Subject to availability of funds, fiscal 2014 weapons procurement, Navy contract funds in the amount of $673,355,582; fiscal 2014 operations and maintenance, Navy contract funds in the amount of $60,783,102; fiscal 2014 United Kingdom contract funds in the amount of $35,699,318; fiscal 2014 research, development, test and evaluation contract funds in the amount of $23,070,034; and fiscal 2014 other procurement, Navy contract funds in the amount of $6,491,243 will be used. Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $60,783,102 will expire at the end of the fiscal year. Strategic Systems Programs, Washington, D.C., is the contracting activity.

AIR FORCE

Federal Networked Systems LLC., Ashburn, Va., (FA8732-14-D-0001); Dell Federal Systems L.P., Round Rock, Texas (FA8732-14-D-0002); Harris IT Services Corp., Dulles,Va. (FA8732-14-D-0003); Sterling Computers Corp., Norfolk Neb., (FA8732-14-D-0004); Force 3 Inc., Denver, Colo. (FA8732-14-D-0005); PCMall Inc., Chantilly, Va., (FA8732-14-D-0006); Insight Public Sector Inc., Chantilly Va., (FA8732-14-D-0007); Presidio Networked Solutions Inc., Greenbelt Md., (FA8732-14-D-0008);and FCN Inc., Rockville Md., (FA8732-14-D-0009) have all been awarded a firm-fixed-price, multiple-award, indefinite-delivery/indefinite-quantity (ID/IQ) contract with a maximum potential value of $6,900,000,000 for Network Centric Solutions-2 (NETCENTS-2) Netcentric Products. This contract vehicle is mandatory for the purchase of Netcentric products for Air Force customers. This contract vehicle will provide for commercially available off-the-shelf products to support the Internet Protocol Network and will include the following categories of Netcentric products and associated support worldwide: networking equipment, servers/storage, peripherals, multimedia, software (not included on other enterprise licenses), and identity management/biometric hardware and associated software. Because this is an ID/IQ, the location of performance is not known at this time and will be cited on individual delivery orders. Generally, work will be performed at Air Force facilities. The period of performance is six years. The ordering period is a three year basic period with three one-year option periods. This was a competitive acquisition. Offers were originally solicited electronically through Federal Business Oppotunities and 26 offers were received. An obligation of $2,500 will be issued to each of the awardees utilizing fiscal 2013 operations and maintenance funds. This is not a multiyear contract. The Air Force originally awarded eight ID/IQ contracts under NETCENTS-2 Netcentric products on April 19, 2013, and awarded eight additional contracts on Aug. 26, 2013. The Air Force received nine protests as a result of the August 26, 2013, awards. On Sept. 30, 2013, the Air Force advised the General Accountability Office that in response to the protests, the Air Force would take corrective action by awarding a contract to all offerors in the competitive range. The contract awards to the contractors listed above completes that action. This makes a total of 25 contract awards. The contract ceiling for NETCENTS-2 Netcentric products is the same at $6,900,000,000 for each of the 25 contracts. NETCENTS-2 Netcentric products is one of a set of five categories of contract capabilities spanning Netcentric products, network operations and infrastructure solutions, applications services, enterprise integration and service management, and information technology professional services all included under the broader NETCENTS-2 program. Air Force Life Cycle Management Center/HICK, Maxwell Air Force Base-Gunter Annex, Ala., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Raytheon Company Space and Airborne Systems, El Segundo, Calif., has been awarded a maximum $42,765,853 firm-fixed-price contract against a basic ordering agreement for various radio parts and equipment. This contract is a sole source acquisition. Location of performance is California with a March 2016 performance completion date. Using military services are Navy and the Government of Australia. Type of appropriation is fiscal 2014 through fiscal 2016 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPRPA1-11-G-003X-5004).

ARMY

URS Group Inc., Mobile, Ala. was awarded a $13,000,000 firm-fixed-price, indefinite-delivery contract for architect-engineering services for the Army Corps of Engineers, Mobile District, to support the Air Force KC-46C aircraft beddown in the continental United States. Estimated completion date is Nov. 14, 2018. Work location and funding will be determined with each order. Bids were solicited via the internet with 57 received. Army Corps of Engineers, Mobile, Ala., is the contracting agency (W91278-14-D-003).

*Small Business

Friday, November 1, 2013

U.S. DOD CONTRACTS FOR NOVEMBER 1, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
WASHINGTON HEADQUARTERS SERVICES

Institute for Defense Analysis, Alexandria, Va., is being awarded a maximum $888,757,811 five year indefinite-delivery/indefinite-quantity contract for research and analysis to the Office of the Secretary of Defense, the joint staff, combatant commands, defense agencies, joint program offices, and other users as specified in the sponsoring agreement between OSD and IDA under the Federally Funded Research and Development Center (FFRDC) contract. Work will be performed primarily in Alexandria, Va. This contract was not competitively processed because it was obtained under the FFRDC program. The estimated completion date is Sept. 30, 2018. Washington Headquarters Services, Washington, D.C., is the contracting activity (HQ0034-14-D-0001).


U.S. TRANSPORTATION COMMAND

AAR Airlift Group Inc., Palm Bay, Fla., is being awarded modification 32 to task order 0001, and modification 23 to task order 0002 totaling $151,582,265 to previously awarded contract HTC711-10-D-R026 to exercise option year four for rotary wing aircraft, personnel, equipment, tools, material, maintenance and supervision necessary to perform passenger and cargo air transportation services. Work will be performed in Afghanistan, and is expected to be completed by Oct. 31, 2014. Funds are being obligated on monthly task order modifications. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity.

Columbia Helicopters Inc., Aurora, Ore., is being awarded modification 23 to task order 0002, and modification 18 to task order 0003 totaling $87,697,701 to previously awarded contract HTC711-11-D-R021 to exercise option year three for rotary wing aircraft, personnel, equipment, tools, material, maintenance and supervision necessary to perform passenger and cargo air transportation services. Work will be performed in Afghanistan, and is expected to be completed by Oct. 31, 2014. Funds are being obligated on monthly task order modifications. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity.

Construction Helicopters Inc., Howell, Mich., is being awarded a $33,602,864 modification 18 to previously awarded task order 0002 under contract HTC711-11-D-R022 to exercise option year three for rotary wing aircraft, personnel, equipment, tools, material, maintenance and supervision necessary to perform passenger and cargo air transportation services. Work will be performed in Afghanistan, andis expected to be completed by Oct. 31, 2014. Funds are being obligated on monthly task order modifications. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity.

AIR FORCE

General Atomics Aeronautical Systems Inc., Poway, Calif., has been awarded a not-to-exceed $27,607,349 undefinitized contract action delivery order (0113) for an existing basic ordering agreement (FA8620-10-G-3038) for France’s MQ-9 UAS Contractor Logistics Support Phase I program. Work will be performed in Poway, Calif., and is expected to be completed by Oct. 31, 2014. This award is the result of a sole-source acquisition. This requirement is 100 percent foreign military sales for the Government of France. Air Force Life Cycle Management Center/WIIK, Medium Altitude Unmanned Aircraft Systems, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Cubic Defense Applications Inc., San Diego, Calif., has been awarded a 24,999,949 firm-fixed-price contract for foreign military sales P5Combat Training System (P5CTS), combined hardware buy. Contractor will provide (P5CTS) hardware to provide an instrumented training capability that increases, maintains, and assesses combat proficiency in the following mission areas: counter air, close air support, strategic attack, air interdiction, and electronic combat. Work will be performed at San Diego, Calif., and Fort Walton Beach, Fla., and is expected to be complete by July 20, 2015. This award is a result of a sole-source acquisition. This award is for the governments of Singapore, Morocco, Oman and Saudi Arabia under the FMS program. Air Force Life Cycle Management Center/EBYK, Eglin Air Force Base, Fla., is the contracting activity (FA8678-14-C-0046).

L3 Communications Corp., Systems Field Support, Madison Miss., has been awarded an estimated $22,049,546 modification (P00025) to exercise option year three of the firm-fixed-price and cost-reimbursement contract (FA8106-11-D-0002) for C-12 contractor logistics support. Work will be performed worldwide at 19 sites to support C-12 aircraft for Pacific Air Forces, Air Force Material Command, Defense Intelligence Agency and Defense Security Cooperation Agency, consisting of maintenance, repair and support functions. The work is expected to be performed for one year, until Oct. 31, 2014. Funding is 85% fiscal 2014 operations and maintenance, aircraft procurement and research and development funds, and 15% foreign military sales funds. Air Force Life Cycle Management Center/WLKLC, Tinker Air Force Base, Okla., is the contracting activity.

ARMY

Truetech, Inc., Riverhead, N.Y., was awarded a $17,912,955 firm-fixed-price, indefinite-delivery/indefinite-quantity, multi-year contract for the procurement of M8 chemical paper and M9 chemical paper. The M8 chemical paper is used to detect the presence of liquid chemical agents while M9 chemical paper is used by ground forces and is placed on personnel and equipment to identify the presence of liquid chemical agent aerosols. Work location and funding will be determined by each order, with an estimated completion date of Nov. 1, 2018. Bids were solicited via the Internet with one received. Army Contracting Command, Warren, Mich., is the contracting agency (W56HZV-14-D-0011).

Nauset Construction Corp., Needham, Mass., was awarded a $20,521,858 firm-fixed-price contract to construct a new Unit Training Equipment Site and demolish the old facility and controlled humidity shelter in two separate phases for the Massachusetts National Guard. Work location is Buzzards’ Bay, Mass., with an estimated completion date of Sept. 17, 2015. Fiscal 2013 military construction funds in the amount of $20,521,858 are being obligated on award. Bids were solicited via the Internet with seven received. The National Guard Bureau Milford, Mass., is the contracting agency (W912SV-13-C-0007).

Leo Daly, Atlanta, Ga., (W912DY-14-D-0009); HDR, Charlotte, N.C., (W912DY-14-D-0010); and Ewing Cole, Philadelphia, Pa., (W912DY-14-D-0011) were awarded a $25,000,000 firm-fixed-price, multiple-award contract to provide continued architect-engineer design services in support of the Medical Repair and Renewal program. Work location and funding will be determined by each order, with an estimated completion date of Oct. 31, 2014. Bids were solicited via the Internet, with 36 received. Army Corps of Engineers, Huntsville, Ala. is the contracting agency.

NAVY

PAE Applied Technologies LLC, Fort Worth, Texas, is being awarded a $23,246,532 modification to previously awarded cost-plus-fixed-fee level of effort contract (N00421-13-C-0007) to exercise an option for range engineering, operations and maintenance services in support of the Naval Air Warfare Center Aircraft Divisions’ Atlantic Test Range and Atlantic Targets and Marine Operations Division. The estimated level of effort is 270,215 man-hours. Work will be performed in Patuxent River, Md., and is expected to be completed in February 2014. Navy working capital funds in the amount of $5,984,310 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, Patuxent River, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Labatt Food Service, San Antonio, Texas, has been awarded a maximum $18,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for prime vendor full line food distribution. This is a one-year base contract. This contract is a sole-source acquisition. Location of performance is Texas with a Nov. 8, 2014 performance completion date. Using military services are Army, Air Force, 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., (SPM300-14-D-3715).

Tuesday, August 21, 2012

WHO IS GETTING DEFENSE CONTRACTS




FROM: U.S. DEPARTMENT OF DEFENSE
CONTRACTS
Defense Logistics Agency
Graybar Electric Company, Inc., St. Louis, Mo., was issued a modification on contract SPM500-04-D-BP14/P00026. The award is a firm fixed price, prime vendor, indefinite delivery and indefinite quantity contract with a maximum $160,244,324 for maintenance, repair and operations for the Alaska Region. There are no other locations of performance. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were seven responses to the FedBizOps solicitation. Type of appropriation is fiscal 2012 and fiscal 2013 Defense Working Capital funds. The date of performance completion is August 17, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
 
Science Application International Corp., Fairfield, N.J., was issued a modification on contract SPM500-04-D-BP15/P00025. The award is a firm fixed price, prime vendor, indefinite delivery and indefinite quantity contract with a maximum $105,033,859 for maintenance, repair and operations for the Northwest Region. There are no other locations of performance. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were five responses to the FedBizOps solicitation. Type of appropriation is fiscal 2012 and fiscal 2013 Defense Working Capital funds. The date of performance completion is August 17, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
 
Frank Gargiulo Produce*, Hillside, N.J., was issued a modification on contract SPM300-08-D-P027. The award is a fixed price with economic price adjustment, indefinite quantity contract with a maximum $18,909,453 for fresh fruit and vegetable support in New York, New Jersey and Pennsylvania zone. There are no other locations of performance. Using military services are Army, Navy, Air Force, Marine Corps and USDA school customers. There were six responses to the web solicitation. Type of appropriation is fiscal 2012-2014 Defense Working Capital funds. The date of performance completion is February 27, 2014. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
 
Air Force
General Atomics Aeronautical Systems of San Diego, Calif. (FA8620-10-G-3038 0013) is being awarded an $87,338,761 firm fixed price, cost plus fixed fee contract for MQ-9 Reaper FY10/11 retrofit kits and installations for up to 80 aircraft. The location of performance is San Diego, Calif. Work is to be completed by August 17, 2016. The contracting activity is AFLCMC/WIIK, Wright-Patterson Air Force Base, Dayton, Ohio.
 
Lockheed Martin Mission Systems and Sensors, Liverpool, N.Y., (FA8707-12-C-0018) is being awarded a $35,980,000 firm fixed price contract for the continued technology development of the Three-Dimensional Expeditionary Long-Range Radar system and Preliminary Design Review and Capability Demonstration of the radar prototype. The location of performance is Liverpool, N.Y. Work is to be completed by Nov. 20, 2013. The contracting activity is AFLCMC/HBDK, Hanscom Air Force Base, Mass.
 
Northrop Grumman Systems Corp., Electronic Systems Division of Linthicum Heights, MD (FA8707-12-C-0019) is being awarded a $34,748,186 firm fixed price contract for the continued technology development of the Three-Dimensional Expeditionary Long-Range Radar system and Preliminary Design Review and Capability Demonstration of the radar prototype. The location of performance is Linthicum Heights, MD. Work is to be completed by Nov. 20, 2013. The contracting activity is AFLCMC/HBDK, Hanscom Air Force Base, Mass.
 
Raytheon Co., Integrated Defense Systems, Sudbury, Mass. (FA8707-12-C-0020) is being awarded a $35,195,000 firm fixed price contract for the continued technology development of the Three-Dimensional Expeditionary Long-Range Radar system and Preliminary Design Review and Capability Demonstration of the radar prototype. The location of performance is Sudbury, Mass. Work is to be completed by Nov. 20, 2013. The contracting activity is AFLCMC/HBDK, Hanscom Air Force Base, Mass.
 
Navy
Offshore Service Vessels, L.L.C., Galliano, La., is being awarded $47,420,000 to exercise an option under a previously awarded contract (N00033-05-C-3300) to purchase vessels and flexible piping equipment that comprise the Offshore Petroleum Distribution System (OPDS). The vessels include a U.S.-flagged self-sustaining vessel, MV VADM K.R. Wheeler and one tender vessel, MV Fast Tempo. The OPDS has been under long-term charter to Military Sealift Command since 2005, and has the capability to operate as an at-sea pumping station, quickly and efficiently delivering fuel to soldiers and Marines operating ashore where port facilities are inadequate or non-existent. The ship transfers to U.S. government ownership on Aug. 20, 2012, and will continue to operate worldwide. Contract funds will not expire at the end of the fiscal year. The U.S. Navy's Military Sealift Command, Washington, D.C., is the contracting activity (N00033-05-C-3300).
 
Acosta, Inc., Jacksonville, Fla., is being awarded a $7,850,597 indefinite-delivery requirements contract with fixed-price and economic price adjustment provisions to provide for various resale items in support of Navy Exchange Service Command (NEXCOM) Ship Store Program. The contract shall provide NEXCOM with a vehicle for placing orders for the various supplies required by the command, which will then be placed in the inventory of Ship's Store for the purpose of resale to the ship's crew. The contract contains four one-year option periods, which if exercised, will bring the contract value to $39,252,985. Work will be performed in the following pre-determined zones: Zone A - Alameda, Calif.; Concord, Calif.; Oakland, Calif.; San Francisco Bay Area, Calif., and Richmond, Calif., Zone B - Chino, Calif.; Long Beach, Calif.; Port Hueneme, Calif. and San Diego, Calif., Zone C - Portland, Ore.; Bremerton, Wash.; Everett, Wash, and Seattle, Wash., Zone G - Little Creek, Va.; Newport News, Va.; Norfolk, Va.; Portsmouth, Va. and Yorktown, Va. Work is expected to be completed Dec. 31, 2013. If all options are exercise, work will continue through Dec. 31, 2017. Contract funds will not expire at the end of the fiscal year. Funding will be at the delivery order level. The requirement was not available for competition as Acosta, Inc., is the wholesaler/distributor authorized by the various manufacturers it represents to serve as the sole distribution channel to NEXCOM, and the Ship's Store Program. The Fleet Logistics Center Norfolk, Va., is the contracting activity (N00189-12-D-0044).

Search This Blog

Translate

White House.gov Press Office Feed