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

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

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

Monday, December 9, 2013

U.S. DEFENSE CONTRACTS FOR DECEMBER 9, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

DEFENSE LOGISTICS AGENCY

Physio-Control Inc., Redmond, Wash., has been awarded a maximum $46,011,356 modification (P00012) exercising the third one-year option period on a five-year base contract (SPM200-07-D-8261) with five one-year option periods for defibrillators, related components, and accessories.  This is a fixed-price with economic-price-adjustment, indefinite delivery/indefinite-quantity contract.  Location of performance is Washington with a Dec. 7, 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.

NAVY

Raytheon Co., Tucson, Ariz., is being awarded a $35,019,637 modification to previously awarded contract (N00024-10-C-5432) to exercise an option to accomplish fiscal 2014 design agent engineering services for the MK-31 Rolling Airframe Missile (RAM) Guided-Missile Weapon System (GMWS) improvement program support, guided-missile round pack support, and guided-missile launching system support.  The RAM MK-31 GMWS is a cooperative development and production program conducted jointly by the United States and the Federal Republic of Germany under Memoranda of Understanding.  The support is required to maintain current weapon system capability, as well as resolve issues through design, systems, software maintenance, reliability, maintainability, quality assurance and logistics engineering services.  Work will be performed in Tucson, Ariz., and is expected to be completed by September 2014.  Fiscal 2014 weapons procurement Navy; fiscal 2014 research, development, test and evaluation; fiscal 2014 operations and maintenance, Navy and German funding in the amount of $8,246,505 will be obligated at the time of contract award.  Contract funds in the amount of $733,035 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-10-C-5432).

Raytheon Co., Integrated Defense Systems, Sudbury, Mass., is being awarded a $29,521,981 modification to previously awarded contract (N00024-13-C-5115) to exercise options for the production of the AN/SPY-1D(V) radar transmitter group, missile fire control system MK 99 and site support for DDG 119.  Raytheon will also be responsible for related technical services to facilitate system testing, shipyard installation, and other requirements.  Work will be performed in Andover, Mass. (78.3 percent); Sudbury, Mass. (19.3 percent); Moorestown, N.J. (0.9 percent); Norfolk, Va. (0.5 percent); and Canada (1 percent) and is expected to be completed by June 2017.  Fiscal 2013 ship conversion, Navy contract funds in the amount of $29,521,981 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.

Sechan Electronics Inc.*, Lititz, Pa., is being awarded a $17,212,201 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for the procurement of the Target Detecting Device (TDD) MK 71 Mod 1 to support the Quickstrike Mine Improvement program.  This contract will require the fabrication, assembly, integration, testing and delivering of the hardware components which constitute TDD MK 71 Mod 1.  TDD MK 71 Mod 1 has been developed and fielded for use in the air-delivered Quickstrike mine shape MK 65, and is also planned for use in two additional mines:  Mine MK 62 and Mine MK 63.  Work will be performed in Lititz, Pa., and is expected to be completed by December 2018.  Fiscal 2013 weapons procurement, Navy contract funds in the amount of $3,071,600 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 and the Federal Business Opportunities websites, with one offer received.  The Naval Surface Warfare Center, Panama City Division, Panama City, Fla., is the contracting activity (N61331-14-D-0001).

Air Cruisers Co., LLC, Township, N.J., is being awarded a five year $16,970,294 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the long term repair of four different sized life rafts that comprise the Multi-Place Life Raft (MPLR) Program.  The MPLR is a critical safety/critical application item designed to save and sustain the lives of Navy and Marine Corps air crewmen in the event of ejection or aircraft abandonment at sea.  Work will be performed in Liberty, Miss., and work is expected to be completed December 2018.  Fiscal 2013 Navy working capital funds in the amount of $2,252,626 will be obligated at the time of award, and will not expire before the end of the current fiscal year.  The contract was not competitively procured in accordance FAR 6.302-1.  The NAVSUP Weapons System Support, Philadelphia, Pa., is the contracting activity (N00383-14-D-002P).

AIR FORCE

Diversitech Inc., Cincinnati, Ohio, has been awarded a $7,499,501 modification (P00011) for an existing indefinite-delivery/indefinite-quantity contract (FA8601-11-D-0001) for civil engineering facility and equipment support (FA8601-11-D-0001) extending the ordering period for one year.  This requirement provides routine maintenance and repair work for 7,352 pieces of equipment that support the mission of the Air Force Institute of Technology, Air Force Research Laboratory, National Air and Space Intelligence Center, and others.  Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Dec. 31, 2014.  Fiscal 2014 operations and maintenance and eesearch and development funds will be obligated on individual task orders.  Air Force Life Cycle Management Center/PZIO, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

ARMY

Luhr Bros., Inc., Columbia, Ill., was awarded a $7,000,000 contract modification (P00001) to exercise option year one on contract W912QR-13-D-0032 for the leasing of a dredge, plant attendant, and on-shore disposal equipment for channel maintenance dredging on the Ohio River and Ohio River pooled tributaries and the upper Mississippi River 0.0-185.00.  Funding and the work performance site will be determined with each order.  Estimated completion date is Dec. 31, 2014.  Army Corps of Engineers, Louisville, Ky., is the contracting activity.

*Small Business

Friday, December 6, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR NOVEMBER 6, 2013

 FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

AIR FORCE
 
Lockheed Martin Corp., Marietta, Ga., has been awarded up to $169,726,427 not-to-exceed firm-fixed-price contract for advance procurement funding for long lead efforts associated with 18 C-130J aircraft. Work will be performed at Marietta, Ga., and is expected to be completed by Oct. 31, 2016. This award is the result of a sole-source acquisition. Fiscal 2013 advance procurement funds in the amount of $169,726,427 are being obligated at time of award. Air Force Life Cycle Management Center/WLNNC, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-14-C-6450).

Booz Allen Hamilton Inc., McLean, Va., has been awarded an $18,062,895 cost-plus-fixed-fee modification (P00047) under an existing contract (FA8811-10-C-0006) for systems engineering and integration support to the Launch and Test Range System . The contract modification extends the existing contract for one year. Work will be performed at Los Angeles Air Force Base, Calif., and is expected to be completed by Dec. 7, 2014. Fiscal 2014 other procurement and research and development funds in the amounf of $3,665,819 are being obligated at time of award. Range and Network Division, Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity.

Oasis Systems LLC, Lexington, Mass., was awarded an $11,918,862 modification (P00005) on an existing cost-plus-fixed-fee, cost-reimbursable contract (FA8721-13-C-0025) for professional acquisition support services. This contract modification provides the exercise of an option for an additional six months of professional acquisition support services under the basic contract. Work will be performed at Hanscom Air Force Base, Mass., and Langley Air Force Base, Va., and is expected to be completed by April 17, 2014. This modification provides professional acquisition support services in support of Air Force Life Cycle Management Center divisions. Fiscal 2012 procurement and fiscal 2013 research and development and procurement funds in the amount of $420,420 were obligated at time of award. Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM, Hanscom Air Force Base, Mass., is the contracting activity (Awarded Sept. 10, 2013).

Quantech Services Inc., Lexington, Mass., was awarded a $10,074,671 modification (P00006) on an existing cost-plus-fixed-fee, cost-reimbursable contract (FA8721-13-C-0016) for professional acquisition support services. This contract modification provides the exercise of an option for an additional six months of professional acquisition support services under the basic contract. Work will be performed at Hanscom Air Force Base, Mass. and Langley Air Force Base, Va., and is expected to be completed by April 17, 2014. This modification provides professional acquisition support services in support of Air Force Life Cycle Management Center divisions, including classified foreign military sales. FMS support accounts for approximately 46 percent of the stated modification and includes Afghanistan, Egypt, Jordan, and Oman. Fiscal 2013 research and development, procurement and FMS funds in the amount of $2,016,142 were obligated at time of award. Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM, Hanscom Air Force Base, Mass., is the contracting activity (Awarded Sept. 10, 2013).

Global Defense Systems LP, Warner Robins, Ga., has been awarded a $9,624,302, firm-fixed-price contract for 480 C-130 Loadmaster Crashworthy seats. The Crashworthy seat will provide lifesaving capabilities during hard landings. Work will be performed at Albertville, Ala., and is expected to be completed June 30, 2016. This award is the result of a competitive acquisition via the internet, and five offers were received. Fiscal 2011 and 2012 procurement funds in the amount of $9,624,302 are being obligated at time of award. Air Force Life Cycle Management Center/WLKCA, Robins Air Force Base, Ga., is the contracting activity (FA8504-14-C-0002).

P E Systems Inc., Fairfax, Va., was awarded an $8,968,305 modification (P00005) on an existing cost-plus-fixed-fee, cost-reimbursable contract (FA8721-13-C-0029) for professional acquisition support services. This contract modification provides the exercise of an option for an additional six months of professional acquisition support services under the basic contract. Work will be performed at Hanscom Air Force Base, Mass., Langley Air Force Base, Va., Washington, D.C., and Wright-Patterson Air Force Base, Ohio, and is expected to be completed by April 17, 2014. This modification provides professional acquisition support services in support of Air Force Life Cycle Management Center divisions, including classified foreign military sales. FMS support accounts for approximately 1 percent of the stated modification and includes the countries of Germany, Greece, Morocco, Oman, Pakistan, Saudi Arabia, Singapore, and Thailand. Fiscal 2012 procurement and fiscal 2013 operations and maintenance, research and development, procurement and FMS funds in the amount of $621,641 were obligated at time of award. Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM, Hanscom Air Force Base, Mass., is the contracting activity (Awarded Sept. 19, 2013).

NAVY

Lockheed Martin, Mission Systems & Training, Mitchel Field, N.Y., is being awarded a $58,785,716 cost-plus-incentive fee, cost-plus-fixed fee contract for United States and United Kingdom D-5 navigation subsystem engineering support services. This contract provides for U.S. and U.K. fleet support, U.S. and U.K. trainer systems support, Ohio-class SSBN engineered refueling overhauls, U.S. and U.K. SSI4 trainer system, SSBN-R strategic weapon training system and training system development, U.K. successor support, software modernization and Linked Autonomous Programmed Navigational Operational Trainer modernization. The maximum dollar value, including the base period and one option-year if exercised, is $114,236,770. The work will be performed in Mitchel Field, N.Y. (97 percent), Clearwater/Oldsmar, Fla. (2 percent) and Manassas, Va. (1 percent), with an expected completion date of April 2017. Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $36,042,285; fiscal 2014 research, development, test and evaluation contract funds in the amount of $12,382,648; fiscal 2014 United Kingdom contract funds in the amount of $6,912,487; and fiscal 2014 other procurement, Navy contract funds in the amount of $3,448,296 are being obligated at time of award. Contract funds in the amount of $36,042,285 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-0002).

BAE Systems Technology Solutions Inc., Rockville, Md., is being awarded a $56,517,376 cost-plus-fixed fee, cost-plus-incentive fee contract for the United States and United Kingdom D5 strategic weapons systems programs, U.S. guided missile submarine attack weapons systems programs, Nuclear Weapons Security, and future concepts. These services will include: weapon system coordination, safety class engineering, conduct of installation test programs, direct logistics support of deployed forces, and support of logistics management programs. This contract provides for coordination documentation; electrical diagrams; systems publications; shipyard installation test support; test equipment and test data analysis; support for re-engineering the SWS as appropriate in response to guidelines resulting from continuous improvement initiatives, configuration management through SSP Alterations program, logistics engineering, Preventive Maintenance Management Plan, Standard Maintenance Procedures; systems level documentation and training curriculum support; logistics planning; logistics engineering; field logistics services; network development and maintenance. In addition, BAE Systems will provide the following products for the Common Missile Compartment (CMC) concept development effort to ensure that the existing TRIDENT II (D5) SWS is compatible with the Concept Development efforts being pursued for the CMC Program: weapon system coordination, class engineering, configuration management, logistics engineering, systems-level documentation, network development and maintenance and facility engineering and design support. They will also provide technical and engineering support to the CMC concept development efforts for SWS life cycle cost control evaluations. The maximum dollar value, including the base period and two option years, is $171,358,761. Work will be performed at Rockville, Md. (73 percent); Washington, D.C. (13 percent ); Silverdale, Wash. (5 percent); St. Mary’s, Ga. (4 percent); Portsmouth, Va. (3 percent); San Diego, Calif. (1 percent); the United Kingdom (.6 percent) , and Mechanicsburg, Pa. (.3 percent), with an expected completion date of Sept. 30, 2014. Fiscal 2014operations and maintenance, Navy funds in the amount of $33,679,376; fiscal 2014 United Kingdom contract funds in the amount of $10,268,000; fiscal 2013 and 2014 research, development, test and evaluation contract funds in the amounts of $488,000 and $6,783,000 respectively; fiscal 2012, 2013, and 2014 other procurement, Navy contract funds in the amounts of $173,000, $513,000, and $4,418,000 respectively; and fiscal 2014 weapons, Navy contract funds in the amount of $195,000 are being obligated at time of award. Contract funds in the amount of $34,340,376 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-0009).

Huntington Ingalls Industries, Pascagoula, Miss., is being awarded a $39,051,995 modification to previously awarded contract (N00024-10-C-2203) for life cycle engineering and support services on the Amphibious Transport Dock Ship Program LPD 17 class. Services to be provided include post-delivery planning and engineering, homeport technical support, Class Integrated Product Data Environment, data maintenance and equipment management, systems integration and engineering support, LPD 17 class design services, research engineering, obsolescence management, material support, emergent repair provision (including warranty enforcement), training and logistics support; LPD 17 Integrated Planning Yard support including ship alteration development and installation, material management, Fleet Modernization Program planning, availability planning, configuration data management, research engineering, logistics documentation, and other logistics and executing activity coordination, and management of all related data within the Configuration Data Manager’s Database-Open Architecture. Work will be performed in Pascagoula, Miss., and is expected to be completed by December 2014. Fiscal 2005 shipbuilding and conversion, Navy funds in the amount of $5, 045,557, fiscal 2012 shipbuilding and conversion, Navy funds in the amount of $2,373,000, fiscal 2014 shipbuilding and conversion, Navy funds in the amount of $1,727,500, and fiscal 2014 operations and maintenance, Navy funds in the amount of $50,000 will be obligated at time of award. Contract funds in the amount of $2,423,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $15,597,818 firm-fixed-price delivery order (0075) against a previously issued basic ordering agreement (N00019-12-G-0006) in support of the V-22 aircraft. This order provides for additional nonrecurring engineering and technical support to forward fit/retrofit engineering change proposal #1007 into the aircraft. This effort will also provide for the delivery of eight helmet mounted display retrofit kits, spares, support equipment, tooling and training devices. Work will be performed at Ridley Park, Pa. (99.9 percent), and Fort Worth, Texas (.1 percent), and is expected to be completed in March 2015. Fiscal 2013 aircraft procurement, U.S. Special Operations Command funding in the amount of $15,597,818 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.

DEFENSE LOGISTICS AGENCY

Atlantic Diving Supply Inc.*, Virginia Beach, Va., has been awarded a maximum $84,063,089 fixed-price with economic-price-adjustment contract for various commercial fasteners. This contract is a competitive acquisition, and seven offers were received. Location of performance is Virginia with a Dec. 5, 2016 performance completion date. This is a three-year base contract with one two-year option periods. Using military services are Army, Navy, Air Force, and Marine Corps. 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., (SPM5EN-14-D-0001).

KPMG LLP, McLean, Va., has been awarded a maximum $12,834,740 firm-fixed-price contract for all necessary management services, personnel and documentation required for Defense Logistics Agency audit readiness review. This contract is a competitive acquisition, and six offers were received. Location of performance is Virginia with a Dec. 5, 2014 performance completion date. This is a one-year base contract. Using service is federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Richmond, Va., (SP4703-11-A-0017-0034).

ARMY

General Atomics Aeronautical Systems Inc., Poway, Calif., was awarded a $40,253,105 modification (P0003) to contract W58RGZ-13-C-0109 for the Gray Eagle full rate production option exercise applicable to the Gray Eagle Unmanned Aircraft System. Fiscal 2014 other procurement, Army funds in the amount of $40,253,105 were obligated at the time of the award. Estimated completion date is Sept. 30, 2016. One bid was solicited with one received. Work will be performed at Poway, Calif. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

EADS North America, Herndon, Va. was awarded a $33,217,089 firm-fixed-price contract with options for the purchase of six UH72A Lakota aircraft and six airborne radio communication 231 radios. Fiscal 2014 other procurement funds in the amount of $33,217,089 were obligated at the time of the award. Estimated completion date is Dec. 31, 2014. Five bids were solicited with three received. Work will be performed in Herndon, Va. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0194).

Dutra Dredging Co., San Rafael, Calif., was awarded a $19,869,500 firm-fixed-price contract for dredging the Thimble Shoal Federal Navigation Channel and the Cape Henry Federal Navigation Channel. Fiscal 2014 other procurement funds in the amount of $8,231,200 were obligated at the time of the award. Estimated completion date is Sept 1, 2014. Bids were solicited via the Internet with three received. Work will be performed at Newport News, Va. Army Corps of Engineers, Norfolk, Va., is the contracting activity (W91236-14-C-0014).

BAE Systems Information & Electronic Systems Integration, Greenlawn, N.Y., was awarded an $11,527,257 cost-plus-fixed-fee contract to acquire engineering services, a technical data package and technical training required to develop organic depot activation repair capability of the AN/APX-124 Mode S/5 Identification Friend or Foe Transponder System at Tobyhanna Army Depot, Pa. Fiscal 2014 other procurement funds in the amount of $3,562,257 were obligated at the time of the award. Estimated completion date is June 6, 2016. Bids were solicited via the Internet with one received. Work will be performed at Greenlawn, N.Y. Army Contracting Command, Tobyhanna, Pa., is the contracting activity (W25G1V-14-C-0003).

Jorge Scientific Corp., Arlington, Va., was awarded a $7,309,301 firm-fixed-price contract for Counterinsurgency (COIN) Advisory and Assistance Team services in Afghanistan regarding a new COIN concept without a break in service. This assistance entails training U.S. forces on how to train Afghanistan National Security Forces (ANSF) on functions critical to ANSF sustainment. Fiscal 2014 operations and maintenance, Army funds in the amount of $5,755,730 were obligated at the time of the award. Estimated completion date is March 15, 2014. This was a sole-source acquisition. Work will be performed in Afghanistan. CENTCOM Joint Theater Support Contracting Command – Phoenix APO, AE is the contracting activity (W56SGK-14-C-0003).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Koniag Information Security Systems, Chantilly, Va., has been awarded a $6,600,688 cost-plus-fixed-fee contract. This award is for contractor support services for the DARPA Security and Intelligence Directorate. Work will be performed in Arlington, Va. The estimated completion date is Dec. 31, 2014. Fiscal 2013 research and development funds are being obligated at time of award. The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Va., (HR0011-14-C-0048).

*Small Business

Thursday, December 5, 2013

U.S. DEFENSE CONTRACTS FOR DECEMBER 5, 2013

CONTRACTS
ARMY

M1 Support Services L.P., Denton, Texas, was awarded a $38,722,328 firm-fixed-price contract for advanced instructor pilot support services for the U.S. Army Aviation Center of Excellence, 110TH Aviation Brigade Support at Fort Rucker, Ala. Work will be performed in Alabama with an estimated completion date of Dec. 12, 2017. Funds will be determined with each order. Bids were solicited via the Internet with seven received. Army Contracting Command, Fort Eustis, Va., is the contracting activity (W911S0-14-D-0001).

FEDCON Joint Venture, Clearwater, Fla., was awarded a $34,536,510 firm-fixed-price contract for resilient features for the west bank and vicinity, hurricane storm damage and risk reduction system, Mississippi River Levee, Augusta to Oakville La. (A), WBV-MRL 1.2A. Fiscal 2014 other procurement funds in the amount of $34,536,510 were obligated at the time of the award. Estimated completion date is Oct. 23, 2015. Bids were solicited via the Internet with 13 received. Work will be performed in Belle Chasse La. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-14-C-0011).

Aecom National Security Programs Inc., Springfield, Va., was awarded a $10,019,790 contract modification (000328) to contract W52P1J-09-D-0043 to provide U.S. Forces-Afghanistan with the capability to passively gather, analyze, and disseminate open sources atmospheric information throughout the Afghanistan Combined Joint Operating Area; monitor, track and measure trends in local sentiment regarding U.S. Forces-Afghanistan programs and policies. It will also provide professional advice and assistance with regard to cultural professional advice and assistance with regard to social, religious, political, economic, and tribal matters and communication strategies; produce open source atmospheric information that support Afghanistan related strategic, operational and tactical decision making. Fiscal 2014 operations and maintenance, Army funds in the amount of $5,009,895 were obligated at the time of the award. Estimated completion date is Dec. 4, 2015. Work will be performed in Afghanistan. Army Contracting Command, Rock Island Arsenal, Rock Island, Ill., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Cottonwood Inc., Lawrence, Kan., has been awarded a maximum $15,000,000 firm-fixed-price, indefinite-quantity contract for vehicle cargo tie downs. This contract is a sole-source acquisition. Location of performance is Kansas with a Dec. 4, 2018 performance completion date. This is a two-year base contract with three one-year option periods. 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., (SPE8EF-14-D-0001).

NAVY

Jacobs Technology Inc., Fort Walton Beach, Fla., is being awarded an $11,341,989 cost-plus-fixed-fee task order under the previously awarded General Services Administration Alliant Multiple Award contract for information technology services (GS0QBG-09-D-0059-GM01). This contract provides services for IT, information management, information assurance product service delivery mechanisms, software development, engineering and enterprise architectural compliance, server support services and information assurance compliance. The level of effort for the base year is 177,270 man hours. Work will be performed in China Lake, Calif. (82 percent); Point Mugu, Calif. (13 percent), and Norfolk, Va. (5 percent), and is expected to be completed in January 2015. Fiscal 2014 Navy working capital funds in the amount of $5,477,268 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 Weapons Division, China Lake, Calif., is the contracting activity.

Search This Blog

Translate

White House.gov Press Office Feed