Showing posts with label DEFENSE LOGISTICS AGENCY. Show all posts
Showing posts with label DEFENSE LOGISTICS AGENCY. Show all posts

Thursday, July 24, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JULY 24, 2014

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

DEFENSE THREAT REDUCTION AGENCY

Cubic Applications, Inc., San Diego, California, was awarded a maximum $500,000,000 indefinite-delivery/indefinite-quantity contract for J3/7 chemical, biological, radiological, nuclear, and high-yield explosive (CBRNE) exercise, training, capability assessment and capacity development support services. This contract provides for support services to DTRA's Building Partnerships Divisions and functions in the daily performance and execution of the Building Partnership mission. Work will be performed at various locations, with an expected completion date of July 2024. Funding will be obligated at the task order level. This contract was a competitive acquisition, and five offers were received. The Defense Threat Reduction Agency, Fort Belvoir, Virginia, is the contracting activity (HDTRA1-14-D-0013).

NAVY

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, is being awarded a $40,662,000 not-to-exceed contract for the production of one multi-mission signal processor equipment set, ballistic missile defense 4.0.2 equipment, and Aegis Weapon System upgraded equipment to support fielding Aegis modernization capabilities to the fleet. Work will be performed in Moorestown, New Jersey (57.8 percent); Clearwater, Florida (41.5 percent); and Owego, New York (0.7 percent), and is expected to be completed by March 2016. Fiscal 2014 other procurement (Navy) and fiscal 2014 defense procurement contract funds in the amount of $20,331,000 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 pursuant to 10 U.S. C. 2304(c)(1), as implemented by FAR 6.302-1. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-C-5106).

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is being awarded a $39,437,949 cost-plus-fixed-fee modification to a previously awarded contract (N00024-12-C-2106) for naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (99 percent), and Schenectady, New York (1 percent). No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts. Fiscal 2014 other procurement (Navy) contract funds in the amount of $39,437,949 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, District of Columbia, is the contracting activity.
L-3 Communications Corp., Arlington, Texas, is being awarded a $14,089,284 modification to a firm-fixed-price delivery order issued previously against Basic Ordering Agreement N61340-12-G-0001. This modification provides for footprint reduction/storage area network to update existing architecture for the F/A-18E/F and EA-18G aircraft. The update reduces Tactical Operational Flight Trainer (TOFT) host/instructor operator station hardware, centralizes software storage, provides expandable software storage for future TOFT enhancements, allows for multiple software configurations, and updates all analog Mission Management System (MMS) video output to digital supporting future improvements to MMS displays. Work will be performed in Lemoore, California (20 percent); Miramar, California (20 percent); Whidbey, Washington (15 percent); Oceana, Virginia (15 percent); China Lake, California (10 percent); Arlington, Texas (10 percent); and Atsugi, Japan (10 percent), and is expected to be completed in June 2016. Fiscal 2014 aircraft procurement (Navy) contract funds in the amount of $14,089,284 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 Training Systems Division, Orlando, Florida, is the contracting activity.

The Boeing Co., Jacksonville, Florida, is being awarded a $7,695,945 firm-fixed-price, cost-plus-fixed-fee modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-14-D-0001) for additional fiscal 2014 depot-level service life extension/remanufacturing activities, including associated maintenance support and sustainment capabilities, in support of the F/A18 A-F aircraft. Work will be performed in St. Louis, Missouri (61 percent), and Jacksonville, Florida (39 percent), and is expected to be completed in July 2015. No funds are being 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.

ARMY

Southeastern Archaeological Research Inc.,* Newberry, Florida (W9126G-14-D-0036); R. Christopher Goodwin & Associates, Inc.,* New Orleans, Louisiana (W9126G-14-D-0037); and Panamerican Consultants, Inc.,* Tuscaloosa, Alabama (W9126G-14-D-0038), were awarded a $20,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity multiple award task order contract for military and civil works cultural resources compliance programs in the United States and territories with an estimated completion date of July 22, 2017. Bids were solicited via the Internet with 12 received. Funding and work location will be determined with each order. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity.

Kongsberg Defence & Aerospace, Kongsberg, Norway was awarded a $10,680,000 modification (P00114) to contract W15QKN-12-C-0103 to exercise an option on contract W15QKN-12-C-0103 for depot support of the Commonly Remotely Operated Weapon Station (CROWS). Fiscal 2014 operations and maintenance (Army) funds in the amount of $10,680,000 were obligated at the time of the award. Estimated completion date is Aug. 16, 2017. Work will be performed in Johnstown, Pennsylvania. Army Contracting Command, Picatinny Arsenal, New Jersey is the contracting activity.

DEFENSE LOGISTICS AGENCY

McRae Industries, Inc., ** Mount Gilead, North Carolina, has been awarded a maximum $14,393,768 modification (P00103) exercising the second option period on a one-year base contract (SPM1C1-12-D-1057), with four one-year option periods. This is a firm-fixed-price contract for Army hot weather combat boots. Location of performance is North Carolina with a July 28, 2015, 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, Pennsylvania.

AIR FORCE

Telephonics Corp., Communications & Integrated Systems Division, Farmingdale, New York, has been awarded a $13,254,403 firm-fixed-price contract for the Enhanced Mode S-FAA Radar, Enhanced Mode 5 Radar, and procurement of long lead material and all other hardware support activities. Work will be performed primarily at Farmingdale, New York, and is expected to be completed by Nov. 20, 2017. This award is the result of a sole source acquisition and one offer was received. NATO agency funds in the amount of $13,254,403 will be obligated at time of award. Air Force Life Cycle Management Center/HBSKI, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-14-C-0014).
*Small business

**In-HUBZone business

Wednesday, July 23, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JULY 23, 2014

FROM:  U.S. DEFENSE DEPARTMENT DEFENSE 

CONTRACTS

DEFENSE THREAT REDUCTION AGENCY

Cubic Applications, Inc., San Diego, California, was awarded a maximum $500,000,000 indefinite-delivery/indefinite-quantity contract for J3/7 chemical, biological, radiological, nuclear, and high-yield explosive (CBRNE) exercise, training, capability assessment and capacity development support services. This contract provides for support services to DTRA's Building Partnerships Divisions and functions in the daily performance and execution of the Building Partnership mission. Work will be performed at various locations, with an expected completion date of July 2024. Funding will be obligated at the task order level. This contract was a competitive acquisition, and five offers were received. The Defense Threat Reduction Agency, Fort Belvoir, Virginia, is the contracting activity (HDTRA1-14-D-0013).

NAVY

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, is being awarded a $40,662,000 not-to-exceed contract for the production of one multi-mission signal processor equipment set, ballistic missile defense 4.0.2 equipment, and Aegis Weapon System upgraded equipment to support fielding Aegis modernization capabilities to the fleet. Work will be performed in Moorestown, New Jersey (57.8 percent); Clearwater, Florida (41.5 percent); and Owego, New York (0.7 percent), and is expected to be completed by March 2016. Fiscal 2014 other procurement (Navy) and fiscal 2014 defense procurement contract funds in the amount of $20,331,000 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 pursuant to 10 U.S. C. 2304(c)(1), as implemented by FAR 6.302-1. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-C-5106).

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is being awarded a $39,437,949 cost-plus-fixed-fee modification to a previously awarded contract (N00024-12-C-2106) for naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (99 percent), and Schenectady, New York (1 percent). No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts. Fiscal 2014 other procurement (Navy) contract funds in the amount of $39,437,949 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, District of Columbia, is the contracting activity.
L-3 Communications Corp., Arlington, Texas, is being awarded a $14,089,284 modification to a firm-fixed-price delivery order issued previously against Basic Ordering Agreement N61340-12-G-0001. This modification provides for footprint reduction/storage area network to update existing architecture for the F/A-18E/F and EA-18G aircraft. The update reduces Tactical Operational Flight Trainer (TOFT) host/instructor operator station hardware, centralizes software storage, provides expandable software storage for future TOFT enhancements, allows for multiple software configurations, and updates all analog Mission Management System (MMS) video output to digital supporting future improvements to MMS displays. Work will be performed in Lemoore, California (20 percent); Miramar, California (20 percent); Whidbey, Washington (15 percent); Oceana, Virginia (15 percent); China Lake, California (10 percent); Arlington, Texas (10 percent); and Atsugi, Japan (10 percent), and is expected to be completed in June 2016. Fiscal 2014 aircraft procurement (Navy) contract funds in the amount of $14,089,284 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 Training Systems Division, Orlando, Florida, is the contracting activity.

The Boeing Co., Jacksonville, Florida, is being awarded a $7,695,945 firm-fixed-price, cost-plus-fixed-fee modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-14-D-0001) for additional fiscal 2014 depot-level service life extension/remanufacturing activities, including associated maintenance support and sustainment capabilities, in support of the F/A18 A-F aircraft. Work will be performed in St. Louis, Missouri (61 percent), and Jacksonville, Florida (39 percent), and is expected to be completed in July 2015. No funds are being 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.

ARMY

Southeastern Archaeological Research Inc.,* Newberry, Florida (W9126G-14-D-0036); R. Christopher Goodwin & Associates, Inc.,* New Orleans, Louisiana (W9126G-14-D-0037); and Panamerican Consultants, Inc.,* Tuscaloosa, Alabama (W9126G-14-D-0038), were awarded a $20,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity multiple award task order contract for military and civil works cultural resources compliance programs in the United States and territories with an estimated completion date of July 22, 2017. Bids were solicited via the Internet with 12 received. Funding and work location will be determined with each order. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity.

Kongsberg Defence & Aerospace, Kongsberg, Norway was awarded a $10,680,000 modification (P00114) to contract W15QKN-12-C-0103 to exercise an option on contract W15QKN-12-C-0103 for depot support of the Commonly Remotely Operated Weapon Station (CROWS). Fiscal 2014 operations and maintenance (Army) funds in the amount of $10,680,000 were obligated at the time of the award. Estimated completion date is Aug. 16, 2017. Work will be performed in Johnstown, Pennsylvania. Army Contracting Command, Picatinny Arsenal, New Jersey is the contracting activity.

DEFENSE LOGISTICS AGENCY

McRae Industries, Inc., ** Mount Gilead, North Carolina, has been awarded a maximum $14,393,768 modification (P00103) exercising the second option period on a one-year base contract (SPM1C1-12-D-1057), with four one-year option periods. This is a firm-fixed-price contract for Army hot weather combat boots. Location of performance is North Carolina with a July 28, 2015, 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, Pennsylvania.

AIR FORCE

Telephonics Corp., Communications & Integrated Systems Division, Farmingdale, New York, has been awarded a $13,254,403 firm-fixed-price contract for the Enhanced Mode S-FAA Radar, Enhanced Mode 5 Radar, and procurement of long lead material and all other hardware support activities. Work will be performed primarily at Farmingdale, New York, and is expected to be completed by Nov. 20, 2017. This award is the result of a sole source acquisition and one offer was received. NATO agency funds in the amount of $13,254,403 will be obligated at time of award. Air Force Life Cycle Management Center/HBSKI, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-14-C-0014).
*Small business

**In-HUBZone business

Tuesday, July 22, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JULY 22, 2014

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

NAVY

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded $69,659,650 for cost-plus-fixed-fee delivery order 0073 against a previously issued Basic Ordering Agreement (N00019-12-G-0006) in support of the V-22 aircraft for the U.S. Air Force and U.S. Navy. This order provides for the non-recurring engineering (Phase II) of the Improved Inlet Solution (IIS) for the V-22 aircraft, including completion of preliminary and critical design reviews; installation of an IIS retrofit kit for installation on a CV-22 aircraft for demonstration and operation; installation of aircraft instrumentation to support flight test analysis; flight and qualification testing of the IIS design; and removal of the instrumentation from the test aircraft following flight testing. Work will be performed Amarillo, Texas (73 percent), and Philadelphia, Pennsylvania (27 percent), and is expected to be completed in December 2018. Fiscal 2014 research, development, test and evaluation (Air Force and Navy) funds in the amount of $31,290,663 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This delivery order combines purchases for the U.S. Air Force ($41,795,790; 60 percent) and the U.S. Navy ($27,863,860; 40 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

Boeing Co., Ridley Park, Pennsylvania, was awarded a $65,358,994 firm-fixed-price contract for 204 Cargo On/Off Loading System (COOLS) A-Kits; 204 COOLS B-Kits; and 22 COOLS Ballistic Protection System (BPS) Kits. Work will be performed in Ridley Park, Pennsylvania, with an estimated completion date of Nov. 29, 2019. Bids were solicited via the Internet with one received. Fiscal 2013 other procurement funds in the amount of $65,358,994 are being obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-14-C-0063).

Inglett & Stubbs International, Ltd, Smyrna, Georgia, was awarded a $7,449,713 firm-fixed-price contract with options, for a smart power infrastructure demonstration for energy reliability and security, Phase 3. Work will be performed at Camp H.M. Smith, Hawaii, with an estimated completion date of May 4, 2015. Bids were solicited via the Internet with five received. Military construction funds for fiscal 2010 ($330,642) and fiscal 2014 ($7,119,071) are being obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-14-C-0020).

AIR FORCE

Northrop Grumman Corporation, Aerospace Systems, El Segundo, California, has been awarded an $18,000,000 firm-fixed-price modification (P00257) to F19628-00-C-0100 for a radar modification under the Multi-Platform Radar Technology Insertion Program. The total cumulative face value of the contract is $1,557,683,365. Work will be performed at El Segundo, California, and work is expected to be completed by March 31, 2017. Fiscal 2012 aircraft procurement funds in the amount of $18,000,000 are being obligated at time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Lockheed Martin Corp. Information Systems and Global Solutions, Littleton, Colorado, has been awarded a $16,948,139 contract for prototype hardware/software system. The scope of this effort is to provide Air Force Research Laboratory innovative solutions for multi-platform signal collection, processing, exploitation and dissemination for new and existing Intelligence, Surveillance, and Reconnaissance (ISR) platforms. Efforts will include national and tactical collaboration across multiple enterprise ISR assets, innovative applications provided as processes/status for sensor status, processing and exploitation, enhanced enterprise collection planning techniques, and solutions for multi-intelligence sensor cross cueing through streamlined collection management techniques. Work will be performed at Littleton, Colorado, and is expected to be completed by July 21, 2016. This award is the result of a competitive acquisition; offers were solicited electronically and 11 offers were received. Fiscal 2013 research, development, testing and evaluation funds in the amount of $6,062,209 are being obligated at time of award. Air Force Research Laboratory/RIKE, Rome, New York, is the contracting activity (FA8750-14-C-0081).

DEFENSE LOGISTICS AGENCY

Carter Industries, Inc.,* Olive Hill, Kentucky, has been awarded a maximum $9,417,600 modification (P00103) exercising the third option period on a one-year base contract (SPM1C1-11-D-1026) with three one-year option periods. This is a firm-fixed-price contract for improved combat vehicle crewman’s coveralls, universal camouflage pattern. Locations of performance are Kentucky and New York, with a July 30, 2015 performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

*Small In-HUBZone Business

Friday, July 18, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

AIR FORCE

Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a not to exceed $564,700,000 modification (P00273) to FA8625-11-C-6597 to fund six India foreign military sales C-130J-30s, field service representatives and three years of post-delivery support after the first aircraft delivery. The total cumulative face value of the contract is $2,067,370,707. Work will be performed at Marietta, Georgia, and is expected to be completed by April 30, 2020. This contract is 100 percent FMS for India and $50,900,000 will be obligated at time of award. Air Force Life Cycle Management Center/WLNNC, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Northrop Grumman Systems Corp., doing business as Northrop Grumman Information Systems, Chantilly, Virginia, has been awarded a $300,000,000 indefinite-delivery/indefinite-quantity, cost-plus-incentive-fee contract for systems engineering, management, and sustainment (SEMS) III. Contractor will provide systems engineering, systems/program management, and sustainment services for the Air Force Weather Agency's enterprise information systems which produce and disseminate real-time weather services and products worldwide. Work will be performed primarily at the Headquarters Air Force Weather Agency, Offutt Air Force Base, Nebraska, and is expected to be completed by July 31, 2019. This award is the result of a competitive acquisition, and one offer was received. Fiscal 2014 operations and maintenance, research and development and procurement funds will be obligated with each task order. The 55th Contracting Squadron at Offutt AFB, Nebraska, is the contracting activity (FA4600-14-D-0004).

University of Dayton Research Institute (UDRI), Dayton Ohio, has been awarded an indefinite-delivery/indefinite-quantity contract and one initial task order with an estimated ceiling of $9,900,000 to meet specific research objectives to bridge the gaps and accelerate the initial development of selected nondestructive technology to a level of full-feasibility demonstration, to conduct studies of the applicability of selected technologies to a wide variety of potential applications, or development of new technologies to address specific needs. Research is contemplated to address current operational or maintenance needs. Work will be performed primarily at Wright-Patterson Air Force Base, Ohio, and the ordering period will run through July 31, 2019. All effort is expected to be completed on July 30, 2021. The award to UDRI is the result from proposals submitted in response to research and development broad agency announcement BAA-RQKM-2014-0012. Three competitive offers were received. Fiscal 2014 research and development funds in the amount of $225,000 for task order 0001 will be obligated at time of award. Air Force Research Laboratory/RQKMC, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-5224, TO0001).

Raytheon Co., Tucson, Arizona, has been awarded a $8,527,198 modification (P00026) to a firm-fixed-price contract (FA8675-13-C-0003) for Advanced Medium-Range Air-to-Air Missile (AMRAAM) Production Lot 27. The total cumulative face value of the contract is $564,772,594. The contract modification provides for integration and testing for AMRAAM contract line item numbers 0008, 0009, and 0010 being produced under the basic contract. Work will be performed at Tucson, Arizona, and is expected to be completed by June 30, 2016. Foreign military sales contract funds in the amount of $8,527,198 are being obligated at the time of the award for Australia. This Air Force Life Cycle Management Center/EBAK, Eglin AFB, Florida, is the contracting activity.

NAVY

Donald L. Mooney Enterprises LLC, doing business as Nurses Etc Staffing,* San Antonio, Texas (N62645-14-D-5032); Loyal Source Government Services LLC,* Orlando, Florida (N62645-14-D-5033); Magnum Opus Technologies Inc.,* San Antonio, Texas (N62645-14-D-5034); and Vesa Health & Technology Inc.,* San Antonio, Texas (N62645-14-D-5035), are each being awarded a 36-month, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award task order contract for various ancillary services that include the labor bands of Allied Health, Technologist, Technician and Assistant. The aggregate not-to-exceed amount for these multiple award contracts combined is $130,430,320. The four contractors will have the opportunity to bid on each individual task order. Work will be performed at the following military treatment facilities in the Pacific region of the U.S.: Naval Hospital Camp Pendleton, California (25 percent); Naval Hospital Lemoore, California (15 percent); Naval Hospital Twenty-Nine Palms, California (15 percent); Naval Medical Center, San Diego, California (10 percent); Naval Hospital Bremerton, Washington (10 percent); Naval Hospital Oak Harbor, Washington (10 percent); Naval Health Clinic Hawaii (10 percent); Naval Hospital Guam (2 percent) and any associated branch clinics (3 percent). Work is expected to be completed on Sept. 30, 2017. Availability of Fiscal 2015 Defense Health Program funds in the amount of $1,156,230 will be obligated at the time of award under initial task orders, and the funds will expire at the end of the Fiscal 2015. These contracts were solicited via a multiple award electronic request for proposals as a 100 percent service disabled veteran-owned small business set-aside, with 26 offers received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity.

Advanced Crane Technologies LLC,* Reading, Pennsylvania, is being awarded a maximum amount $31,184,365 requirements contract for the service life extension program to modernize 14 60-ton portal cranes at Norfolk Naval Shipyard, Norfolk, Virginia; Puget Sound Naval Shipyard, Bremerton, Washington; and Portsmouth Naval Shipyard, Kittery, Maine. The work to be performed is for the modernization for all cranes and will include replacing the existing drives, modifying the operator’s controls, replacing/modifying the electric control system, replacing the crane’s diesel engine generator set, adding a rail lubrication system (as an option), adding new limit switches, replacing whip hoist wire rope and replacing outdoor conduit. Additionally, the addition of a caliper disc brake mounted on the drum and associated caliper disc brake control system will be required on the whip hoist on seven of the fourteen cranes. Task order 0001 is being awarded at $2,485,769 for modernization of crane P-82 in the Puget Sound Naval Shipyard, Bremerton, Washington, and task order 0002 at $1,992,626 for modernization of crane DC-41 in the Norfolk Naval Shipyard, Norfolk, Virginia. Work for these task orders is expected to be completed by April 2016. Work on this contract will be performed in Portsmouth, Virginia (72 percent); Bremerton, Washington (21 percent); and Kittery, Maine (7 percent), and the term of the contract is not to exceed 60 months with an expected completion date of July 2019. Fiscal 2014 other procurement (Navy) contract funds in the amount of $4,478,395 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 two proposals received. The Naval Facilities Engineering Command, Norfolk, Virginia, is the contracting activity (N62470-14-D-5001).
Communications & Power Industries LLC, Palo Alto, California, is being awarded an $18,841,200 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the repair and remanufacture of AN/SLQ-32 output, driver and sidekick output traveling wave tubes (TWTs) to support the repair and refurbishment of Navy ships. The AN/SLQ-32 output, driver, and sidekick output TWTs are an integral part of the AN/SLQ-32 electronic countermeasures system and are used to amplify radiofrequency energy to defeat anti-ship missile systems. Work will be performed in Palo Alto, California, and is expected to be completed by July 2019. Fiscal 2014 working capital funds in the amount of $390,252 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-14-D-GR37).
Detyens Shipyards Inc.,* North Charleston, South Carolina, is being awarded an $11,631,622 firm-fixed-price contract for a 75-calendar day regular overhaul and dry-docking of USNS Arctic (T-AOE 8). Work will include opening, cleaning and purging gas from tanks, voids and cofferdams; repairing and replacing various sections of weather deck handrails on the forward main mast, replenishment-at-sea and fueling-at-sea kingposts and access ladders; modifying the main reduction gear lube oil purifier; inspecting the auxiliary boiler; inspecting and weight testing the accommodation ladder; performing maintenance on gallery/scullery equipment; dry-docking and undocking; refurbishing sea valves; cleaning and painting the underwater hull; and blasting and coating tanks. Arctic’s primary mission is to deliver petroleum products, ammunition, food and other cargo to ships at sea. The contract includes options, which, if exercised, would bring the cumulative value of this contract to $15,240,367. Work will be performed in North Charleston, South Carolina, and is expected to be completed by October 2014. Navy working capital funds in the amount of $11,631,622 are being obligated at the time of award and will expire at the end of the current fiscal year. This contract was procured as a 100% small business set-aside with proposals solicited via the Federal Business Opportunities website, with two proposals received. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N32205-14-C-2003).

Watts Constructors LLC, Honolulu, Hawaii, is being awarded a $9,395,000 firm-fixed-price contract for construction of an integrated water treatment system at Puget Sound Naval Shipyardand Intermediate Maintenance Facility, Bremerton, Washington. The work to be performed provides for infrastructure improvement to the existing system that collects and treats industrial process water at Drydock 3 and Drydock 4. This project will integrate the existing oily water treatment system with the existing process water collection system to provide increased capability and capacity for on-site collection, containment, and treatment of process water from the drydock floor. Work will be performed in Bremerton, Washington, and is expected to be completed by February 2016. Fiscal 2014 military construction (Navy) contract funds in the amount of $9,395,000 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 six proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-14-C-5000).

ARMY

BAE Systems Land & Armaments, York, Pennsylvania, was awarded an $88,330,859 modification (P00081) to contract W56HZV-09-C-0550 to extend the existing M109A7 and M992A3 engineering and manufacturing development contract to incorporate low rate initial production test support. Research, development, testing, and evaluation funds for fiscal 2014 ($12,295,000) and fiscal 2013 ($1,805,000) were obligated at the time of the award. Estimated completion date is March 31, 2017. Work will be performed in York, Pennsylvania. Army Contracting Command, Warren, Michigan, is the contracting activity.

UPDATE: Global Engineering LLC, Renton, Washington, has been added as an awardee to the multiple-award contract announced June 24, 2014 for construction services supporting the U.S. Army Corps of Engineers, Southwestern Division. (W91278-14-R-0030)

DEFENSE LOGISTICS AGENCY

The Hariford Provision Company,** South Windsor, Connecticut, has been awarded a maximum $83,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for prime vendor subsistence support. This contract was a competitive acquisition, and three offers were received. Location of performance is Connecticut with a July 18, 2016, performance completion date. This is a two-year base contract with one two-year option period. Using military services are the Navy, Air Force, Marine Corps, Coast Guard, and National Oceanic and Atmospheric Administration. Type of appropriation is Fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3025).

Sysco Baraboo, Baraboo, Wisconsin, has been awarded a maximum $16,500,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support. This contract was a competitive acquisition and two offers were received. Location of performance is Wisconsin with a July 13, 2019 performance completion date. This is a two-year base contract with one one-year and one two-year option periods. Using military services are Army and Air Force. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3029).

URS Federal Services Inc., Germantown, Maryland, has been awarded a maximum $11,767,117 modification (P00029) exercising the second option period on a one-year base contract (SP3300-12-C-5003) with three one-year option periods. This is a fixed-price, incentive-firm-target contract for material distribution services to include receipt, storage and issue of material. Locations of performance are Maryland and Utah with a July 31, 2015 performance completion date. Using service is Defense Logistics Agency. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania.

DEFENSE MEDIA ACTIVITY

Bluewater Communications Group, Hauppauge, New York (HQ0516-12-D-0001); Globecomm Systems, Hauppauge, New York (HQ0516-12-D-0002); and TVC Communications LLC, Annville, Pennsylvania (HQ0516-12-D-0003) are each being awarded $15,000,000 modifications to multiple-award, firm-fixed-price contracts to exercise the second option year to provide Cisco satellite decoders and HD encryption systems for the Defense Media Activity. Funding and work location will be determined with each order. The Defense Media Activity, Fort Meade, Maryland is the contracting activity.

*Disabled veteran-owned small business

**Small business

Thursday, July 17, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JULY 17, 2014

FROM:  U.D. DEFENSE DEPARTMENT 

CONTRACTS

NAVY

Insight Pacific LLC,* Anaheim, California (N62478-14-D-4000); Bethel-Webcor JV-1,* Anchorage, Alaska (N62478-14-D-4001); Dawson-Hawaiian Builders I,* Honolulu, Hawaii (N62478-14-D-4002); JSR-ECC LLC,* Schertz, Texas (N62478-14-D-4003); CT JV,* Bargerville, Indiana (N62478-14-D-4004); and Environet Inc.,* Kamuela, Hawaii (N62478-14-D-4005) are being awarded an indefinite-delivery/indefinite-quantity multiple award design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command Hawaii area of responsibility. The maximum dollar value including the base period and four option years for all six contracts combined is $240,000,000. The work to be performed provides for but is not limited to labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration, and related demolition of existing infrastructure based on design-build or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force, and miscellaneous federal and other facilities in the NAVFAC Hawaii area of responsibility. The term of the contract is not to exceed 60 months, with expected completion date of July 2015 (base period). Navy working capital funds in the amount of $60,000 are being 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 22 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Pearl Harbor, Hawaii, is the contracting activity.

Geographic Information Services Inc., Birmingham, Alabama, was awarded a $29,884,815 firm-fixed-priced, indefinite-quantity/indefinite-delivery contract to provide software maintenance, database development, engineering support, integration services, and training for foreign military sales purchasers to use the Weapon Danger Zone Tool. Work will be performed in Birmingham, Alabama, and is expected to be completed by July 1, 2017. This contract will be funded with foreign military sales funds. No contract funds will expire by the end of the current fiscal year. No funds were obligated at the time of award. Funds will become available on individual task orders. This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-14-D-9501). (This contract was awarded on July 2, 2014.)

EDO Professional Services Inc., Alexandria, Virginia, is being awarded $24,864,130 for one-year modification (P00012) to a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N66001-09-D-0032) for continued technical services in support of Space and Naval Warfare Systems Center Pacific unmanned maritime systems. An accelerated timeline and increased operational requirements for unmanned maritime systems performing fleet mine countermeasures and force protection necessitated this modification to increase the cost ceiling. EDO Professional Services Inc., will provide engineering, logistics, configuration management, research, depot maintenance, system administration, and tactical and strategic management. Work will be performed in Manama, Bahrain (65 percent) and San Diego, California (35 percent), and is expected to be completed by July 21, 2015. No funds will be obligated at the time of award. Fiscal 2014 and 2015 operations and maintenance, (Navy) and research, development, test and evaluation funds will be incrementally obligated at the task order level. Fiscal 2014 operations and maintenance, (Navy) funds in the amount of $16,000,000 will expire at the end of the current fiscal year. This is a modification to a contract competitively procured via Space and Naval Warfare Systems Center Pacific solicitation N66001-09-R-0032 and published on the Federal Business Opportunities website, with one offer received. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

Huntington Ingalls Inc., Ingalls Shipbuilding, Pascagoula, Mississippi, is being awarded a $23,499,948 modification to previously awarded contract (N00024-13-C-2402) for early industry involvement associated with the LHA(R) Program Flight 1 (LHA 8) ship design to initiate an affordability design phase. The early industry involvement contracts were awarded to U.S. shipyards that have the facilities and resources to build a large deck amphibious assault ship without major re-capitalization. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by May 2015. Fiscal 2014 research, development, test & evaluation contract funds in the amount of $19,740,760 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, District of Columbia, is the contracting activity.
BAE Systems San Diego Ship Repair, San Diego, California, is being awarded a $15,178,728 modification to previously awarded cost-plus-award-fee contract (N00024-10-C-4407) for USS New Orleans (LPD 18) fiscal 2014 selected restricted availability (SRA). An SRA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in San Diego, California, and is expected to be completed by December 2014. Fiscal 2014 operations and maintenance (Navy) and fiscal 2014 other procurement (Navy) funding in the amount of $15,178,728 will be obligated at the time of award. Contract funds in the amount of $14,689,549 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

ARMY

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $65,256,769 modification (P00010) to foreign military sales contract W56HZV-13-D-0015 for specialized training, contractor logistics support, and base life support for the Iraq M1A1 Abrams program. Funding and work location will be determined with each order. Estimated completion date is Feb. 28, 2015. Army Contracting Command, Warren, Michigan, is the contracting activity.
Kongsberg Defence & Aerospace, Kongsberg, Norway, was awarded a $43,000,000 modification (P00115) to contract W15QKN-12-C-0103 for depot support for the Common Remotely Operated Weapon Station. Fiscal 2014 operations and maintenance (Army) funds in the amount of $43,000,000 were obligated at the time of the award. Estimated completion date is July 15, 2016. Work will be performed in Johnstown, Pennsylvania. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.
Watts Constructors LLC, Honolulu, Hawaii, was awarded a $36,441,000 firm-fixed-price contract with options for designing and building the Special Operations Forces Battalion Operations Facility Complex. Work will be performed at Fort Carson, Colorado, with an estimated completion date of June 15, 2016. Bids were solicited via the Internet with fifteen received. Fiscal 2013 military construction funds in the amount of $36,441,000 are being obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-14-C-0024).

Walsh Federal JV St., Chicago, Illinois, was awarded a $34,748,000 firm-fixed-price multi-year contract with options for new construction for the Marshall Elementary School at Fort Campbell, Kentucky. Work will be performed at Ft. Campbell, Kentucky, with an estimated completion date of April 1, 2016. Bids were solicited via the Internet with five received. Fiscal 2014 military construction funds in the amount of $34,748,000 are being obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-14-C-0025).

AAR Allen Services, Garden City, New York, was awarded a $23,507,990 firm-fixed-price contract for 60-520 gas turbine power units for the Blackhawk weapon system. Funding and work location will be determined with each order with an estimated completion date of July 30, 2019. Bids were solicited via the Internet with four received. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-14-D-0089).

Aerojet Rocketdyne, Camden, Arizona, was awarded an $18,507,839 firm fixed-price contract with options for Stinger flight motors, 1,000 each. Base Option: Stinger flight motors, 1-1,500 each. Option 1: Stinger flight motors, 1-505 each. Option 2: Stinger flight motors, 1-545 each. The Stinger flight motor contract is required to support the Service Life Extension Program (SLEP) of 850 Stinger Block I Missiles at McAlester Army Ammunition Plant, McAlester, Oklahoma. The SLEP will replace all Stinger missile components susceptible to degradation due to aging (to include the flight motor) providing a missile with a 10 year shelf life. Work will be performed in Camden, Arizona, with an estimated completion date of Dec. 31, 2016. One bid was solicited with one received. Fiscal 2014 other procurement funds in the amount of $18,507,839 are being obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-14-C-0090).

Northrop Grumman Technical Services Inc., Herndon, Virginia, was awarded a $9,859,646 modification (P00002) to contract W9124E-14-C-0003 to continue key and essential logistics requirements at the Joint Readiness Training Center and Fort Polk, Louisiana. Fiscal 2014 operations and maintenance (Army) funds in the amount of $9,859,646 were obligated at the time of the award. Estimated completion date is Dec. 29, 2014. Work will be performed at Fort Polk, Louisiana. Army Contracting Command, Fort Polk, Louisiana, is the contracting activity.

Intelligent Decisions Inc., Ashburn, Virginia, was awarded an $8,569,058 firm-fixed-price contract with options for information technology operations and maintenance support for U.S. Southern Command Joint Task Force-Guantanamo Bay. Work will be performed in Cuba with an estimated completion date of July 22, 1019. Bids were solicited via the Internet with 13 received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $7,969,059 are being obligated at the time of the award. Army Contracting Command, Fort Sam Houston, San Antonio, Texas, is the contracting activity (W912CL-14-C-0018).

AIR FORCE

Northrop Grumman Systems Corp., Information Systems Sector, Defense Systems Division, C2S, Herndon, Virginia, has been awarded a $9,922,486 modification (P00020) to cost-pl
us-fixed-fee FA8750-13-C-0120 for software enhancements, testing, integration and maintenance. The contract modification is to provide support to the National Air and Space Intelligence Center to operate, maintain, and enhance the databases, tools, dynamic web-based products, and related systems and capabilities. Work will be performed at Beavercreek, Ohio, and is expected to be completed by June 12, 2015. Fiscal 2014 operations and maintenance funds in the amount of $6,439,147 are being obligated at the time of the award. Air Force Research Laboratory/RIKE, Rome, New York, is the contracting activity.

Vision Systems International LLC, Fort Worth, Texas, has been awarded a $7,768,862 firm-fixed-price task order (0024) to FA8522-09-D-0012 for F-15 and F-16 sustainment in support of the Joint Helmet Mounted Cueing System. Work will be performed at Wilsonville, Oregon, and is expected to be completed by July 15, 2015. This award is the result of a sole source acquisition. Funds in the amount of $7,768,862 from Fiscal 2014 Consolidated Sustainment Activity Group Working Capital Funds under the Fiscal 2014 Contract Depot Maintenance Direct Cite Funds Program Authority are being obligated at time of award. This contract is not multiyear. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

CORRECTION: The contract announced on July 14, 2014, for AvKare Inc.,** Pulaski, Tennessee (SPE2D2-14-D-0004), for $9,728,923 was announced with an incorrect award date. The correct award date is July 17, 2014.

*Small Business

**In HubZone Service Disabled Veteran Owned Small Business

Wednesday, July 16, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JUNE 15, 2014

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

ARMY

Johnson Controls Building Automation Systems, LLC, Huntsville, Alabama, was awarded a $450,000,000 firm-fixed-price contract for the procurement and installation of utility monitoring and control systems and similar services such as heating, ventilating, and air conditioning systems with an estimated completion date of July 14, 2019. Funding and work location will be determined with each order. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-14-D-0063).

General Atomics - Systems Integration, LLC, San Diego, California, was awarded a $38,781,663 modification (P00019) to contract W58RGZ-13-C-0124 to acquire continued operations, sustainment, and integration of two deployed Highlighter fixed wing aircraft. Fiscal 2014 operations and maintenance (Army) funds in the amount of $8,873,018 were obligated at the time of the award. Estimated completion date is July 13, 2015. Work will be performed in San Diego, California; Bridgewater, Virginia; and Afghanistan. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Northrop Grumman, Huntsville, Alabama, was awarded an $18,258,765 modification (P00107) to contract W31P4Q-08-C-0418 for the Integrated Air and Missile Defense S280 transition from the baseline M1085 mounted Command Post Platform Shelter to an M1148 Load Handling System Family of Medium Tactical Vehicle mounted S-280 Shelter. Fiscal 2014 research, development, testing and evaluation funds in the amount of $18,258,765 were obligated at the time of the award. Estimated completion date is Sept. 30, 2015. Work will be performed in Huntsville, Alabama. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Great Lakes Dredge and Dock Company, LLC, Oak Brook, Illinois, was awarded a $17,027,415 modification (P00003) to contract W912DS-13-C-0045 for dredging shoaled material. Fiscal 2014 other procurement funds in the amount of $17,027,415 were obligated at the time of the award. Estimated completion date is Sept. 7, 2014. Work will be performed in New York harbor along Newark Bay Port Elizabeth Channel, Newark Bay north and south areas, and along Kill Van Kull in the vicinity of Constable Hook and Anchorage Channel. U.S. Army Corps of Engineers, New York, New York, is the contracting activity.

U.S. TRANSPORTATION COMMAND

Federal Express Charter Programs Team Arrangement of Memphis, Tennessee, was awarded an estimated $57,810,843 modification (P00012) to previously awarded contract HTC711-13-D-CC02. The modification brought the total cumulative face value of the contract to $1,176,792,312. Team members include: Air Transport International LLC, Wilmington, Ohio; Atlas Air, Inc., Purchase, New York; Delta Air Lines, Inc., Atlanta, Georgia; Federal Express Corporation, Memphis, Tennessee; Polar Air Cargo Worldwide, Inc., Purchase, New York; and MN Airlines, LLC, doing business as Sun Country Airlines, Mendota Heights, Minnesota. Work will be performed at worldwide locations with an expected completion date of Sept. 30, 2014. Fiscal 2014 transportation working capital funds will be obligated on individual task orders. This was a competitive acquisition and 28 offers were received under the initial procurement. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

NAVY

BAE Systems Land and Armaments, Weapons Systems, Minneapolis, Minnesota, is being awarded a $43,245,218 cost-plus-fixed-fee modification to previously awarded contract (N00024-12-C-4221) for research and development activities associated with Integrated Power Systems power load modules, to be used for electromagnetic railgun pulse power containers design, and for the fabricating and testing of prototypes. Work will be performed in San Diego, California (75 percent); Minneapolis, Minnesota (15 percent); and Dayton, Ohio (10 percent), and is expected to be completed by December 2016. Fiscal 2014 research, development, test and evaluation (Navy) funding in the amount of $14,502,272 will be obligated at award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

BAE Systems Norfolk Ship Repair, Norfolk, Virginia, is being awarded a $29,773,261 modification to previously awarded contract (N00024-11-C-4403) for the USS San Jacinto (CG 56) fiscal year 2014 drydocking selected restricted availability. 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 $28,857,059 will be obligated at time of award and will expire at the end of the current fiscal year. Norfolk Ship Support Activity, Norfolk, Virginia, is the contracting activity.

Walsh Construction Co. II, LLC, Chicago, Illinois, is being awarded a $26,947,000 firm-fixed-price contract for the construction of electrical capacity and cooling towers at Naval Support Activity Bethesda. The work to be performed provides for the construction of electrical upgrades to improve the capacity of the power distribution infrastructure. The proposed new construction includes the demolition and reconstruction of three existing cooling towers, and the construction of a fourth cooling tower cell to accommodate future loads. Work will be performed in Bethesda, Maryland, and is expected to be completed by January 2016. Fiscal 2013 military construction (Navy) contract funds in the amount of $26,947,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 12 proposals received. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-14-C-0158).

General Atomics, San Diego, California, is being awarded a $10,267,000 modification to a previously awarded firm-fixed-price contract (N68335-09-C-0573) for the integration and installation of the Electromagnetic Aircraft Launch System CVN 78 shipboard software and support. Work will be performed in San Diego, California (79 percent), and Waltham, Massachusetts (21 percent), and is expected to be completed in October 2015. Fiscal 2011 shipbuilding and conversion (Navy) funds in the amount of $10, 267,000 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, Lakehurst, New Jersey, is the contracting activity.

MISSILE DEFENSE AGENCY

Lockheed Martin Mission System and Training, Moorestown, New Jersey, has been awarded a $20,000,000 option exercise modification (P00148) to previously awarded contract (HQ0276-10-C-0001) for support of advanced concept initiatives by the Aegis Ballistic Missile Defense (ABMD) Program Office to identify technology for introduction into present and future ABMD Baselines and upgrades. The modification brings the total cumulative face value of the contract to $1,808,932,405. Work will be performed at Moorestown, New Jersey, with an expected end date of Dec. 15, 2015. Fiscal year 2014 research, development, test and evaluation funds in the amount of $500,000 are being obligated at time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Merchants Food Service, Hattiesburg, Mississippi, has been awarded a maximum $7,220,745 fixed-price with economic-price-adjustment contract for full line food distribution for Louisiana and Mississippi areas. This contract was a sole-source acquisition. Location of performance is Mississippi, with a Nov. 15, 2014, performance completion date. This is a four-month bridge contract with no option periods. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3015). (This contract was awarded on July 11, 2014.)

Monday, July 14, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JULY 14, 2914

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

AIR FORCE

Lockheed Martin Corp., Gaithersburg, Maryland (FA87732-13-D-0001); Jacobs Technology, Fort Walton Beach, Florida (FA8732-13-D-0002); SRA International, Fairfax, Virginia (FA8732-13-D-0003); L-3 National Security Solutions, Reston, Virginia (FA8732-13-D-0004); Raytheon, Garland, Texas (FA8732-13-D-0006); InfoReliance Corp., Fairfax, Virginia (FA8732-13-D-0026); CACI-ISS, Inc., Chantilly, Virginia (FA8732-13-D-0027); Northrop Grumman Information Systems, Herndon, Virginia (FA8732-13-D-0028), General Dynamics Information Technology, Needham, Massachusetts (FA8732-13-D-0029); and International Business Machines Corp., Reston, Virginia (FA8732-13-D-0030) are being awarded a $960,000,000 multiple award, indefinite-delivery/indefinite-quantity (ID/IQ) contract for Network-Centric Solutions-2 (NETCENTS-2) Application Services. This contract vehicle will provide services such as sustainment, migration, integration, training, help desk support, testing and operational support. Other services include, but are not limited to, exposing data from Authoritative Data Sources to support web-services or Service Oriented Architecture constructs in Air Force enterprise environments. This contract vehicle is the mandatory source for all USAF units purchasing services that fall under the scope of the contract. Because this is an ID/IQ contract, the location of performance is not known at this time and will be cited on individual delivery orders. The period of performance is 10 years. This award is the result of a competitive acquisition; offers were solicited electronically through FedBizOps and 21 offers were received. The contract ceiling for NETCENTS-2 Application Services Full and Open remains the same at $960,000,000. NETCENTS-2 is a set of five categories of contract capabilities spanning Netcentric Products, Network Operations and Infrastructure Solutions, Applications Services, Enterprise Integration and Service Management, and Information Technology Professional Services. An obligation of $2,500 has been issued to each of the awardees utilizing fiscal 2013 operations and maintenance funds for the original awards and fiscal 2014 operations and maintenance funds for the five new awards. This is not a multi-year contract. Air Force Life Cycle Management Center/HICK, Maxwell Air Force Base-Gunter Annex, Alabama, is the contracting activity.

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $278,649,002 modification to the previously awarded F-35 Lightning II Low Rate Initial Production Lot VI contract (N00019-11-C-0083). This modification provides for non-recurring sustainment activities, to include procurement of Depot Phases I-IV sustainment activities. Work will be performed in Fort Worth, Texas (35 percent); El Segundo, California (25 percent); Warton, United Kingdom (20 percent); Orlando, Florida (10 percent); Nashua, New Hampshire (5 percent); and Baltimore, Maryland (5 percent), and is expected to be completed in October 2018. Fiscal 2012 aircraft procurement (Navy and Air Force) funds and international partner funds in the amount of $278,649,002 will be obligated at time of award, $236,913,238 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp, Maritime Systems, Charlottesville, Virginia, is being awarded a five year, not to exceed $61,177,585 firm-fixed price, performance based logistics contract (N00104-14-D-ZD00), for logistics support, which includes managing the systems by furnishing repaired and new units for approximately 202 items for the WSN Ring Laser Gyro Navigation System, AN/BPS-15/16 Radar Set Weapon System, Guided Missile Destroyer Steering/Scalable Integrated Bridge System, and SPQ-9B Radar Set items. Work will be performed in Charlottesville, Virginia, and is expected to be completed by July 14, 2019. Fiscal 2014 Navy working capital funds in the amount of $2,578,529 will be obligated at the time of award. The contract funds will not expire before the end of the current fiscal year. This contract was a sole source requirement in accordance with 10 U.S.C. 2304 (c)(1). The NAVSUP Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity.
BAE Systems Information and Electronic Systems Integration, Inc., Greenlawn, New York, is being awarded a $12,420,183 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of 249 Mode 5 Combined Interrogator Transponder (CIT) Kits for the U.S. Navy (132) and the governments of Finland (69), Australia (46) and Switzerland (2), in support of the F/A-18 aircraft. In addition, this contract provides for the procurement of 26 power supply Shop Replaceable Assemblies for the U.S. Navy; 10 Integrated CIT systems for the governments of Finland (8) and Switzerland (2); and one lot of Production Acceptance Test Capability for the U.S. Navy. Work will be performed in Greenlawn, New York, and is expected to be completed in March 2017. No funds are being obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. This contract was not competitively procured pursuant to FAR.6.302-1. This contract combines purchases for the U.S. Navy ($7,570,415; 61 percent); and the governments of Finland ($2,874,560; 23.1 percent); Australia ($1,879,744; 15.1 percent); and Switzerland ($95,464; .8 percent), under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-14-D-0025).

The Boeing Co., St. Louis, Missouri, is being awarded a $6,947,488 modification to a previously awarded firm-fixed-price contract (N00019-14-C-0032) for aircraft armament equipment items: SUU-789A/A centerline pylons for the Navy (35) and Royal Australian Government (RAAF) (15); and ALE-50 well covers for the U.S. Navy (11). Work will be performed in El Segundo, California (95 percent); Irvine, California (4 percent); and St. Louis, Missouri (1 percent), and is expected to be completed in May 2017. Fiscal 2013 and 2014 aircraft procurement (Navy) funds in the amount of $4,907,038 and foreign military sales funds in the amount of $2,040,450 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchase for the U.S. Navy ($4,907,038; 70 percent) and the government of Australia ($2,040,450; 30 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

Voith Hydro, Inc., York, Pennsylvania (W9127N-14-D-0003); National Electric Coil, Inc, Columbus, Ohio (W9127N-14-D-0004); Alstom Power Inc., Littleton, Colorado (W9127N-14-D-0005); and Andritz Hydro, Corp., Charlotte, North Carolina (W9127N-14-D-0006), were awarded a $99,500,000 firm-fixed-price contract for the rehabilitation and/or replacement of generating equipment at U.S. Army Corps of Engineers hydroelectric facilities within the Northwestern Division: Portland District, Seattle District, Walla Walla District, Omaha District and Kansas City District. This may also be used to perform emergency nonroutine maintenance and assessment at Northwestern Division hydroelectric facilities. Bids were solicited via the Internet with five received. Funding and work location will be determined with each order with an estimated completion date of July 13, 2019. U.S. Army Corps of Engineers, Portland, Oregon District is the contracting activity.

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $28,453,514 modification (0007) to foreign military sales (Kuwait) contract W31P4Q-12-G-0001 for the Launcher Modification Kit Phase II Redesign for the Patriot PAC-3. Fiscal 2014 other procurement funds in the amount of $28,453,514 were obligated at the time of the award. Estimated completion date is Sept. 30, 2017. Work will be performed at Grand Prairie, Texas; Clearwater, Florida; Minneapolis, Minnesota; and Aguadilla, Puerto Rico. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

IBM Corp., Reston, Virginia, was awarded a $12,223,063 modification (P00007) to contract W912DY-13-F-0037 Army General Fund Audit Support Services. Fiscal 2014 operations and maintenance (Army) funds in the amount of $12,223,063 were obligated at the time of the award. Estimated completion date is Jan. 19, 2015. Work will be performed in Reston, Virginia. Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

AvKare, Inc.,* Pulaski, Tennessee, has been awarded a maximum $9,728,923 firm-fixed-price, requirements contract for purchase of pravastatin. This contract was a competitive acquisition and three offers were received. Locations of performance are Tennessee, Czech Republic and Israel, with a July 18, 2015, performance completion date. This is a one-year base contract with four one-year option periods. Using services are military 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 (SPE2D2-14-D-0004).

*In HubZone Service-Disabled Veteran-Owned Small Business

Wednesday, July 9, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JULY 9, 2914

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

ARMY

Alliant Techsystems Operations, LLC, Plymouth, Minnesota (W15QKN-14-D-0061); Battelle Memorial Institute, Columbus, Ohio (W15QKN-14-D-0062); Booz Allen Hamilton Inc., McLean, Virginia (W15QKN-14-D-0063); Concurrent Technologies Corp., Johnstown, Pennsylvania (W15QKN-14-D-0064); General Dynamics Ordinance Tactical Systems, St. Petersburg, Florida (W15QKN-14-D-0065); and Leidos Inc., Reston, Virginia (W15QKN-14-D-0066), were awarded a $300,000,000 multiple award order dependent contract to obtain materials and services to meet the Armament, Research, Development, and Engineering Center's mission requirements with an estimated completion date of July 9, 2019. Bids were solicited via the Internet with nine received. Funding and work location will be determined with each order. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

R. J. Zaval & Sons Inc.*, East Grand Forks, Minnesota, was awarded a $12,272,783 firm-fixed-price contract for the Roseau Flood Risk Management Project to construct a 6,500 foot diversion channel, a channel inlet structure, a concrete restriction structure and drainage system. Work will be performed in Roseau, Minnesota, with an estimated completion date of Aug. 12, 2015. Bids were solicited via the Internet with five received. Fiscal 2014 other procurement funds in the amount of $12,272,783 are being obligated at the time of the award. U.S. Army Corps of Engineers, St. Paul, Minnesota, is the contracting activity (W912ES-14-C-0011).

NAVY

Spry Methods Inc.,* Arlington, Virginia (N65236-14-D-4158); Gateway Ventures Inc.,* Norfolk, Virginia (N65236-14-D-4159); Gemini Industries Inc.,* Burlington, Massachusetts (N65236-14-D-4160); and MH Harbor, LLC,* North Charleston, South Carolina (N65236-14-D-4161), are each being awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, with provisions for cost-plus-fixed-fee task orders, performance based multiple award contract for the procurement of Information Dominance Program and financial management support services. The cumulative, estimated value (ceiling) of the base year combined is $33,326,967. The contracts include options which, if exercised, would bring the cumulative value (ceiling) of these contracts to an estimated $99,980,901. Work will be performed worldwide. Work is expected to be completed by July 2015. If all options are exercised, work could continue until July 2017. SPAWAR Systems Center Atlantic Navy working capital funds in the amount of $10,000 will be obligated at the time of award as the minimum guarantee and will be split among the four awardees; these funds will not expire at the end of the current fiscal year. This contract action establishes a potential ceiling value, in which funds are obligated on individual task orders. The multiple award contracts were competitively procured by full and open competition after exclusion of sources under small business set-aside provisions (10 U.S.C. 2304(b)(2)) via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 13 offers received. The Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

Atlas Executive Consulting,** Charleston, South Carolina (N65236-14-D-4162); CBAIA Logistics,** Fredericksburg, Virginia (N65236-14-D-4163); and Compendium Federal Technology,** Lexington Park, Maryland (N65236-14-D-4164), are each being awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, with provisions for cost-plus-fixed-fee task orders, performance based multiple award contract for the procurement of program management and financial management support services including non-inherently governmental services to perform analyses and research. The cumulative, estimated value (ceiling) of the base year combined is $33,326,967. These contracts include options which, if exercised, would bring the cumulative value of these contracts to an estimated $99,980,901. Work will be performed worldwide. Work is expected to be completed by July 2015. If all options are exercised, work could continue until July 2017. SPAWAR Systems Center Atlantic Navy working capital funds in the amount of $10,000 will be obligated at the time of award as the minimum guarantee and will be split among the three awardees; these funds will not expire at the end of the current fiscal year. This contract action establishes a potential ceiling value, in which funds are obligated on individual task orders. The multiple award contracts were competitively procured by full and open competition after exclusion of sources (100% service disabled veteran-owned small business set-aside) via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 12 offers received. The Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

BAE Systems San Diego Ship Repair, San Diego, California, is being awarded a $15,866,612 modification to previously awarded contract (N00024-11-C-4408) for USS Decatur (DDG 73) fiscal 2014 Dry-Docking Selected Restricted Availability. A Dry-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. Work will be performed in San Diego, California, and is expected to be completed by February 2015. Fiscal 2014 operations and maintenance (Navy); fiscal 2014 research, development, test and evaluation; fiscal 2014 working capital funds (Navy); and fiscal 2014 other procurement (Navy) funding in the amount of $15,866,612 will be obligated at time of award. Contract funds in the amount of $12,035,470 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.
Atlantic Diving Supply Inc.,* Virginia Beach, Virginia, is being awarded $9,695,389 for firm-fixed-price Blanket Purchase Agreement call 0001 for the procurement of 2,136 advanced integrated solar power case assemblies in support of the Marine Corps Ground Renewable Expeditionary Energy System program under the Program Manager for Expeditionary Power Systems. Work will be performed in Lafayette, Colorado, and is expected to be completed by August 2015. Fiscal 2014 procurement funding (Marine Corps) in the amount of $9,695,389 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the General Services Administration eBuy website, with two offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-14-A-5019).

AIR FORCE

The Boeing Company, St. Louis, Missouri, has been awarded an estimated $10,111,976 (P00005) modification to the firm-fixed-price contract (FA8119-12-D-0009) to extend the ordering period of a requirements contract for the repair of 23 B-1B Aircraft Secondary Structural Components. The total cumulative face value of the contract is $30,003,960. The contract modification is for the exercise of Option 1, a two-year option. Work will be performed at Dyess Air Force Base, Texas, and completed by July 9, 2016, with delivery to be cited on each individual order. No working capital funds are being obligated at time of award. This is not a multiyear contract. Air Force Sustainment Center/PZABC, Tinker AFB, Oklahoma, is the contracting activity.

Kaman Precision Products, Inc., Orlando, Florida, has been awarded a $8,475,368.48 firm-fixed-price modification (P00016) to FA8681-13-C-0029 for Lot 11 Production of Joint Programmable Fuze systems. The contract modification provides for the exercise of an option for an additional quantity of 3,069 state-of-the-art fuze systems being produced under the basic contract. Work will be performed at Orlando, Florida, and is expected to be completed by September 2016. This contract is 8 percent foreign military sales for Morocco and Singapore. Fiscal 2012, 2013 and 2014 ammunition procurement funds in the amount of $8,475,368 will be obligated at time of award. This is not a multiyear contract. Air Force Life Cycle Management Center/EBDK, Eglin Air Force Base, Florida, is the contracting activity.

Lockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded a $8,074,584 firm-fixed-price modification (P00293) to FA8625-07-C-6471 for the C-5 Reliability Enhancement and Re-Engining Program (RERP) Production. The modification provides additional funding for Over and Above legacy work associated with Lot 5 aircraft. This Over and Above work allows Lockheed Martin Aero to complete necessary repairs related to legacy issues found during the course of the C-5 RERP aircraft modification. All work will be performed at Marietta, Georgia, and is expected to be completed by Sept. 15, 2015. This award is the result of a sole source acquisition. Fiscal 2013 aircraft procurement funds in the amount of $8,074,584 are being obligated at time of award. Air Force Life Cycle Management Center/WLSK, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Custom Manufacturing & Engineering,*** Pinellas Park, Florida, has been awarded a maximum $7,085,250 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for purchase of power supplies for various weapons systems. This contract was a competitive acquisition and nine offers were received. Location of performance is Florida, with a July 8, 2015 performance completion date. This is a one-year base contract with two one-year option periods. Using military service is Army. Type of appropriation is fiscal 2014 through fiscal 2015 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-14-D-0018).

DEFENSE THREAT REDUCTION AGENCY

InfoReliance Corporation, Fairfax, Virginia, has been awarded a time-and-materials and firm- fixed-price contract (HDTRA1-14-F-0017) with an estimated maximum amount of $8,932,350 for Microsoft Consulting Services (MCS) in support of the Defense Threat Reduction Agency Directorate of Information Operations (J6). The contract award was made off the GSA schedule. There are only six vendors who are licensed to provide MCS; Defense Threat Reduction Agency solicited all six vendors, and received two quotes and one no bid. Type of appropriation is fiscal 2014 research and development and operations and maintenance funds. Work will be performed at Fort Belvoir, Virginia, at the DTRA facility with a July 8, 2016, completion date. The contracting activity is Defense Threat Reduction Agency, Fort Belvoir, Virginia.

*Small business
**Service disabled veteran-owned small business
***Woman-owned small disadvantaged business

Tuesday, July 8, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JULY 9, 2014

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

AIR FORCE

Structural Builders, Inc., Atlanta, Georgia (FA4830-14-D-0001); Maverick Constructors, LLC, Lutz, Florida (FA4830-14-D-0002); Semper Tek, Inc., Lexington, Kentucky (FA4830-14-D-0003); Artesian Contracting Company, Inc., Albany, Georgia (FA4830-14-D-0004); CCI Solutions, LLC, Shalimar, Florida (FA4830-14-D-0005); DTH Corp., Newport News, Virginia (FA4830-14-D-0006); OAC Action Construction Corp., Miami, Florida (FA4830-14-D-0007); RCA Contracting, Inc., Montezuma, Georgia (FA4830-14-D-0008); and Paul S. Akins Company, Inc., Statesboro, Georgia (FA4830-14-D-0009), have been awarded an maximum $225,000,000 indefinite-delivery/indefinite-quantity (IDIQ) contract for Design-Build construction projects. Projects shall include all work necessary to design, construct, and/or renovate including design build and bid build facilities for Moody Air Force Base, Grassy Pond and Grand Bay Range, Georgia, and Avon Park Range, Florida. Work shall be performed in accordance with the terms and conditions of the contract and resulting task orders, and is expected to be completed by the date negotiated for each task order. This IDIQ is one base year with four-one year options. This award is the result of a competitive acquisition posted to FedBizOpps and 36 offers were received. Funding will be determined with each order. 23rd Contracting Squadron, Moody Air Force Base, Georgia, is the contracting activity.

Jacobs Technology, Inc., Bedford, Massachusetts, has been awarded an $18,255,200 cost-plus-fixed-fee and cost-reimbursable contract modification (P00003) for FA8721-14-C-0016 to provide engineering and technology acquisition support services which consists of disciplined systems/specialty engineering and technical/information assurance services, support, and products using established government, contractor and industry processes. Work will be performed at Hanscom Air Force Base, Massachusetts, Lackland Air Force Base, Texas, Schriever Air Force Base, Colorado, Eglin Air Force Base, Florida, and Wright-Patterson Air Force Base, Ohio, and is expected to be completed by April 30, 2015. This award is the result of a sole source acquisition. Fiscal 2013 and 2014 procurement, aircraft procurement, research and development, and operations and maintenance funding in the amount of $1,400,097 will be obligated at time of award. Air Force Life Cycle Management Center/PZM, Hanscom AFB, Massachusetts, is the contracting activity.

Sea Box Inc., Cinnaminson, New Jersey, has been awarded a $17,460,000 modification (P00010) to FA8532-12-F-0002 for manufacture and delivery of Basic Expeditionary Airfield Resources (BEAR) Hygiene Systems. The total cumulative face value of the contract is $34,660,000. This modification provides for exercise of options for an additional 45 BEAR Hygiene Systems being procured under the basic contract. Work will be performed at Cinnaminson, New Jersey, and is expected to be completed by Oct. 31, 2016. Fiscal 2014 Air Force procurement funds in the amount of $17,460,000 are being obligated at time of award. This is not a multiyear contract. Air Force Life Cycle Management Center/WNKB, Robins Air Force Base, Georgia, is the contracting activity.
Engineering and Software Systems Solution, doing business as ES3, San Diego, California, has been awarded a $7,500,000 indefinite-delivery/indefinite-quantity contract for Landing Gear Emergency Response engineering service contract. The contractor will provide technical support necessary to respond to urgent requests for engineering assistance. Efforts include mishap or failure analysis, system safety evaluation, failure modes and impact criticality analysis, and short term remediation and fleet stabilization efforts for various weapon systems. Work will be performed at San Diego, California, and is expected to be completed by July 6, 2018. This award is the result of a competitive acquisition; an unlimited number of offers were solicited and two offers were received. Fiscal 2014 working capital funds in the amount of $1,000 are being obligated at time of award. Air Force Sustainment Center/OLH PZAAB, Hill Air Force Base, Utah, is the contracting activity (FA8203-14-D-0001).

NAVY

Benaka, Inc.,* New Brunswick, New Jersey (N40085-14-D-0029); Black Horse Group, LLC,* Watertown, New York (N40085-14-D-0030); Cherokee General Corp.,* Federal Way, Washington (N40085-14-D-0031); H. V. Collins Co.,* Providence, Rhode Island (N40085-14-D-0032); Structural Associates, Inc.,* East Syracuse, New York (N40085-14-D-0033); Watermark,* Lowell, Massachusetts (N40085-14-D-0034); and Wu & Associates, Inc.,* Cherry Hill, New Jersey (N40085-14-D-0035), are each being awarded an indefinite-delivery/indefinite-quantity multiple award design-build/design-bid-build construction contract for construction projects in the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic Public Works Department Maine area of responsibility (AOR). The maximum dollar value including the base period and four option years for all seven contracts combined is $95,000,000. The work to be performed provides for new construction, renovation, alteration and repair, demolition and repair work by design-build or by design-bid-build for various types of facilities. Black Horse Group, LLC, is being awarded task order 0001 at $5,059,583 for Whole Center Repairs at the Naval Operational Support Center in Plainville, Connecticut. Work for this task order is expected to be completed by July 2015. All work on these contracts will be performed within the NAVFAC Mid-Atlantic Public Works Department Maine AOR which includes Maine (70 percent), New Hampshire (5 percent), Vermont (5 percent), Massachusetts (5 percent), Connecticut (5 percent), Rhode Island (4 percent) and New York (5 percent). Work may also be performed in the remainder of the United States (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of July 2019. Fiscal 2014 operation and maintenance (Navy Reserve) contract funds in the amount of $5,089,583 are obligated on these awards and will expire at the end of the current fiscal year. These seven contractors may compete for task orders under the terms and conditions of the awarded contract. Future task orders will be primarily funded by military construction (Navy); operation and maintenance (Navy); Navy working capital funds; and operation and maintenance (Navy Reserve). These contracts were competitively procured via the Navy Electronic Commerce Online website with 22 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded $14,641,931 for cost-plus-fixed-fee delivery order 0089 against a previously issued Basic Ordering Agreement (N00019-12-G-0006) in support of the V-22 aircraft for the U.S. Air Force and U.S. Navy. This order provides for the research and of engineering and technical analysis of new capabilities of the V-22 aircraft. Work will be performed at Ridley Park, Pennsylvania (55 percent) and Fort Worth, Texas (45 percent), and is expected to be completed in June 2019. Fiscal 2014 research, development, test and evaluation (Air Force) funds in the amount of $2,084,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This delivery order combines purchases for the U.S. Air Force ($8,785,159; 60 percent) and the U.S. Navy ($5,856,772; 40 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

BP Products North America Inc., Chicago, Illinois, has been awarded a maximum $25,706,502 fixed-price with economic-price-adjustment contract for reformulated blendstock for oxygenate blending gasoline. This contract was a competitive acquisition and five offers were received.

Location of performance is Massachusetts, with a Sept. 1, 2014, performance completion date. This is a two-month base contract with no option periods. Using service is Department of Energy. Type of appropriation is fiscal 2014 Department of Energy funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-8542).

Shell Trading Company, Houston, Texas, has been awarded a maximum $12,517,260 fixed-price with economic-price-adjustment contract for conventional blendstock for oxygenate blending gasoline. This contract was a competitive acquisition and five offers were received. Location of performance is Maine, with a Sept. 1, 2014, performance completion date. This is a one-month base contract with no option periods. Using service is Department of Energy. Type of appropriation is fiscal 2014 Department of Energy funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-8540).

ARMY

Oxford Construction of Pennsylvania, Inc., Philadelphia, Pennsylvania, was awarded a $10,420,277 firm-fixed-price foreign military sales contract (Israel) with options for the construction of two three-story structures for the recruitment center at Israeli Defense Forces Jalame Camp, Israel. Work will be performed in Israel with an estimated completion date of July 31, 2015. Three bids were solicited with two received. Fiscal 2014 other procurement funds in the amount of $10,420,277 are being obligated at the time of the award. U.S. Army Corps of Engineers - Europe District, APO, AE, is the contracting activity (W912GB-14-C-0025).

*Small business

Monday, July 7, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JULY 7, 2014

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

NAVY

Northrop Grumman Systems Corp., Integrated Systems, Bethpage, New York, is being awarded a $52,444,840 cost-plus-fixed-fee contract for material and services to perform an Equivalent Flight Hours fatigue test to substantiate the E-2D Advanced Hawkeye Aircraft service life. Work will be performed in El Segundo, California (68 percent); Melbourne, Florida (30 percent); and Bethpage, New York (2 percent), and is expected to be completed in July 2019. Fiscal 2014 research, development, test and evaluation (Navy) funds in the amount of $7,820,000 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-14-C-0036).

Spin Systems, Inc.,* Sterling, Virginia, is being awarded a $8,447,038 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract (N00039-14-D-0009) for the technical refresh and deployment, and operations and sustainment of the Department of Defense Information Technology Portfolio Repository and the Department of the Navy Application and Database Management System information technology platform. Work will be performed in Sterling, Virginia, and is expected to be completed by September 2016. Fiscal 2014 operations and maintenance (Navy) funds in the amount of $181,036 will be obligated at the time of award and will 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). The Space and Naval Warfare Systems Command, Sea Warrior Program (PMW 240), Arlington, Virginia, is the contracting activity (N00039-14-D-0009).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $6,785,176 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0004) to provide maintenance for Lot VII F-35 air systems in support of the U.S. Marine Corps and the government of the Netherlands. Work will be performed in Beaufort, South Carolina (55 percent) and Yuma, Arizona (45 percent), and is expected to be completed in March 2015. Fiscal 2014 aircraft procurement (Marine Corps), and international partner funds in the amount of $6,785,176 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Marine Corps ($6,143,467; 90.5 percent) and the government of the Netherlands ($641,709; 9.5 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Petroleum Traders Company,* Fort Wayne, Indiana, has been awarded a maximum $15,838,744 modification (P00010) to add additional line items on a three-year base contract (SP0600-13-D-8523). This is a fixed-price with economic-price-adjustment contract for ultra-low-sulfur diesel fuel. Locations of performance are South Carolina, Missouri, Arkansas and Georgia, with an Oct. 31, 2016, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Federal Prison Industries, Inc., Washington, District of Columbia, has been awarded a maximum $9,687,600 modification (P00103) exercising the fourth option period on a one-year base contract (SPM1C1-10-D-F016), with four one-year option periods. This is a firm-fixed-price, indefinite-quantity contract for physical fitness uniform t-shirts. Locations of performance are the Washington, District of Columbia area and Georgia, with a July 11, 2015, performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

AIR FORCE

World Wide Technology, Maryland Heights, Missouri, has been awarded a $6,542,299 firm-fixed-price contract for Medical Systems Infrastructure Modernization Multi-Site Phase II A and B Electronic List of Materials. This requirement is for the purchase of a list of Information Technology Network products such as network power supplies, switches, cables, etc., to be delivered to various CONUS and OCONUS Air Force Medical Treatment Facilities. Work will be performed at Maryland Heights, Missouri, and the items are expected to be delivered by Aug. 7, 2014. This award is the result of a competitive acquisition under AF NETCENTS-2 Products indefinite-delivery/indefinite-quantity contracts, in which 25 offers were solicited and seven offers were received. Fiscal 2012 Defense Health Program other procurement funds, in the amount of $6,542,299, will be obligated at time of award. 773 ESS/PK, San Antonio, Texas, is the contracting activity (FA8732-13-D-0012-RV01).

*Small business

Monday, June 30, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

AIR FORCE

Raytheon Co., Tucson, Arizona, has been awarded a $163,223,113 fixed-price/fixed-price-incentive/cost-plus-incentive contract for Advanced Medium-Range Air-to-Air Missile (AMRAAM) Program Support and Sustainment (PSAS). The PSAS contract provides sustaining engineering, program management, contractor logistics support and accomplishes the diminishing manufacturing sources and material shortage tasks of extending the life of the AMRAAM Central Processing Unit, improving the AMRAAM guidance section within the current performance envelope, and developing applicable test equipment. Work will be performed at Tucson, Arizona, and is expected to be completed by Jan. 31, 2017. This award is the result of a sole source acquisition. This contract has unclassified 45.7 percent foreign military sales service/repair requirements for Saudi Arabia, Korea, Israel, Singapore and United Arab Emirates. Fiscal 2013 missile procurement funds in the amount of $40,588,238, 2014 missile procurement funds in the amount of $18,344,910, fiscal 2014 operations and maintenance funds in the amount of $7,546,463, fiscal 2014 Navy weapons procurement funds in the amount of $19,857,909, and fiscal 2014 Navy operations and maintenance funds in the amount of $2,214,047, for a total of $88,551,568, are being obligated at time of award. Air Force Life Cycle Management Center/EBAK, Eglin Air Force Base, Florida, is the contracting activity (FA8675-14-C-0026).

Lockheed Martin Space Systems Co. Sunnyvale, California, has been awarded a $38,378,116 modification (P00645) to the cost-plus-incentive-fee contract F04701-02-C-0002 for Advanced Extremely High Frequency (AEHF) System Interim Contractor Sustainment Re-vector under cost line item number 0610. The total cumulative face value of the contract is $8,752,571,223. The contract modification is for critical software development for Mission Planning Development for initial operational capability in 2015. Work will be performed at Sunnyvale, California, and El Segundo, California, and is expected to be completed by June 30, 2015. Fiscal 2014 research and development funds in the amount of $11,600,000 are being obligated at time of award. This contract is not a multiyear effort. Space and Missile Systems Center/PKJ, AEHF, Los Angeles Air Force Base, California, is the contracting activity.

Alion Science and Technology Corp., McLean, Virginia, has been awarded a $24,909,860 delivery order (0079) on the Advanced Materials Manufacturing & Testing Information Analysis Center indefinite-delivery/indefinite-quantity cost-plus-fixed-fee contract FA4600-06-D-0003. The contract is for Life Cycle Engineering, Prototyping, Sustainability, and Manufacturing Processes for the Rapid Fielding Directorate. AMMTIAC's objective is to providing greater levels of protection to the most critical subsystems of combat platforms. Work will be performed at Alion Science and Technology Corp.'s facilities and various Air Force locations, and is expected to be completed by Dec. 29, 2016. Fiscal 2014 research, development, test and evaluation funds in the amount of $68,834 are being obligated at time of award. Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity.

The Boeing Co., Seattle, Washington, has been awarded a $11,150,000 firm-fixed-price, time-and-materials and cost-reimbursable contract for E-3 Engineering Services. Work will be performed at Seattle, Washington, and is expected to be completed by May 31, 2017. This is a sole source acquisition. Fiscal 2014 operations and maintenance and foreign military sales (France, United Kingdom, Saudi Arabia and NATO) funds in the amount of $11,150,000 are being obligated at time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8102-14-D-0001).
Hawker Beechcraft Corp., Wichita, Kansas, has been awarded a $7,851,932 firm-fixed-price contract for the purchase of one King Air 350 Extended Range (ER) Aircraft. Work will be performed at Wichita, Kansas, and is expected to be completed by March 30, 2015. This contract will support 100 percent foreign military sales for Iraq. FMS funds in the amount of $7,851,932 are being obligated at time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-14-C-4006).

ARMY

Environmental Chemical Corporation (ECC), Burlingame, California (W912P8-14-D-0028); Ashbritt Environmental, Deerfield, Florida (W912P8-14-D-0029); CrowderGulf, LCC, Theodore, Alabama (W912P8-14-D-0030); Environmental Chemical Corporation (ECC), Burlingame, California (W912P8-14-D-0031); Ceres Environmental Services, Inc.*, Brooklyn Park, Minnesota (W912P8-14-D-0032); and Ashbritt Environmental, Deerfield, Florida (W912P8-14-D-0033), were awarded a $240,000,000 firm-fixed-price contract for advanced contracting imitative debris management services for the United States and its territories. Funding and performance location will be determined with each order, with an estimated completion date of June 29, 2019. Bids were solicited via the Internet with 16 received. U.S. Army Corps of Engineers – New Orleans District, New Orleans, Louisiana, is the contracting activity.

Raytheon Integrated Air Defense Center, Andover, Massachusetts, was awarded a $235,485,020 foreign military sales, firm-fixed-price contract for Phased Array Tracking Radar to Intercept on Target weapon system, procuring 72 radar digital processor upgrade kits: 62 for the United States and 10 for foreign military sales to Kuwait and the Netherlands; it also includes procuring spares for the United States, Kuwait and the Netherlands. Work will be performed in Simsbury, Connecticut (6.30 percent); Andover, Massachusetts (78.90 percent); and Chelmsford, Massachusetts (14.80 percent), with an estimated completion date of March 31, 2017. Bids were solicited via the Internet with one received. Fiscal 2014 other procurement funds in the amount of $115,387,660 are being obligated at the time of the award. Army Contracting Command, Redstone Arsenal –Missile, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-14-C-0002).
The Boeing Company, Mesa, Arizona, was awarded a $135,173,889 foreign military sales, firm-fixed-price contract for Apache foreign military sales post production support services. Work will be performed in Saudi Arabia (80 percent) and Mesa, Arizona (20 percent), with an estimated completion date of Sept. 30, 2019. Bids were solicited via the Internet with one received. Other procurement funds in the amount of $10,878,730 are being obligated at the time of the award. There is no fiscal year attached to the foreign military sales fund. Army Contracting Command, Redstone Arsenal – Aviation, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-14-C-0055).

TRAX International Corp., Las Vegas, Nevada, was awarded a $34,668,877 cost-plus-award-fee modification (P00127) to contract (W9124R-09-C-0003) for non-personal test support services in support of the U.S. Army Yuma Proving Ground, Arizona. This modification allows for performance through Oct. 31, 2014. Fiscal 2014 research, development, test and evaluation funds in the amount of $34,668,877 were obligated at the time of the award. Work will be performed at Yuma, Arizona (99.0 percent) and Fort Greeley, Alaska (1.0 percent), with an estimated completion date of Oct. 31, 2014. Army Contracting Command, Yuma, Arizona, is the contracting activity.

EastCor Engineering, LLC*, Easton, Maryland, was awarded a $29,405,380 cost-plus-fixed-fee contract for Magnum Project advanced research and development and operational field testing and assessments using novel sensor systems for enhanced target detection and location. Funding and performance location will be determined with each order. Estimated completion date is June 29, 2019. Bids were solicited via the Internet with one received. Army Contracting Command, Adelphi Division, Adelphi, Maryland, is the contracting activity (W911QX-14-D-0002).

BAE Systems Land and Armaments, L.P., Santa Clara, California, was awarded a $20,819,031 cost-plus-fixed-fee modification (P00019) to contract (W56HZV-13-C-0018) to exercise 88,619 level of effort hours and dollars for system technical support and sustainment system technical support for the Bradley family of vehicles and multiple launch rocket system carrier. Fiscal 2014 other procurement funds in the amount of $5,753,947; fiscal 2014 other procurement (Army) funds in the amount of $14,100,734; and fiscal 2013 other procurement (Army) funds in the amount of $964,050 were obligated at the time of the award. Work will be performed at Santa Clara, California (91.71 percent); Sterling Heights, Michigan (4.91 percent); and York, Pennsylvania (3.38 percent), with an estimated completion date of Dec. 17, 2015. Army Contracting Command, Tank and Automotive Division, Warren, Michigan, is the contracting activity.
Frontier-Arrowhead JV*, Kansas City, Missouri, was awarded a $17,474,296 firm-fixed-price contract for river repairs to stone navigation structures on the Mississippi River. Work location and funding will be determined with each order, with an estimated completion date of June 30, 2015. Bids were solicited via the Internet with two received. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-14-D-0008).

Welkin Sciences*, Colorado Springs, Colorado, was awarded a $9,909,482 cost-plus-fixed-fee contract for small business innovative research, phase III contract, for advanced communication technologies. Work will be performed in Colorado Springs, Colorado, with an estimated completion date of June 29, 2019. Bids were solicited via the Internet with one received. Fiscal 2014 research, development, test and evaluation funds in the amount of $3,400,000 are being obligated at the time of the award. Army Contracting Command, Aberdeen Division B, Fort Monmouth, New Jersey, is the contracting activity (W56KGU-14-C-0008).
B & B General Contracting Inc*, Oscoda, Michigan, was awarded a $9,631,139 firm-fixed-price contract for repair of parking aprons A01B and A08B at the Combined Readiness Training Center. Work will be performed in Alpena, Michigan, with an estimated completion date of June 30, 2015. Bids were solicited via the Internet with six received. Fiscal 2014 other procurement funds in the amount of $9,631,139 are being obligated at the time of the award. National Guard Bureau – Michigan, Lansing, Michigan, is the contracting activity (W912JB-14-C-2004).

Aerostar SES, LLC*, Oak Ridge, Tennessee, was awarded an $8,832,628 firm-fixed-price contract to conduct improvements to the Jones Oyster-bed Island Dredged Material Containment Area which include, but are not limited to, the installing and removing of a temporary slit fence, site clearing and grubbing, surveying, and completion of a raised front perimeter dike and shoreline protection along the southwest side of Jones Oyster-bed Island. Work will be performed in Jasper County, South Carolina, with an estimated completion date of Aug. 7, 2015. Bids were solicited via the Internet with four received. Fiscal 2014 other procurement funds in the amount of $8,832,628 are being obligated at the time of the award. U.S Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-14-C-0009).

MACNAK Korte Team LLC*, Lakewood, Washington, was awarded a $19,716,709 firm-fixed-price contract to design/build in fiscal year 2014 a 144-person dormitory at Cannon Air Force Base, Curry County, New Mexico. The dormitory will consist of a three-story building complete with associated utilities, storm drainage, communications, electric, HVAC, lighting protection, fire protection/alarm system, paving, sidewalks, curbs, gutters, access drives, exterior lighting, grading, and physical security requirements. The project also will include demolition of existing building 1156. Work will be performed in Clovis, New Mexico, with an estimated completion date of July 7, 2016. Bids were solicited via the internet with four received. Fiscal 2014 military construction funds in the amount of $19,716,709 are being obligated at the time of the award. U.S. Army Corps of Engineers – Albuquerque District, Albuquerque, New Mexico, is the contracting activity (W912PP-14-C-0020).

NAVY

Northrop Grumman Systems Corp, Aerospace Systems, Bethpage, New York, is being awarded a $3,643,333,802 modification to definitize the E-2D Advanced Hawkeye advanced acquisition contract (N00019-13-C-9999) to a multi-year, fixed-price-incentive-firm target contract. In addition, this modification provides for the procurement of 25 full rate production E-2D Advanced Hawkeye aircraft. Work will be performed in St. Augustine, Florida (24.90 percent); Syracuse, New York (20.58 percent); Melbourne, Florida (7.60 percent); El Segundo, California (4.56 percent); Indianapolis, Indiana (4.06 percent); Menlo Park, California (3.90 percent); Rolling Meadows, Illinois (2.30 percent) and various locations
throughout the United States (32.10 percent); and is expected to be completed in August 2021. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $871,766,824 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded a $1,939,160,819 fixed-price-incentive-fee contract for the full rate production of 11 Lot 38 F/A-18E aircraft for the U.S. Navy and 33 EA-18G aircraft for the U.S. Navy (21) and the government of Australia (12). Work will be performed in El Segundo, California (46 percent); St. Louis, Missouri (30 percent); Fort Worth, Texas (2 percent); East Aurora, New York (1.5 percent); Irvine, California (1percent); Ajax, Ontario, Canada (1 percent), and various locations within the United States (18.5 percent), and is expected to be completed in December 2016. Fiscal 2013 and 2014 aircraft procurement (Navy) funds in the amount of $1,405,732,929 and foreign military sales funds in the amount of $533,427,890 are being 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 10 U.S.C. 2304(c)(1) This contract combines purchase for the U.S. Navy ($1,405,732,929; 72.7 percent) and the government of Australia ($533,427,890; 27.3 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-14-C-0032).

Construction Development Services, Inc.*, Norfolk, Virginia (N40085-14-D-8152); Noah Enterprises, Inc.*, Virginia Beach, Virginia (N40085-14-D-8153); Portico Services, LLC*, Manassas, Virginia (N40085-14-D-8154); Syncon, LLC*, Chesapeake, Virginia (N40085-14-D-8155); and Turner Strategic Technologies, LLC*, Norfolk, Virginia (N40085-14-D-8156), are each being awarded an indefinite-delivery/indefinite-quantity multiple-award design-build/design-bid-build contract for construction projects located within the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic Hampton Roads area of responsibility (AOR), primarily for facilities for the Naval Station Norfolk/Naval Support Activity. The maximum dollar value including the base period and four option years for all five contracts combined is $95,000,000. Work provides for, but is not limited to, new construction, renovation, alteration, repairs, site improvement, general construction, electrical, fire protection, mechanical and other associated work on warehouses, training facilities, operational facilities (such as hangers and berthing piers), personnel support and service facilities, utilities, housing facilities and demolition of existing structures and facilities. Syncon, LLC is being awarded task order 0001 at $1,040,970 for the design and construction of Pier 11 power upgrades at Naval Station Norfolk, Norfolk, Virginia. Work for this task order is expected to be completed by January 2016. All work on this contract will be performed within the NAVFAC Mid-Atlantic Hampton Roads AOR, primarily for facilities for the Naval Station Norfolk/Naval Support Activity. The term of the contract is not to exceed 60 months, with an expected completion date of June 2019. Fiscal 2014 military construction (Navy) contract funds in the amount of $1,060,970 are being obligated on this award and will not expire at the end of the current fiscal year. These five contractors may compete for task orders under the terms and conditions of the awarded contract. Future task orders will be primarily funded by military construction (Navy); operation and maintenance (Navy), and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website, with 23 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

John C. Grimberg Company, Inc., Rockville, Maryland, is being awarded firm-fixed-price task order 0008 for $44,200,000 under a multiple award construction contract for design and construction of the Aircraft Prototype Facility Phase II at Naval Air Station Patuxent River. The work to be performed is for the construction of a hangar space for a single large aircraft or up to four smaller aircraft, with concrete pile and grade beam foundation, structural steel frame, insulated metal panel wall system, built-up roofing system over insulated structural metal deck, steel truss roof framing and sliding hangar doors on each end. The project will provide a secure facility, individual secure area(s), aircraft preparation bay and laboratories with equal-sized bays with separate zoning for fire protection alarm system and security systems. Work will be performed at Patuxent River, Maryland, and is expected to be completed by April 2016. Fiscal 2014 non-appropriated funds in the amount of $44,200,000 will be obligated at time of this award. Five proposals were received for this task order. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-10-D-0492).

Hensel Phelps Construction Co., Honolulu, is being awarded a $26,615,298 firm-fixed-price contract for the construction of a Submarine Production Support Facility at Joint Base Pearl Harbor-Hickam. The contract also contains two unexercised options, which if exercised would increase cumulative contract value to $28,870,298. Work will be performed in Oahu, Hawaii, and is expected to be completed by August 2017. Fiscal 2014 and fiscal 2010 military construction (Navy) funds in the amount of $26,615,298 are being obligated at time of this award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with three proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-14-C-1304).

The Boeing Co., St. Louis, Missouri, is being awarded an undefinitized contract action against a previously awarded cost-plus-incentive Fee contract (N00019-11-C-0036) with a not-to-exceed value of $22,200,000 for production of F/A-18E/F Infrared Search and Track Engineering Development Model systems and support equipment. Work will be performed in St. Louis, Missouri (58 percent), and Orlando, Fla. (42 percent), and is expected to be completed in September 2015. Fiscal 2014 research, development, test and evaluation (Navy) funds in the amount of $3,501,815 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, Maryland, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $18,369,619 modification to a previously awarded fixed-price-incentive (firm target) contract (N00019-11-C-0083) for the procurement and delivery of electronic components needed to support F-35 production, sustainment, and operations and maintenance requirements. Work will be performed in Fort Worth, Texas, and is expected to be completed in March 2016. Fiscal 2012 and 2014 aircraft procurement, Navy and Air Force funds, and fiscal 2014 operations and maintenance, Navy and Air Force funds, in the amount of $18,369,619 will be obligated at time of award, of which $15,399,162 will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($9,346,195; 51 percent); U.S. Navy ($7,135,231; 39 percent); and international partners ($1,888,193; 10 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DPR Hardin Construction Company-LLC / Whitesell-Green, Inc., JV, Atlanta, is being awarded a firm-fixed-price task order 0010 for $14,810,000 under a multiple award construction contract for design, construction and renovation of the Navy Exchange Service Command Headquarters in Virginia Beach. The task order also contains five unexercised options, which if exercised would increase cumulative task order value to $16,286,000. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by September 2016. Fiscal 2014 non-appropriated funds in the amount of $14,810,000 are being obligated at the time of this award, none of which will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-10-D-5333).
Choctaw Manufacturing Defense Contractor,* McAlester, Oklahoma, is being awarded $14,247,484 for firm-fixed-price delivery order 0014 under an existing indefinite-delivery/indefinite-quantity contract for the purchase of 626 Medium Tactical Vehicle Replacement Modular Production Trailers and Water Dispensing System production units; training, provisioning data, and program support. Work will be performed in McAlester, Oklahoma, and is expected to be completed by Aug. 31, 2015. Fiscal 2012 procurement (Marine Corps) funds in the amount of $5,314,267 and fiscal 2012 procurement (Marine Corps) overseas contingency operations funds in the amount of $8,933,217 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(5). Choctaw Manufacturing Defense Contractor is a Native American owned, Small Business Administration 8 (a)-certified company. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-09-D-5024).

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded a $14,000,000 firm-fixed-price delivery order (#4004) against a previously issued basic ordering agreement (N00019-14-G-0004). This order provides for non-recurring efforts to incorporate the Engineering Change Proposal 4330AU into the Royal Australian Navy MH-60R aircraft for the government of Australia under the Foreign Military Sales Program. In addition, this order includes the delivery of 22 Emergency Locator Transmitter kits. Work will be performed in Stratford, Connecticut (90 percent) and West Palm Beach, Florida (10 percent), and is expected to be completed in June 2016. FMS funds in the amount of $14,000,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Corp., Aerospace Systems, Bethpage, New York, is being awarded $10,266,560 for firm-fixed-price delivery order 0010 against a previously issued Basic Ordering Agreement (N68335-10-G-0021) to procure the avionics source data for the future acquisition of depot level operational test program sets. The avionics source data consists of a detailed functional description document package and system synthesis model report for each avionics unit under test in support of the E-2D Advanced Hawkeye aircraft. Work will be performed in Bethpage, New York, and is expected to be completed in December 2016. Fiscal 2013 and 2014 aircraft procurement (Navy) funds in the amount of $10,266,560 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

BAE Systems Land & Armaments, Santa Clara, California, is being awarded a $7,882,132 modification to previously awarded contract (M67854-13-F-0009) to understand the risks and assist the government in determining the best approach for developing a High Waterspeed Amphibious Combat Vehicle (ACV). Detailed trade studies, requirements studies, operational effectiveness analyses and initial concept design results have been reported to Marine Corps leadership and the assistant secretary of the Navy research, development and acquisition. The contractors will continue these studies as they relate to flexibility and modularity requirements and the impacts to derived system specification requirements. This modification includes options which, if exercised, would bring the cumulative value of the modification to $17,190,479. Work will be performed in Santa Clara, California (80 percent); Sterling Heights, Michigan (11 percent); Stafford, Virginia (6 percent) Aiken, South Carolina (2 percent); and York, Pennsylvania (1 percent), and work is expected to be completed October 2014. With exercised options, work will continue through April 2015. Fiscal 2014 research, development, test and evaluation funds in the amount of $7,882,132 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

Millennium Engineering and Integration Co., Arlington, Virginia, is being awarded a $7,528,016 cost-plus-fixed-fee contract to provide mission planning, test execution and operations, data analysis and reporting, software and hardware maintenance/upgrades, and communications and facilities engineering in support of Missile Defense Communications and Operations Node systems in support of the Aegis Ballistic Missile Defense Program. Work will be performed in Kauai, Hawaii (65 percent); Pearl Harbor, Hawaii (6 percent); Colorado Springs, Colorado (6 percent); Huntsville, Alabama (4 percent); Wallops Island, Virginia (3 percent); San Diego, California (3 percent); Vandenberg Air Force Base, California (3 percent); Washington, District of Columbia (2 percent); Columbia, Maryland (2 percent); Tucson, Arizona (2 percent); Arlington, Virginia (2 percent); Dahlgren, Virginia (2 percent), and is expected to be completed by June 2017. Fiscal 2014 research, development, test and evaluation funding in the amount of $460,000 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with FAR 6.302-1 (a)(2) and DFARS 206.302-1. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-14-C-2006).

General Dynamics Information Technology, Fairfax, Virginia, is being awarded a $7,346,539 modification to previously awarded M67854-13-F-0010 to understand the risks and assist the government in determining the best approach for developing a High Waterspeed Amphibious Combat Vehicle. Detailed trade studies, requirements studies, operational effectiveness analyses and initial concept design results have been reported to Marine Corps leadership and the assistant secretary of the Navy research, development and acquisition. The contractors will continue these studies as they relate to flexibility and modularity requirements and the impacts to derived system specification requirements. This modification includes options which, if exercised, would bring the cumulative value of the modification to $15,901,781. Work will be performed in Sterling Heights, Michigan (96 percent) and Suffolk, Virginia (4 percent), and work is expected to be completed October 2014. With exercised options, work will continue through April 2015. Fiscal 2014 research, development, test and evaluation funds in the amount of $7,346,539 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.
Northrop Grumman Corp., Integrated Systems, Bethpage, New York, is being awarded a $6,700,000 modification to a delivery order (252) placed against a previously issued basic order agreement (N00019-10-G-0004) for two spare engines in support of the E-2D Advanced Hawkeye. Work will be performed in Indianapolis, Indiana (90 percent) and Bethpage, New York (10 percent), and is expected to be completed in September 2015. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $6,700,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Pocono ProFoods,** Stroudsburg, Pennsylvania, has been awarded a maximum $79,800,000 fixed-price with economic-price-adjustment for prime vendor food and beverage support. This contract was a competitive acquisition, and two offers were received. Location of performance is Pennsylvania. This is a two-year base contract with one one-year option and one two-year option period. Using military services are Army, Navy, Air Force, Marine Corps, job corps and detention centers. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3011).

Buckeye Terminals, LLC, Emmaus, Pennsylvania, has been awarded a minimum $42,533,000 firm-fixed-price for fuel storage services. This contract was a competitive acquisition and four offers were received. Locations of performance are Pennsylvania and New Jersey. This is a four-year six-month base contract with no option periods. Using service is Department of Energy. Type of appropriation is fiscal 2014 through fiscal 2019 Department of Energy funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-C-5419).

Renzi Bros. Inc.,* Watertown, New York, has been awarded a maximum $33,600,000 fixed-price with economic-price-adjustment, for prime vendor food and beverage support. This contract was a competitive acquisition, and three offers were received. Location of performance is New York. This is a two-year base contract with one one-year option and one two-year option. Using military services are Army and Air Force. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3012).
Global Companies, LLC, Waltham, Massachusetts, has been awarded a minimum $24,300,000 firm-fixed-price for fuel storage services. This contract was a competitive acquisition and four offers were received. Location of performance is Massachusetts. This is a four-year six-month base contract with no option periods. Using service is Department of Energy. Type of appropriation is fiscal 2014 through fiscal 2019 Department of Energy funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-C-5420).
BP Products North America, Chicago, Illinois, has been awarded a minimum $21,465,000 firm-fixed-price for fuel storage services. This contract was a competitive acquisition and four offers were received. Locations of performance are Illinois and New Jersey. This is a four-year six-month base contract with no option periods. Using service is Department of Energy. Type of appropriation is fiscal 2014 through fiscal 2019 Department of Energy funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-C-5418).

MISSILE DEFENSE AGENCY

Raytheon Missile Systems Co., Tucson, Arizona is being awarded a $50,239,866, modification (P00023) to previously awarded contract HQ0276-13-C-0001 for the procurement of material, fabrication, test and delivery of 52 SM-3 Block IB missiles and related support efforts. This modification increases the total contract value from $960,167,394 to $1,010,407,260. The work will be performed in Tucson, Arizona, with an expected completion date of Feb. 8, 2017. This modification definitizes the previously awarded undefinitized contract action (effective Jan. 9, 2014 for a value of $506,178,300). Fiscal 2014 defense-wide procurement in the amount of $152,625,839 is being obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

Raytheon Co, Integrated Defense Systems, Woburn, Massachusetts, has been awarded an estimated $14,521,358 modification (P00037) to previously awarded contract HQ0147-12-C-0014 for Object Classification (OC) requirement database enhancements and deployment. The modification brings the total cumulative face value of the contract to $205,098,422 from $190,531,002. Work will be performed at Woburn, Massachusetts, with an expected completion date of Oct. 31, 2017. Fiscal 2014 research, development, test and evaluation funds in the amount of $3,076,446 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.
*Small business

**Woman-owned small business


Search This Blog

Translate

White House.gov Press Office Feed