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

Thursday, July 31, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JULY 31, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
ARMY
Honeywell Aerospace International, Phoenix, Arizona, was awarded a $121,890,543 modification (P00001) to foreign military sales contract W58RGZ-14-C-0021 (Turkey, Australia, United Arab Emirates and Morocco) to procure 440 T55-GA-714A engines and 365 T55-GA-714A engine fielding kits. Fiscal 2012, 2013, and 2014 other procurement funds in the amount of $121,890,543 were obligated at the time of the award. Estimated completion date is Dec. 31, 2018. Work will be performed in Phoenix, Arizona. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Lockheed Martin Sippican, Inc., Marion, Massachusetts, was awarded a $49,915,441 firm-fixed- price, indefinite-delivery/indefinite-quantity, multiyear foreign military sales contract (Korea and Finland) for Stinger M934E6 fuses (legacy), M934E7 fuses (proximity capability), warhead body assemblies (legacy), and warhead body assemblies (proximity capability). Funding and work location will be determined with each order, with an estimated completion date of Aug. 25, 2018. Bids were solicited via the Internet with one received. Army Contracting Command, Picatinny Arsenal, Picatinny, New Jersey, is the contracting activity (W15QKN-14-D-0082).

Professional Contract Services, Inc., Austin, Texas, was awarded a $32,209,556 Type 1contract for healthcare housekeeping services, Evans Army Community Hospital, Fort Carson. Work will be performed at Fort Carson, Colorado, with an estimated completion date of July 31, 2019. One bid was solicited with one received. Funding will be determined with each order. Army Medical Command Contracting Center, Fort Sam Houston, Texas, is the contracting activity (W81K04-14-D-0009).
Northrop Grumman, Huntsville, Alabama, was awarded a $31,000,000 modification (P00108) to contract W31P4Q-08-C-0418 to add fiscal 2014 funding for continued research and development of the integrated air and missile defense hardware and software systems. Fiscal 2014 research, development, test and evaluation funds in the amount of $31,000,000 were obligated at the time of the award. Estimated completion date is Sept. 30, 2015. Work will be performed at Huntsville, Alabama. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Berg Manufacturing, Inc.,* Spokane, Washington, was awarded a $22,338,771 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a cost-reimbursable line item number to supply metalworking machine shop sets shelters with a guaranteed minimum of two and a maximum of 220 shelters and field service representative support (on an as needed basis). The government will obligate the minimum guaranteed quantity. The estimated completion date is July 31, 2019. Bids were solicited via the Internet with two received. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W9098S-14-D-0051).
Carlson Constructors Corp.,* Joliet, Illinois, was awarded a $21,862,091 firm-fixed-price contract with options, for constructing family housing. Work will be performed at Fort McCoy, Wisconsin, with an estimated completion date of Aug. 5, 2016. Bids were solicited via the Internet with four received. Fiscal 2014 military construction funds in the amount of $21,862,091 are being obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-14-C-0050).
BAE Systems Land & Armaments, L.P., Santa Clara, California, was awarded a $16,797,020 modification (P00021) to contract W56HZV-13-C-0018 for technical support and sustainment system technical support for the Bradley family of vehicles. Fiscal 2012, 2013, and 2014 other procurement (Army) funds in the amount of $16,602,803 and fiscal 2014 operations and maintenance (Army) funds in the amount of $194,217 were obligated at the time of the award. Estimated completion date is Dec. 17, 2015. Work will be performed in Santa Clara, California; Sterling Heights, Michigan; and York, Pennsylvania. Army Contracting Command, Warren, Michigan, is the contracting activity.
Technical and Project Engineering, Alexandria, Virginia, was awarded a $12,084,389 modification (P00002 ) to contract W91CRB-13-C-0036 for professional software development and support, testing, training, and software and database maintenance services to support Army training models. Fiscal 2014 operations and maintenance (Army) funds in the amount of $12,084,389 were obligated at the time of the award. Estimated completion date is Aug. 6, 2015. Work will be performed in Alexandria, Virginia. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.
TrueTandem, LLC,* Reston, Virginia, was awarded a $6,819,552 modification (P00006) to contract W52P1J-12-F-5110 for enterprise knowledge services for the U.S. Army Reserve. Fiscal 2014 operations and maintenance (Army) funds in the amount of $6,819,552 were obligated at the time of the award. Estimated completion date is Sept. 29, 2015. Work will be performed at Fayetteville, North Carolina. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.
Advanced Systems Development, Inc.,* Arlington, Virginia, was awarded a $6,539,047 modification (P00049) to contract W9124Q-11-F-0020 for information systems operations support service. Fiscal 2014 operations and maintenance (Army) funds in the amount of $4,914,821 were obligated at the time of the award. Estimated completion date is July 31, 2016. Work will be performed at White Sands Missile Range, New Mexico. Army Contracting Command, White Sands Missile Range, White Sands, New Mexico, is the contracting activity.
NAVY
Hawaiian Rock Products Corp., Mangilao, Guam, is being awarded a maximum $90,000,000 indefinite-delivery/indefinite-quantity contract for airfield paving projects at various U. S. military locations in Guam. The work to be performed provides for the construction, alteration, repair and/or maintenance of asphalt and concrete airfield projects, to also include roads, streets, highways, alleys, parking areas, and their associated facilities, such as, but not limited to, concrete sidewalks, curbs and gutters, guard rails, U-ditch drainage pipe, traffic striping, pavement markings, and related work. Work will also include cold milling, excavation, embankment grading or sub-base and base course, compaction, density test, bituminous surface treatment, seal coating, asphalt/concrete paving, adjustment of existing utilities and structures, and other related work. No task orders are being issued at this time. Work will be performed in Guam, and is expected to be completed by January 2019. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity (N40192-14-D-6000).
Joyce & Associates Construction, Inc.*, Newport, North Carolina (N40085-14-D-1321); Daniels & Daniels Construction Company*, Goldsboro, North Carolina (N40085-14-D-1322); Lifecycle Construction Services, LLC*, Fredericksburg, Virginia (N40085-14-D-1323); OAC Action Construction, Corp.*, Miami, Florida (N40085-14-D-1324); Olympic Enterprises, Inc.*, Hubert, North Carolina (N40085-14-D-1325); and Vet Built, Inc.*, Williamston, North Carolina (N40085-14-D-1326), are each being awarded an indefinite-/indefinite-quantity multiple award construction contract for general construction projects located at Marine Corps Base Camp Lejeune, Marine Corps Air Station Cherry Point, Marine Corps Air Station New River, and other outlying facilities in North Carolina. The maximum dollar value, including the base period and four option years for all six contracts combined, is $90,000,000. The work to be performed provides for a broad range of general construction services including, but not limited to, new construction, demolition, repair, interior and exterior alterations and renovation of buildings, systems and infrastructure. It may include civil, structural, mechanical, electrical, communication systems, installation of new or extensions to existing high voltage electrical distribution systems, extensions to the existing high pressure steam distribution systems, extensions to the potable water distribution systems, extensions to the sanitary sewer systems, additional storm water control systems, painting, removal of asbestos materials and lead paint, and incidental related work. These six contractors may compete for task orders under the terms and conditions of the awarded contract. Joyce & Associates Construction, Inc. is being awarded task order 0001 at $39,993 for various repairs and to paint the interior and exterior of Building 486 at Marine Corps Air Station, Cherry Point, North Carolina. Work for this task order is expected to be completed by November 2014. All work will be performed in Jacksonville, North Carolina (65 percent); Havelock, North Carolina (30 percent); and other outlying facilities in North Carolina (5 percent). The term of the contract is not to exceed 60 months, with an expected completion date of July 2019. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $69,993 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 47 proposals received. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity.
General Electric Co., Lynn, Massachusetts, is being awarded a $68,550,240 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0132) for the procurement of 16 GE38-1B engines, closure kits, tooling, and associated systems engineering and program management in support of the CH-53K helicopter program. Work will be performed in Lynn, Massachusetts, and is expected to be completed in January 2017. Fiscal 2013 and 2014 research, development, test and evaluation (Navy) funds in the amount of $22,499,879 will be obligated at time of award, $19,424,878 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Korte Construction Co., doing business as The Korte Co., St. Louis, Missouri, is being awarded a $48,276,440 firm-fixed-price contract for design and construction of the hangar 6 extension to accommodate P-8 aircraft, hangar 9 extension to accommodate P-3 aircraft, and repair and modernization of hangar 6 including seismic upgrades at Naval Air Station Whidbey Island, Washington. The work includes an addition to hangar 6 and the construction of a tent fabric extension to hangar 9. Hangar 6 would be capable of accommodating four P-8A squadrons with sufficient maintenance space with a hangar bay. The expansion of hangar 9 is required to fully enclose P-3C aircraft during the construction period. Hangar 6 repair and modernization will renovate all interior administrative and shop spaces to include demolition of existing finishes, modernization of heating, ventilation and air conditioning, electrical system, and interior finishes to include walls, paint, flooring, and fixtures. The facility will also be brought up to current seismic code and current Americans with Disabilities Act requirements; current antiterrorism/force protection criteria will be integrated into the repairs. Work will be performed in Oak Harbor, Washington, and is expected to be completed by August 2017. Fiscal 2014 operation and maintenance (Navy) and fiscal 2014 military construction (Navy) contract funds in the amount of $33,355,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with 12 proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-14-C-5001).
DRS Laurel Technologies, Johnstown, Pennsylvania, is being awarded a $31,823,189 indefinite-delivery/indefinite-quantity contract (N00178-14-D-3036) utilizing firm-fixed-priced orders for production hardware for Ship Self-Defense System (SSDS) Mk2 production hardware. The scope includes hardware production, assembly, configuration, alignment, integration, testing and shipping of the SSDS hardware. Work will be performed in Chesapeake, Virginia (60 percent) and Johnston, Pennsylvania (40 percent), and is expected to be completed by July 2017. Subject to the availability of funds, fiscal 2015 and 2016 shipbuilding and conversion (Navy) and fiscal 2014 and 2017 other procurement (Navy) contract funds in the amount of $497,733 will be obligated at contract award and will not expire at the end of the current fiscal year. This contract was competitively solicited via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity.
L-3 Communications Vertex Aerospace LLC, Madison, Mississippi, is being awarded a $29,803,395 modification to a previously awarded indefinite-delivery requirements contract (N00019-14-D-0019) to provide organizational, intermediate, and depot level maintenance and logistics support for T45TS aircraft based at Naval Air Station Meridian, Mississippi; Naval Air Station Kingsville, Texas; and Naval Air Station Pensacola, Florida. This requirement also includes the support and maintenance of the T-45 aircraft at all operational sites, numerous outlying fields, and various detachment sites. Work will be performed in Kingsville, Texas (58 percent); Meridian, Mississippi (36 percent); and Pensacola, Florida (6 percent), and is expected to be completed in September 2014. Contract funds will not be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
USA Environmental, Inc.,* Oldsmar, Florida, is being awarded $26,153,599 for cost-plus-fixed-fee task order 0006 under a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N62470-11-D-8007) for munitions and explosives of concern removal at the former Vieques Naval Training Range and former Naval Ammunition Support Detachment, Puerto Rico. The work to be performed provides for the removal of surface, subsurface, and underwater munitions and explosives of concern. Work will be performed in Vieques, Puerto Rico, and is expected to be completed by July 2017. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $6,538,404 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity.
Computer Sciences Corp., San Diego, California, is being awarded a not-to-exceed $24,904,083 undefinitized contract action (UCA) to a previously awarded cost-plus-fixed-fee bridge contract (M00264-13-C-0004) that will expire on August 28, 2014, for information technology services to support the Technology Services Organization's (TSO) requirements and its role as an enterprise business systems integrator for the Marine Corps. Services required are in support of highly complex government designed and owned Marine Corps business systems that have no parallel in other sectors of the government or private industry. Software engineering design, programming, testing, and integration to be performed under this contract will involve tasking that is so integrally related that it requires personnel with highly developed experiences with the specific systems supported by the TSO and outlined below. The TSO supports a number of business mission areas across the Marine Corps, including the Deputy Commandant Program & Resources, Deputy Commandant Manpower and Reserve Affairs, and the Deputy Commandant Installation and Logistics. This UCA involves a 6-month base period and two 3-month option periods, which if exercised, will bring the tentative value of the bridge to $49,735,547. Work will be performed in Kansas City, Missouri (95 percent) and Indianapolis, Indiana (5 percent); work is expected to be completed by Feb. 28, 2015. If all the options are exercised, work will continue through Aug. 28, 2015. Fiscal 2014 operations and maintenance (Marine Corps) funds in the amount of $18,678,062 will be obligated at the time of the UCA award, and will expire at the end of the current fiscal year. The Regional Contracting Office, National Capital Region, Quantico, Virginia, is the contracting activity (M00264-14-C-1014).

Goodwill Industries, Milwaukee, Wisconsin, is being awarded a $12,748,338 firm-fixed-price contract on behalf of Naval Station Great Lakes to provide food and logistics support services for the Galley and Uniform Issue Department, which supports the overall training mission of the Recruit Training Command (RTC), Training Support Center (TSC), and other tenant activities located within the Naval Station. This contract will provide for the continued operation of the galleys at RTC and TSC, which serve to support Navy recruits undergoing their initial basic training and subsequent training schools. This contract will also provide for logistics, financial management and administrative support of the galley and uniform issue operations; galley equipment maintenance and repairs; traffic material movement operations; material handling equipment maintenance, training and licensing support and fuel operation; uniform issue; base postal service; and affiliated warehousing and storeroom management functions. This contract contains three 1-year options, which if exercised, will bring the contract value to $239,565,843. Work will be performed in Great Lakes, Illinois, and work is expected to be completed Sept. 30, 2014. If all options are exercised, work will continue until Sept. 30, 2017. Fiscal 2014 operations and maintenance (Navy) funds in the amount $7,248,338 and fiscal 2014 military personnel (Navy) funds in the amount of $5,500,000 will be obligated at the time of award, and both will expire at the end of the current fiscal year. The requirement was solicited and awarded non-competitively pursuant to the Javits-Wagner-O’Day Act and the rules of the Committee for the Purchase from People Who Are Blind or Severely Disabled which implements the AbilityOne Program. NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-14-C-Z021).
H.V. Collins Co.,* Providence, Rhode Island, is being awarded an $11,761,926 firm-fixed-price contract for renovations to three levels of Hewitt Hall Research Centerof the Naval War College at Naval Station Newport. Renovations include converting the existing garage (lower level) to interior high capacity book storage space, and repairs to the basement and first floor levels of Hewitt Hall, as well as garage conversion and other system modifications. The contract also contains five unexercised options, which if exercised, would increase cumulative contract value to $13,737,241. Work will be performed in Newport, Rhode Island, and is expected to be completed by December 2015. Fiscal 2014 military construction (Navy) contract funds in the amount of $11,761,926 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 six proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-14-C-5221).
I.E.-Pacific, Inc.,* San Diego, California, is being awarded $10,435,000 for firm-fixed-price task order 0017 under a previously awarded multiple award construction contract (N62473-09-D-1657) for renovation of Building 302 at Naval Base Point Loma. The work to be performed provides for repair and renovation that shall eliminate all deficiencies, and bring the facility up to latest codes and regulations and Navy criteria (United Facilities Criteria (UFC) and other instructions/guidance). Room layouts shall be changed to meet accessibility requirements. All interior finishes shall be removed and replaced with new finishes, including interior and exterior signage. Building elevators shall be renovated/repaired/upgraded to the most recent codes/UFC and Interim Technical Guidance 2013-01 and accessibility (Architectural Barriers Act/Americans with Disabilities Act) compliance. The superstructure shall also be upgraded to current seismic codes/regulations. All plumbing systems, fixtures, waste water systems, heating, exhaust fans, ceiling fans, electrical and fire distribution systems shall be replaced. Work will be performed in San Diego, California, and is expected to be completed by January 2016. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $10,435,000 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.
Rolls Royce Marine North America, Walpole, Massachusetts, is being awarded a $9,000,000 firm-fixed-price repair order (N00104-09-G-A755) for the repair of one Marine Trent 30 marine gas turbine engine for the Littoral Combat Ship (LCS) Freedom variant. This contract provides for the repair and overhaul of the Marine Trent 30 marine gas turbine engine, replacement of non-repairable re-assembly to the LCS configuration, and pass-off testing to validate performance. Work will be performed in Bristol, United Kingdom, and is expected to be completed by February 2016. Funds in the amount of $9,000,000 will be obligated at time of award. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $9,000,000 will expire at the end of the current fiscal year. The order was not competitively procured in accordance with 10 U.S.C. 2304(c)(1). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
Raytheon Co., Tucson, Arizona, is being awarded an $8,737,000 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-13-D-0002) for services in support of Tomahawk Depot Missile maintenance, including direct fleet support for resolving technical issues with forward deployed, in-theater weapons and inventory management for the U.S. Navy and the United Kingdom. Work will be performed in Tucson, Arizona (60 percent); Camden, Arkansas (36 percent); and various other continental United States locations (4 percent). Work is expected to be completed in March 2015. Contract funds will not be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Black Construction/MACE International Joint Venture, Harmon, Guam, is being awarded $6,678,072 for firm-fixed-price task order 0002 under a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-14-D-1303) for repairs to worn out and deteriorated building components and utility systems of Unaccompanied Personnel Housing 7 at the U. S. Navy Support Facility, Diego Garcia. Work will be performed in Diego Garcia, British Indian Ocean Territory, and is expected to be completed by November 2015. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $6,678,072 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.
AIR FORCE
Exelis Inc., Herndon, Virginia, has been awarded an estimated $49,900,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for new and enhanced software. The contractor will research, develop, enhance, deploy and support the next-generation Cross Domain Transfer Solutions. This will be accomplished by the following: researching new cross domain transfer solution technologies to improve performance, enhance security, increase autonomy and reduce life-cycle costs; enhance current solutions utilizing technologies from varying Technology Readiness Levels; providing authorized users the ability to securely transfer data between interconnected security domains while protecting against unauthorized access or malicious attack; and by deploying and supporting these solutions to meet the current and rapidly evolving intelligence needs. Work will be performed at Rome, New York, and is expected to be completed by July 30, 2020. This award is the result of a competitive acquisition and offers were solicited electronically, and two offers were received. Fiscal 2014 operations and maintenance funds in the amount of $100,000 are being obligated at time of award. Air Force Research Laboratory/RIKE, Rome, New York, is the contracting activity (FA8750-14-D-0001).
BAE Systems, Rockville, Maryland, has been awarded a fixed-price level of effort $32,409,117 modification (P00032) for option 1 of the Integration Support Contract (FA8214-13-C-0001). The contract modification is to exercise option I to provide systems engineering/technical assistance support, training and development in performing integration, sustaining engineering and program management support functions for the Minuteman III Weapon System. The total cumulative face value of the contract is $67,625,630. Work will be performed at Hill Air Force Base, Utah, and is expected to be completed by July 31, 2015. Fiscal 2014 operations and maintenance, and research and development funds in the amount of $26,285,927 are being obligated at time of award. Air Force Nuclear Weapons Center/PZBF, Hill Air Force Base, Utah, is the contracting activity.
Exelis Systems Corp,, Systems Div., Patrick Air Force Base, Florida, has been awarded a $21,536,294 cost-plus-award-fee modification (P00947) to F04701-0l-C-0001 to provide the following Launch and Test Range System support functions to the Eastern Range and Western Range: range sustainment; external user support, projects and engineering services (Missile Defense Agency, Navy, NASA, etc.; systems engineering; and interim supply support spares for the sustainment period). The total cumulative face value of the contract is $1,772,689,908. This modification extends the basic contract by a maximum period of performance of three months. Work will be performed at Patrick Air Force Base, Florida and Vandenberg Air Force Base, California, and the work for this effort will be completed by Oct. 31, 2014. Fiscal 2014 operations and maintenance, other procurement, and research and development funds in the amount of $18,203,081 are being obligated at time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.
The Boeing Co., Seattle, Washington, has been awarded a $17,858,824 firm-fixed-price, incentive-firm modification (25), on delivery order 0067 to F19628-01-D-0016 for E-3F enhancements. The total cumulative face value of the contract is $378,494,386. The contract modification is for the full Mode 5 and Mode S-FAA radar capabilities for incorporation into the French Air Force mission and ground system suite. Work will be performed in Seattle, Washington, and is expected to be completed by June 30, 2017. This contract supports 100percent foreign military sales for France, and $17,858,824 will be obligated at time of award. The Air Force Life Cycle Management Center, Hanscom Operating Location, Hanscom Air Force Base, Massachusetts, is the contracting activity.
Hewlett-Packard Co., Herndon, Virginia, has been awarded an $8,792,988 firm-fixed-price delivery order (FY15) on an AFWAY contract (FA8771-10-A-0601) for the technical refresh of laptop and desktop computers in support of the Air Force Reserve Command mission. Work will be performed at Herndon, Virginia, and is expected to be completed by Sept. 29, 2014. This award is the result of a Quarterly Enterprise Buy on the Air Force Way Mandatory Website. Fiscal 2014 operations and maintenance funds in the amount of $8,792,988 are being obligated at time of award. Headquarters Air Force Reserve Command, Robins Air Force Base, Georgia, is the contracting activity (FA8771-10-A-0601).
*Small business

Wednesday, July 30, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JULY 30, 2014

CONTRACTS
U.S. TRANSPORTATION COMMAND
U.S. Transportation Command is awarding modifications to contracts exercising second year options for international commercial multimodal transportation services each valued at a maximum $513,625,650 to the following carriers: Liberty Global Logistics LLC, Lake Success, New York (modification P00013 to previously awarded contract HTC711-12-D-R008); American President Lines, LTD, Scottsdale, Arizona (modification P00013 to previously awarded contract HTC711-12-D-R009); and Farrell Lines, Inc., Norfolk, Virginia (modification P00010 to previously awarded contract HTC711-13-D-R001). Work will be performed worldwide, with an expected completion date of July 31, 2015. Fiscal 2014 and 2015 transportation working capital funds will be obligated on individual task orders. The contracting activity is the U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.
NAVY
Data Link Solutions, LLC, Cedar Rapids, Iowa (N00039-10-D-0031) and ViaSat, Inc., Carlsbad, California (N00039-10-D-0032), are being awarded a combined $116,750,000 modification to a previously awarded multiple award contract to exercise options for systems engineering and integration for the Multifunctional Information Distribution System (MIDS) Low Volume Terminal (LVT) and the MIDS Joint Tactical Radio Systems (JTRS) terminal. The MIDS-LVT provides secure, high-capacity, jam-resistant, digital data and voice communications capability for Navy, Air Force and Army platforms. MIDS JTRS is a pre-planned product improvement replacement transforming the MIDS-LVT into a four-channel, software communications architecture compliant JTRS terminal while maintaining current Link 16 and tactical air navigation capability. For Data Link Solutions, LLC, work will be performed in Wayne, New Jersey (50 percent) and Cedar Rapids, Iowa (50 percent). For ViaSat, Inc., work will be performed in Carlsbad, California. Work is expected to be completed by March 9, 2015. No funds are obligated at the time of award. Funds will be obligated as delivery orders are issued in the future. No contract funds will expire at the end of the current fiscal year. This contract was competitively procured as a multiple award contract via the Federal Business Opportunities and SPAWAR e-Commerce Central websites, with two proposals solicited and two offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.
DynCorp International LLC, Fort Worth, Texas, is being awarded a $101,947,764 modification to a previously awarded cost-plus-fixed-fee contract (N00421-11-C-0033) to exercise an option for organizational level maintenance and logistics support for all aircraft and support equipment for which the Naval Test Wing Atlantic has maintenance responsibility. This includes all rotary, fixed, lighter-than-air, and unmanned aircraft on-site for project testing, transient aircraft, loaner aircraft, leased aircraft, and tested civilian aircraft assigned to the Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland. In addition, this option provides supportability/safety studies, and off-site aircraft safety/spill containment patrols and aircraft recovery services. Work will be performed in Patuxent River, Maryland, and is expected to be completed in July 2015. Fiscal 2014 research, development, test and evaluation; operations and maintenance; and working capital funds (Navy) in the amount of $11,853,572 will be obligated at time of award; $3,980,000 will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.
BAE Systems Southeast Shipyards Mayport, Jacksonville, Florida, is being awarded an $54,698,937 modification to a previously awarded contract (N00024-10-C-4406) for a Docking Selected Restricted Availability to include structural work and extensive repairs and maintenance onboard USS Gettysburg (CG-64). This availability includes hull, machinery, electrical, electronics, ship alterations, and piping alteration and repair work. Work will be performed in Jacksonville, Florida, and is expected to be completed by April 2015. Fiscal 2014 operations and maintenance (Navy) funding in the amount of $32,914,644 will be obligated at time of award. Contract funds will expire at the end of the current fiscal year. Southeast Regional Maintenance Center, Mayport, Florida, is the administering contracting activity.
Defense Support Services, LLC, Marlton, New Jersey, is being awarded a $47,514,293 modification to a previously awarded cost-plus-fixed-fee contract (N00421-11-C-0031) for organizational level maintenance, with limited intermediate level maintenance, in support of current and future aircraft assigned to the Naval Test Wing Pacific at Point Mugu and China Lake Naval Air Stations, California. Work will be performed in China Lake, California (79 percent) and Point Mugu, California (21 percent), and is expected to be completed in July 2015. Fiscal 2014 research, development, test and evaluation and working capital funds (Navy) in the amount of $7,672,825 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.
The Boeing Co., St. Louis, Missouri, is being awarded a not-to-exceed $38,199,550 delivery order (0017) under a previously awarded contract (N00383-07-D-001J) for the repair of various parts in support of the AV-8 aircraft. Work will be performed in St. Louis, Missouri, and the expected completion date is June 5, 2015. Fiscal 2014 working capital funds (Navy) in the amount of $28,649,662 will be obligated at the time of award and these funds will not expire before the end of the current fiscal year. One company was solicited for this non-competitive requirement in accordance with 10 U.S.C. 2304(c)(1) and one offer was received in response to this solicitation. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.
BAE Systems Norfolk Ship Repair, Norfolk, Virginia, is being awarded a $27,625,758 modification to a previously awarded contract (N00024-10-C-4308) for USS NITZE (DDG-94) fiscal 2014 and 2015 docking selected restricted availability. A docking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities while in dry dock. Work will be performed in Norfolk, Virginia, and is expected to be completed by January 2015. Fiscal 2014 operations and maintenance (Navy) funding in the amount of $27,625,758 will be obligated at time of award and the funds will expire at the end of fiscal year 2015. Norfolk Ship Support Activity, Norfolk, Virginia, is the contracting activity.
Will-Burt Advanced Composites, Inc.,* Orrville, Ohio, is being awarded a $19,465,444 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the design, fabrication and delivery of radio frequency shielded enclosures (shelters) with weatherization, and electrical and fire suppression systems to house the electronic equipment infrastructure for the Relocatable Over-The-Horizon (ROTHR) system. Work will be performed in Orrville, Ohio, and is expected to be completed by July 30, 2019. Fiscal 2014 operations and maintenance (Navy) funds in the amount of $4,000,000 will be obligated at the time of award and these funds will expire at the end of the current fiscal year. The contract was competitively procured via the Federal Business Opportunities website, with three offers received in response to the solicitation.
NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-14-D-Z033).
Raytheon Company, McKinney, Texas, is being awarded an $18,207,740 job order which is a combination of cost-plus-fixed-fee and firm-fixed-price to previously awarded contract N00164-12-G-JQ66 for Common Sensor Payload (CSP) AN/AAS-53 repairs and sustainment support. CSP AN/AAS-53 repairs and sustainment support, which includes depot repair, spare analysis, program management, configuration management, software maintenance, field support repair, field support engineering support in the continental United States, engineering support, reliability and logistical support, and software support. Work will be performed in McKinney, Texas (97.8 percent) and El Mirage, California (1.2 percent), and is expected to be completed by July 2015. Fiscal 2014 aircraft procurement (Army) and fiscal 2014 operations and maintenance (Army) contract funds in the amount of $9,574,221 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity.
Robertson Fuel Systems, LLC, Tempe, Arizona, is being awarded a $14,779,950 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0097) to exercise an option for the procurement of two mission auxiliary fuel tank systems for the MV-22 Osprey aircraft. Work will be performed in Tempe, Arizona, and is expected to be completed in July 2015. Fiscal 2013 and 2014 aircraft procurement (Navy) funds in the amount of $14,779,950 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Lockheed Martin Corp., Mission Systems and Training, Manassas, Virginia, is being awarded a $10,944,817 modification to a previously awarded contract (N00024-11-C-6294) for fiscal 2014 Acoustic Rapid Commercial-Off-The-Shelf (COTS) Insertion (ARCI) Systems Production. A-RCI is a sonar system that integrates and improves towed array, hull array, sphere array, and other ship sensor processing, through rapid insertion of COTS based hardware and software. The contract provides funding for the development and production of the A-RCI and common acoustics processing for Technology Insertion 12 through Technology Insertion 14 for the U.S. submarine fleet. This modification will purchase TI-14 Spares for 12 ships and one installation and check out kit for the Virginia Class. Work will be performed in Manassas, Virginia (60 percent) and Clearwater, Florida (40 percent), and is expected to be completed by December 2018. Funds in the amount of $10,944,817 will be obligated at the time of award. Fiscal 2012, 2013, 2014 ship conversion (Navy) and fiscal 2014 other procurement (Navy) contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity.
AIR FORCE
Cessna Aircraft Co., Wichita, Kansas has been awarded a $64,493,531 firm-fixed-price contract for Interim Contractor Support (ICS) and Training. The total cumulative face value of the contract is $64,493,531. The contract provides for the ICS of 26 C-208B aircraft, six T-182T aircraft, six aircrew training devices and aircraft maintenance training. Work will be performed at Kabul International Airport, Kandahar Air Base and Shindand Air Base, Afghanistan, and is expected to be completed by Jan. 31, 2016. This contract supports 100 percent foreign military sales for Afghanistan, and $18,965,809 will be obligated from fiscal 2013 Afghanistan Security Forces fund at time of award. Air Force Life Cycle Management Center/WLZI, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8617-14-C-6195).
ARMY
KIRA, Inc.,* Boulder, Colorado was awarded a $36,904,747 modification (P00161) to contract W911RZ-05-C-0009 to exercise option nine for base operations and maintenance services for the Directorate of Public Works, Fort Carson. Fiscal 2014 operations and maintenance (Army) funds in the amount of $1,206,947 were obligated at the time of the award. Estimated completion date is Sept. 29, 2015. Work will be performed at Fort Carson, Colorado. Army Contracting Command, Fort Carson, Colorado, is the contracting activity.
Source America, Vienna, Virginia, was awarded a $26,028,750 modification (P00068) to contract W9124D-11-C-0019 for facilities maintenance for the Department of Public Works, Fort Knox, Kentucky. Fiscal 2014 operations and maintenance (Army) funds in the amount of $3,395,931 were obligated at the time of the award. Estimated completion date is July 31, 2015. Work will be performed at Fort Knox. Army Contracting Command, Fort Knox, Kentucky, is the contracting activity.
Great Lakes Dock and Materials LLC,* Muskegon, Michigan, was awarded a $24,992,668 firm-fixed-price multi-year contract to repair the Cleveland East Breakwater. Work will be performed in Cleveland, Ohio, with a completion date of Nov. 3, 2016. Bids were solicited via the Internet with two received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $24,992,668 are being obligated at the time of the award. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity (W912P4-14-C-0017).
PRIDE Industries, Roseville, California was awarded a $14,862,152 modification (P00054) to contract W9124J-09-C-0014 to support the Fort Polk Directorate of Public Works Base Operations. Fiscal 2014 operations and maintenance (Army) funds in the amount of $14,862,152 were obligated at the time of the award. Estimated completion date is April 30, 2015. Work will be performed at Fort Polk, Louisiana. Army Contracting Command, Fort Polk, Louisiana is the contracting activity.
Broadband Discovery Systems,* Scotts Valley, California, was awarded a $9,000,000 cost-plus-fixed-fee contract to build, test and assess multi-sensor stand-off person-borne improvised explosive device detection systems with an estimated completion date of July 30, 2019. One bid was solicited with one received. Funding and work location will be determined with each order. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-14-D-0025).
DEFENSE LOGISTICS AGENCY
Pelican/Hardigg Industries, South Deerfield, Massachusetts, has been awarded a maximum $35,440,000 fixed-price with economic price adjustment contract for medical items and accessories. This contract was a competitive acquisition with six offers received. This is a five-year base contract with no option periods. Location of performance is Massachusetts with a July 29, 2019, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-14-D-0004).
JOINT IMPROVISED EXPLOSIVE DEVICE DEFEAT ORGANIZATION
CACI- Athena, Inc., Chantilly, Virginia, is being awarded a $12,646,545 time and materials contract for J-9 Operations Research Analysis (ORSA) support services. The J-9 ORSA will provide rapidly deployable ORSA expertise in all aspects of counter-improvised explosive device operations to support U.S. Forces within and outside of the continental United States. The primary location of performance is Reston, Virginia, and overseas locations. If all options are exercised, work is expected to be completed by August 2017. Fiscal 2013 overseas contingency operations funds in the amount of $3,000,000 are being obligated at award. This contract was competitively procured, with 10 bids received. The contracting activity is the Joint IED Defeat Organization Contract Operations, Arlington, Virginia (HQ0682-14-C-0005).
*Small business
 

Tuesday, July 29, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JULY 29, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
U.S. TRANSPORTATION COMMAND
National Air Cargo Group, Inc., Orlando, Florida, is being awarded a $513,625,650 maximum ceiling modification (P00013), exercising the second option period to previously awarded contract HTC711-12-D-R010 for international commercial multimodal transportation services. Work will be performed worldwide, with an expected completion date of July 31, 2015. Fiscal 2014 and 2015 transportation working capital funds will be obligated on individual task orders. The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois.
NAVY
K2 Energy Solutions, Inc.,* Henderson, Nevada, is being awarded a ceiling-priced $81,400,000 firm-fixed price/cost-plus fixed-fee, basic ordering agreement for the fully self-contained battery intermediate energy store system required to power a large modular capacitor bank for the electromagnetic railgun. Work will be performed in Henderson, Nevada, and is expected to be completed by December 2016. No funding will be obligated at time of award. The contract was sole sourced in accordance with the Federal Acquisition Regulation 6.302-5. This SBIR Phase III is for work that derives from, extends, or logically concludes effort(s) performed under prior SBIR funding agreements and is authorized under 15 U.S.C. § 638(r). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-G-4207).
Rolls-Royce Corp., Indianapolis, Indiana, is being awarded a $29,148,390 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) for the procurement of Mission CareTM support for the AE1107C engine, including flight hours, and lower power engine removals and repairs, for the V-22 aircraft. Work will be performed in Oakland, California (70 percent) and Indianapolis, Indiana (30 percent), and is expected to be completed in February 2015. Fiscal 2014 operations and maintenance (Navy, Special Operations Command and Air Force) funds in the amount of $29,148,390 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Science Applications International Corp., McLean, Virginia, is being awarded a $21,593,120 cost-plus-fixed-fee contract for the Department of Navy, U. S. Fleet Forces Command, highly specialized, comprehensive, analytical training and technical services in direct support of their Fleet Deployment Training Program. Under this effort, the contractor will provide live, virtual, and constructive training program support, fleet training academics and instruction support, training exercise and event support. This contract contains a seven-month base period and one two-month option period, which if exercised, will bring the contract value to $27,752,969. Work will be performed in Norfolk, Virginia (41.6 percent); Virginia Beach, Virginia (39.6 percent); San Diego, California (7.6 percent); Fallon, Nevada (5.1 percent); Suffolk, Virginia (3 percent); Pearl Harbor, Hawaii (1.7 percent); Okinawa, Japan (0.9 percent); and Mayport, Florida (0.5 percent). Work is expected to be completed Feb. 28, 2015. If all options are exercised, work will continue until April 29, 2015. Fiscal 2014 operations and maintenance (Navy) funds in the amount of $21,593,120 will be obligated at the time of award and will expire at the end of the current fiscal year. The requirement was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1), with one offer received in response to this solicitation. NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity (N00189-14-C-0033).
CCI Solutions, LLC,* Augusta, Maine, is being awarded $10,172,160 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N40085-13-D-8006) for energy upgrades and repairs to Building 291 at the Portsmouth Naval Shipyard. The work to be performed provides for energy efficiency improvements by replacing external siding and upgrading heating, ventilation, air conditioning, electrical and lighting systems. An addition to the building will be constructed to house mechanical equipment, and new direct digital control and sprinkler systems will be installed. Work will be performed in Kittery, Maine, and is expected to be completed by May 2018. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $10,172,160 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Public Works Department Maine, Kittery, Maine, is the contracting activity.
Remotec Inc., Clinton, Tennessee, is being awarded an $8,801,324 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for depot level repairs to the MK3 Series Remote Ordnance Neutralization Systems (RONS), and the upgrade and repair of the MK3 Mod 0 to the MK3 Mod 1 System. The MK3 Mod 1 upgrade will improve the serviceability of the robots, increase the availability of the spare parts and increase the capabilities of the robots. In situations where it is economically infeasible to upgrade or repair the MK3 Mod 0 system, the option to purchase a new RONS MK3 Mod 1 for replacement will be available under a new contract. The contract includes a one-year base period with four one-year options, which if exercised, will bring the contract value to $12,355,953. Work will be performed in Clinton, Tennessee, and is expected to be completed by August 2019. Fiscal 2013 other procurement (Navy and Army) funding in the amount of $4,500,775 will be obligated at the time of the award and contract funds will not expire at the end of the current fiscal year. This contract was synopsized via the Federal Business Opportunities website as a sole source procurement in accordance with 10 U.S.C. 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-14-D-0027).
Sikorsky Aerospace Maintenance, Stratford, Connecticut, is being awarded a $7,927,579 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0024) to exercise an option for organizational, selected intermediate, and limited depot-level maintenance for aircraft operated by adversary squadrons. Work will be performed at the Naval Air Station Key West, Florida (40 percent); Naval Air Station Fallon, Nevada (30 percent); and Marine Corps Air Station, Yuma, Arizona (30 percent), and is expected to be completed in October 2014. Fiscal 2014 operations and maintenance (Navy Reserve) funds in the amount of $7,927,579 are being obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
ARMY
*Strock Enterprises LTD*, Cheektowaga, New York (W912P4-14-D-0001); Upstate Construction Services, Inc.,* Watertown, New York (W912P4-14-D-0002); Oddo Construction Services LLC,* Amherst, New York (W912P4-14-D-0003); Tidewater, Inc.,* Elkridge, Maryland (W912P4-14-D-0004); Great Lakes Dock and Materials LLC,* Muskegon, Michigan (W912P4-14-D-0005); Geo. Gradel Co.,* Toledo, Ohio (W912P4-14-D-0006); Morrish-Wallace Construction Co.,* Cheboygan, Michigan (W912P4-14-D-0007); Huffman Equipment Rental,* Willoughby, Ohio (W912P4-14-D-0008); and SAF, Inc.,*Akron, Ohio (W912P4-14-D-0009), were awarded a $40,000,000 firm-fixed-price, multi-year, multiple-award, task order contract for general construction throughout the lakes and rivers division with an estimated completion date of July 28, 2019. Bids were solicited via the Internet with 17 received. Funding and work location will be determined with each order. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity.
HNTB Corp. Kansas City, Missouri was awarded a $35,000,000 firm-fixed-price, indefinite- delivery/indefinite-quantity contract for architectural and engineering services required for planning and design for the Arlington National Cemetery southern expansion project. Funding and work location will be determined with each order with an estimated completion date of July 31, 2019. Bids were solicited via the Internet with seven received. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-14-D-0035).
Lockheed Martin Corp., Grand Prairie, Texas, was awarded an $8,119,209 modification (P00076) to contract W31P4Q-12-C-0048 for industrial engineering support to include Army Tactical Missile System (ATACMS), Block I/IA, Guided Multiple Launch Rocket System (GMLRS), High Mobility Artillery Rocket System (HIMARS), Multiple Launch Rocket System (MLRS) M270/M270A1/M270B1/M270C1 launcher platforms and Low Cost Reduced Range Practice Rocket (LCRRPR). Fiscal 2014 research, development, test and evaluation funds in the amount of $8,119,209 were obligated at the time of the award. Estimated completion date is Feb, 20, 2015. Work will be performed at Grand Prairie, Texas. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Pratt & Miller,* New Hudson, Michigan, was awarded a $6,541,220 modification (P00004 ) to contract W56HZV-13-C-0375 to complete the build, integration, and final testing and evaluation for the Occupant Centric Platform, Technology Enabled Capability Demonstrator test asset. Fiscal 2014 research, development, test and evaluation funds in the amount of $6,541,220 were obligated at the time of the award. Estimated completion date is Jan. 31, 2016. Work will be performed in New Hudson, Michigan. Army Contracting Command, Warren, Michigan, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Gossner Foods, Inc.,** Logan, Utah, has been awarded a maximum $25,577,791 fixed-price with economic-price-adjustment, indefinite-quantity contract for ultra-high temperature, shelf-stable milk. This contract was a competitive acquisition with one offer received. This is a five-year base contract with no option periods. Location of performance is Utah with a July 28, 2019 performance completion date. 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, Pennsylvania (SPE3S1-14-D-Z201).
Graybar Electric Company, Inc., St. Louis, Missouri, has been awarded a maximum $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime vendor, bridge contract for maintenance, repair, and operations for the South central zone one region. This contract was a sole-source acquisition. Location of performance is Missouri with a Nov. 28, 2014 performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-14-D-0903).
Science Application International Corporation, Fairfield, New Jersey, has been awarded a maximum $10,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime vendor, bridge contract for maintenance, repair, and operations for the South central zone two region. This contract was a sole-source acquisition. Location of performance is New Jersey with a Nov. 28, 2014, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-14-D-0904).
SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $8,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime vendor, bridge contract for maintenance, repair, and operations for the North central region. This contract was a sole-source acquisition. Location of performance is Illinois with a Nov. 28, 2014, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-14-D-0902).
AIR FORCE
Northrop Grumman Systems, Linthicum Heights, Maryland, has been awarded an $11,343,138 indefinite-delivery requirements contract to provide E-3 Airborne Warning and Command System Radar Maintenance Technician Initial Skills Training program to the Royal Saudi Air Force. Proposed training will be developed and conducted by the contractor, procured by the Air Education and Training Command, and presented under the auspices of the Security Assistance Training Program. This contract will span a four-year ordering period, and training will take place in Baltimore, Maryland. The work is expected to be completed July 28, 2018. This contract is 100 percent foreign military sales for Saudi Arabia; no funds will be obligated at time of award. The 338 Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-14-D-0010).
L-3 Communication, San Carlos, California, has been awarded a $6,816,326 firm-fixed-price, indefinite-delivery contract for the remanufacture of F-16 Traveling Wave Tubes. Work will be performed at San Carlos, California, and is expected to be completed by Dec. 29, 2016. This award is the result of a competitive acquisition. Two companies were solicited, one offer was received. Contract will use current year working capital funds. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8251-14-D-0007).
*Small business
**Woman-owned small business

Monday, July 28, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
ARMY
Exelis Systems Corp., Colorado Springs, Colorado, was awarded a $445,107,802 modification (P00083) to contract W52P1J-10-C-0062 for base operations at Camp Arifjan, Camp Buehring, Udairi Range and Camp Patriot in Kuwait and the aerial port of debarkation, and sea port of debarkation in Kuwait. Fiscal 2014 other funds in the amount of $445,107,802 were obligated at the time of the award. Estimated completion date is Sept. 28, 2015. Work will be performed in Kuwait. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.
SAIC, McLean, Virginia, was awarded an $89,526,485 cost-plus-incentive fee, incrementally- funded contract with options, for management and technical support for high performance computing services, capabilities, infrastructure, and technologies. Work will be performed at Wright-Patterson Air Force Base, Ohio; Aberdeen Proving Ground, Maryland; Stennis Space Center, Mississippi; Vicksburg, Mississippi; Kihei, Hawaii; Lorton, Virginia; and McLean, Virginia, with an estimated completion date of July 28, 2019. Bids were solicited via the Internet with four received. Research, development, testing and evaluation fiscal 2013 ($18,230,430) and fiscal 2014 ($5,770,000) funds are being obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-14-F-0103).
Jacobs Technology Inc., Tullahoma, Tennessee, was awarded a $63,375,000 time and materials contract with options for support services to the Aberdeen Test Center, Aberdeen Proving Ground, Maryland. Funding and work location will be determined with each order with an estimated completion date of July 31, 2015. One bid was solicited with one received. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-14-D-0017).
Northrop Grumman, Herndon, Virginia, was awarded an $11,410,533 modification (P00022) to contract W91WAW-12-C-0047 for the oversight of all information technology requirements for developing, administering, maintaining, and enhancing automated data and information systems. Fiscal 2014 operations and maintenance (Army) funds in the amount of $11,410,328 were obligated at the time of the award. Estimated completion date is July 28, 2015. Work will be performed in Washington, District of Columbia. Army Contracting Command, Aberdeen, Maryland, is the contracting activity.
Accenture Federal Services, Reston, Virginia, was awarded an $11,112,066 modification (D00353) to contract N00104-04-A-ZF12 for general fund enterprise business systems onsite support and change requests. Fiscal 2014 other procurement (Army) funds in the amount of $1,200,000 were obligated at the time of the award. Estimated completion date is June 26, 2015. Work will be performed in Alexandria, Virginia. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.
FLIR Systems, Inc., Wilsonville, Oregon, was awarded a $7,171,955 firm-fixed-price, foreign military sales (Austria) contract for seven Star Safire 380-High Definition Thermal Imaging Systems, with accessories, training and extended warranty. Work will be performed in Wilsonville, Oregon, with an estimated completion date of Aug. 1, 2016. One bid was solicited with one received. Fiscal 2014 other procurement funds in the amount of $7,151,174 are being obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-14-C-D058).
AIR FORCE
Herman Construction Group, Inc., San Diego, California (FA4887-14-D-0002); Rore, Inc., San Diego, California (FA4887-14-D-0003); M & M, Tempe, Arizona (FA4887-14-D-0004); and Premier Civil Construction, Chandler, Arizona (FA4887-14-D-0005), have been awarded a ceiling $95,000,000 multiple-award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a minimum guarantee of $2,000. This contracting vehicle will be used to award multi-discipline construction requirements (i.e. civil, mechanical, electrical, demolition, etc.), with additional capability to perform large scale design build projects necessary to support larger requirements at Luke Air Force Base, Arizona. Contractors shall furnish all plant, labor, material, equipment, transportation, and supervision necessary to accomplish each task order in accordance with the contract, specifications, and additional terms and conditions. The location of performance is to be determined per each task order, but will be limited to Luke Air Force Base, Arizona; Fort Tuthill, Arizona; and Gila Bend Air Force Auxiliary Field, Arizona, and work is expected to be completed by July 31, 2015, for the base year, and a maximum time period to fulfill orders by July 31, 2019. These awards are the result of an 8(a) competitive acquisition and 25 offers were received. Fiscal 2014 operations and maintenance funds for task orders will be used during the base year. 56 Contracting Squadron/LGCB, Luke Air Force Base, Arizona, is the contracting activity.
Arcadis U.S., Inc., Highlands Ranch, Colorado, has been awarded a $27,055,427 firm-fixed-price contract for performance-based remediation (PBR). The work includes a full range of construction and engineering activities necessary for investigation, design, remedial action, remedial construction, and environmental remediation activities to achieve minimum performance objectives and stretch goals and support progress to site closeout at 107 Installation Restoration Program sites under this PBR effort. Work will be performed at Vandenberg Air Force Base, California, and is expected to be completed July 28, 2024. This award is a result of a competitive acquisition on FedBizOpps and three proposals were received. Fiscal 2014 Air Force defense environmental restoration account funds in the amount of $27,055,427 are being obligated at time of award. 772d Enterprise Sourcing Squadron/PKB, Joint Base San Antonio, Lackland, San Antonio, Texas, is the contracting activity (FA8903-14-C-0010).
Edaptive Computing Inc.,* Dayton, Ohio, has been awarded a ceiling $20,000,000, indefinite-delivery/indefinite-quantity contract for the Large Aircraft Infrared Countermeasures (LAIRCM) Program Office in evaluating and analyzing its acquisition, logistics, and sustainment operations to optimize their performance. The effort will encompass traditional study and analysis techniques as well as quantitative and model-based techniques for improving analysis and decision support. Work will be performed at Dayton, Ohio, and is expected to be completed by July 2019. This award is the result of a successful, competitive technology advancement effort; it is the third phase of a Small Business Innovative Research (SBIR) effort. Fiscal 2014 research and development funds in the amount of $496,000 will be obligated at time of award and $2,600,000 will be obligated incrementally during performance of delivery order 0001. Air Force Life Cycle Management Center, Aircraft Survivability Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-14-D-6456).
NAVY
EJB Facilities Services, Arlington, Virginia, is being awarded a $12,122,891 modification under a previously awarded firm-fixed-price, indefinite-delivery indefinite-quantity contract (N44255-05-D-5103) to exercise option 8c for base operations support at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The work to be performed provides for, but is not limited to, all management and administration, visual services, security, housing, facilities support (excluding grounds and janitorial services), pavement clearance, utilities, base support vehicles and equipment, and environmental services to provide base operations support services. The total contract amount after exercise of this modification will be $583,089,713. Work will be performed at various installations in the NAVFAC Northwest AOR including but not limited to: Washington (95 percent); Alaska (1 percent); Idaho (1 percent); Montana (1 percent); Oregon (1 percent); and Wyoming (1 percent). Work for this option period is expected to be completed September 2014. Fiscal 2014 operation and maintenance (Navy); fiscal 2014 Navy working capital funds; fiscal 2014 defense health program funds; and fiscal 2014 non-appropriated funds in the amount of $7,645,688 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.
Science Applications International Corp., McLean, Virginia, is being awarded a $10,437,025 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N00033-10-D-6506) with firm-fixed-price and/or firm, fixed-price, level-of-effort task orders for information technology ashore operations support services in support of Military Sealift Command’s Command, Control, Communications and Computer Systems directorate. Work will be performed in Washington, District of Columbia (74.7 percent); Norfolk, Virginia (16.9 percent); San Diego, California (5.9 percent); Pensacola, Florida (2.4 percent); Scott Air Force Base, Illinois (less than 1 percent); Yokohama, Japan (less than 1 percent); and Naples, Italy (less than 1 percent), and is expected to be completed by July 2015. Fiscal 2015 working capital funds in the amount of $10,437,025 will be obligated on individual task orders subject to the availability of fiscal 2015 funds, and will not expire at the end of that fiscal year. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-10-D-6506).
DEFENSE LOGISTICS AGENCY
The Boeing Company, St. Louis, Missouri, has been awarded a maximum $6,969,157 firm-fixed-price contract for Radome (structural, weatherproof enclosures for radar antenna protection). This contract was a sole-source acquisition. This is a three-year base contract with no option periods. Location of performance is Missouri with an Aug. 28, 2017, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2014 through fiscal 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPE4A1-14-G-0007-THBJ).
Golden State Medical Supply,* Camarillo, California, has been awarded a maximum $6,590,033 firm-fixed-price contract for medical supplies. This contract was a competitive acquisition with three offers received. This is a four-year base contract with four one-year option periods. Locations of performance are California and West Virginia, with a July 27, 2015, performance completion date. Using services are eligible military and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D2-14-D-0005).
*Small business

Friday, July 25, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

ARMY

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

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

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

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

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

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

NAVY

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

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

DEFENSE LOGISTICS AGENCY

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

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

AIR FORCE

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

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

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

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

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

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

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

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

Search This Blog

Translate

White House.gov Press Office Feed