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

Tuesday, August 12, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR AUGUST 12, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
DEFENSE LOGISTICS AGENCY
Golden Manufacturing Company Inc.,* Golden, Mississippi, has been awarded a maximum $36,716,648 modification (P00104) exercising the first option period on a one-year base contract (SPM1C1-13-D-1063) with four one-year option periods. This is a firm-fixed-price contract for various types of Permethrin Army combat uniform coats. Locations of performance are Mississippi and Georgia, with an Aug. 14, 2015, performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
Puerto Rico Apparel Manufacturing Corp.(PRAMA),* Mayaguez, Puerto Rico, has been awarded a maximum $15,938,573 modification (P00104) exercising the first option period on a one-year base contract (SPM1C1-13-D-1065) with four one-year option periods. This is a firm-fixed-price contract for various types of Permethrin Army combat uniform coats. Locations of performance are Puerto Rico and Mississippi, with an Aug. 14, 2015, performance completion date. Using service is Army. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
CORRECTION: The contract announced on Aug. 5, 2014, for Parker Hannifin Corp., Irvine, California (SPE4AX-14-D-9413), for a $238,050,000 firm-fixed-price contract in support of multiple aviation weapon systems, was announced with an incorrect award date. The correct award date is Aug. 11, 2014.
DEFENSE THREAT REDUCTION AGENCY
Quanterion Solutions Inc.,* Utica, New York, is being awarded a $25,370,000 indefinite-delivery/indefinite-quantity contract to provide services for the operations of the Defense Threat Reduction Information Analysis Center (DTRIAC), located at Kirtland Air Force Base, New Mexico, and the support office at Fort Belvoir, Virginia. Services include conducting analytical activities, preserving and expanding the knowledge base, providing research related to DTRA mission areas, conducting outreach to the chemical, biological, radiological, nuclear and explosive community on combating weapons of mass destruction topics, and maintaining the information technology readiness and innovation potential to further advance information sharing. The DTRIAC manages a vast collection of unclassified and classified knowledge bases. The DTRIAC acquires digests, analyzes, evaluates, synthesizes stores, publishes, and disseminates scientific and technical information related to all DTRA mission areas. This procurement was posted on the Federal Business Opportunities website and five offers were received. Funding and work location will be determined with each order, with an estimated completion date of Aug. 11, 2019.Work will be performed at Kirtland Air Force Base, New Mexico; Fort Belvoir, Virginia; and Utica, New York. The contracting activity is the Defense Threat Reduction Agency, Fort Belvoir, Virginia (HDTRA1-14-D-0009).
ARMY
Fraser Volpe*, Warminster, Pennsylvania, was awarded a $16,000,000 modification (P00003) to contract W15QKN-13-D-0041 to acquire 1,306 M25E1 stabilized binoculars. Funding and work location will be determined with each order. Estimated completion date is Feb. 26, 2018. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.
NI Industries Inc., Rock Island, Illinois, was awarded a $6,711,000 firm-fixed-price contract for ammunition cartridge case manufacturing intellectual property, tooling, gages, miscellaneous inventory items and cartridge cases. Work will be performed in Rock Island, Illinois, with an
estimated completion date of Aug. 31, 2014. One bid was solicited with one received. Fiscal 2014 other procurement funds in the amount of $6,711,000 are being obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity
(W52P1J-14-C-0059). (NOTE: This contract was awarded on July 31, 2014; it was not announced until now due to extenuating circumstances.)
NAVY
Watts Constructors, LLC, Honolulu, Hawaii, is being awarded $14,500,000 for firm-fixed-price task order 0010 under a previously awarded multiple award construction contract (N44255-10-D-5021) to construct a railcar complex at Dry Dock Five, Puget Sound Naval Shipyard and Intermediate Maintenance Facility. The work to be performed provides for all labor, materials and equipment to demolish existing structures, utilities, and paving; construction of a concrete foundation slab supported on drilled shafts and includes replacement/redirection of existing utilities, re-grading/paving around the foundation slab; construction of the Dry Dock Five railcar complex which includes two railcar enclosures, one storage enclosure, three weather enclosures, two stair towers, one vent platform and one vent skid roof. This is a design-bid-build contract. Work will be performed in Bremerton, Washington, and is expected to be completed by October 2015. Fiscal 2013 other procurement (Navy) contract funds in the amount of $14,500,000 are being obligated on this award and will not expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Bremerton, Washington, is the contracting activity.
United States Technologies Inc.*, Fair Lawn, New Jersey, is being awarded a $13,825,350 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to procure up to 5,270 of the various types of AN/ULQ-21technique control modulator circuit card assemblies in support of the Airborne Threat Simulation Organization (ATSO). ATSO develops, integrates, and operationally supports countermeasures and emitter threat simulation systems. Work will be performed in Fair Lawn, New Jersey, and is expected to be completed in August 2019. Fiscal 2014 weapons procurement (Navy); fiscal 2013 research, development, test and evaluation (Air Force and Navy); and fiscal 2013 aircraft procurement (Navy) funds in the amount of $109,935 are being obligated at time of award, $19,960 of which will expire at the end of the current fiscal year. This contract was competitively procured via 100 percent Small Business set-aside electronic request for proposals; two offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-14-D-0023).

*Small business

Monday, August 11, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR AUGUST 11, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
DEFENSE LOGISTICS AGENCY
Valero Marketing and Supply Company, San Antonio, Texas, has been awarded a maximum $491,703,924 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel and naval fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are Texas and California, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0507). (Note: This contract was awarded Aug. 8, 2014.)
ExxonMobile Fuels Lubricants & Specialties Marketing Co., Fairfax, Virginia, has been awarded a maximum $373,923,333 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel and naval fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are Virginia and California, with an Oct. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0489). (Note: This contract was awarded Aug. 8, 2014.)
Equilon Enterprises, doing business as Shell Oil Products US, Houston, Texas, has been awarded a maximum $349,749,657 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are Texas and California, with an Oct. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0490). (Note: This contract was awarded Aug. 8, 2014.)
Petro Star Inc.,* Anchorage, Alaska, has been awarded a maximum $168,337,222 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are Alaska and California, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0501). (Note: This contract was awarded Aug. 8, 2014.)
Hawaii Independent Energy,* Kapolei, Hawaii, has been awarded a maximum $163,945,596 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Location of performance is Hawaii, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0493). (Note: This contract was awarded Aug. 8, 2014.)
Western Refining Company, L.P., El Paso, Texas, has been awarded a maximum $141,583,656 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Location of performance is Texas, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0499). (Note: This contract was awarded Aug. 8, 2014.)
Chevron USA Inc., San Ramon, California, has been awarded a maximum $104,455,466 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are California and Utah, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0506). (Note: This contract was awarded Aug. 8, 2014.)
BP West Coast Products, Blaine, Washington, has been awarded a maximum $59,079,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Location of performance is Washington, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0508). (Note: This contract was awarded Aug. 8, 2014.)
Phillips 66 Company, Bartlesville, Oklahoma, has been awarded a maximum $33,490,878 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are Oklahoma, Texas, and New Mexico, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0492). (Note: This contract was awarded Aug. 8, 2014.)
Epic Aviation LLC,* Salem, Oregon, has been awarded a maximum $12,002,258 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Locations of performance are Oregon and California, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0502). (Note: This contract was awarded Aug. 8, 2014.)
Calumet Montana Refining LLC, Great Falls, Montana, has been awarded a maximum $9,474,317 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This contract was a competitive acquisition with 16 offers received. This is a one-year base contract with a 30-day carry-over period and no option periods. Location of performance is Montana, with a Sept. 30, 2015 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0497). (Note: This contract was awarded Aug. 8, 2014.)
NAVY
General Electric Co., Lynn, Massachusetts, is being awarded a $311,491,670 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0045) for the procurement of 75 Lot 14 F/A-18E/F F414-GE-400 engines and associated devices for U.S. Navy (48 install) and for the government of Australia (24 install and three spare engines). In addition, this modification provides for the procurement of after burner modules, fan modules, high pressure combustor modules, combustor modules, and high and low pressure turbine modules for the U.S. Navy and the government of Australia. Work will be performed in Lynn, Massachusetts (59 percent); Hooksett, New Hampshire (18 percent); Rutland, Vermont (12 percent); and Madisonville, Kentucky (11 percent), and is expected to be completed in September 2016. Fiscal 2013 and fiscal 2014 aircraft procurement (Navy) and foreign military sales funds in the amount of $311,491,642 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the U.S. Navy ($194,856,028; 63 percent) and the government of Australia ($116,635,642; 37 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
PAE Applied Technologies LLC, Fort Worth, Texas, is being awarded a $69,783,348 cost-plus-fixed-fee contract to procure range engineering, and operations and maintenance services in support of the Naval Air Warfare Center Aircraft Division’s Atlantic Test Range and Atlantic Targets and Marine Operations Division. These support services include system operations, laboratory and field testing, marine operations and target support services, engineering, range sustainability, maintenance, data reduction and analysis. Work will be performed in Patuxent River, Maryland, and is expected to be completed in August 2015. Fiscal 2014 Navy working capital funds in the amount of $5,417,240 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals, and two offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-14-C-0038).
G4S Parsons Pacific LLC, Palm Beach Gardens, Florida, is being awarded a $63,561,125 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62742-12-D-3601) to exercise 12 months of the second option period for base operations support services at U.S. Navy Support Facility, Diego Garcia. The work to be performed provides for general management and administration services; command and staff; public safety; air operations; port operations; supply; morale, welfare and recreation support; galley; bachelor quarters; facilities support; utilities; base support vehicles and equipment; and environmental to provide integrated Base Operating Services. The total contract amount after award of this modification will be $175,643,963. Work will be performed in Diego Garcia, British Indian Ocean Territory, and work for this option period is expected to be competed August 2015. Fiscal 2014 operation and maintenance (Navy and Air Force), fiscal 2014 non-appropriated funds and fiscal 2015 (subject to availability) funds in the amount of $45,903,435 are obligated on this award; $23,508,201 will expire at the end of the current fiscal year; $22,395,234 is subject to the availability of funds for the next fiscal year. The Naval Facilities Engineering Command Pacific, Pearl Harbor, Hawaii, is the contracting activity.
Lockheed Martin Mission Systems and Training, Manassas, Virginia, is being awarded a not-to-exceed $59,728,305 modification to a previously awarded contract (N00024-13-C-5225) for the Navy’s fiscal 2014 AN/SQQ-89A(V)15 Surface Ship Undersea Warfare (USW) System and shore site development systems. The AN/SQQ-89A(V)15 is a USW combat system with the capabilities to search, detect, classify, localize and track undersea contacts, and to engage and evade submarines, mine-like small objects and torpedo threats. The contract is for development and production of the Technical Insertion 14 baseline of the AN/SQQ-89A(V)15 USW systems. This contract combines purchases for the U.S. Navy and the government of Japan (25.4 percent) under the Foreign Military Sales Program. Work will be performed in Lemont Furnace, Pennsylvania (56 percent); Syracuse, New York (23 percent); Clearwater, Florida (14 percent); and Owego, New York (7 percent), and is expected to be completed by August 2016. Fiscal 2014 other procurement (Navy);foreign military sales; fiscal 2013, 2014 shipbuilding and conversion (Navy); and fiscal 2014 research and development contract funds in the amount of $29,864,153 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.
G4S Government Solutions Inc., Palm Beach Gardens, Florida, is being awarded a $24,435,969 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operating services at Naval Base Guantanamo Bay. Base operating support services will include family housing, facility management, facility investment, other (swimming pools), custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, base support vehicles and equipment, electrical, wastewater, water, and limited facilities support functions. The maximum dollar value, including the base period and four option years, is $117,844,933. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by November 2015. No funds will be obligated at time of award and no funds will expire at the end of the current fiscal year. Funds will be obligated on individual task orders as they are issued. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-14-D-7999).
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $46,197,710 cost-plus-fixed-fee, fixed-price-incentive firm modification to a previously awarded advance acquisition contract (N00019-13-C-0008) for production non-recurring technical assistance in support of F-35 Lightning II Joint Strike Fighter aircraft for the U.S. Marine Corps, U.S. Air Force, U.S. Navy, and international partners. Work will be performed in El Segundo, California (38 percent); Fort Worth, Texas (24 percent); Samlesbury, United Kingdom (16.5 percent); San Diego, California (14 percent); Orlando, Florida (3.4 percent); Nashua, New Hampshire (2.3 percent); Palmdale, California (1.2 percent); Marietta, Georgia (0.3 percent); Amityville, New York (0.2 percent); Laval, Canada (0.1 percent), and is expected to be completed in May 2017. Fiscal 2012 aircraft procurement (Air Force); fiscal 2013 aircraft procurement (Navy and Marine Corps); and international partner funds in the amount of $46,197,710 are being obligated at time of award, $18,185,731 of which will expire at the end of the current fiscal year. This modification combines purchases for the U.S. Air Force ($18,185,731; 39.3 percent); U.S. Navy ($9,092,864; 19.7 percent); U.S. Marine Corps ($9,092,864; 19.7 percent), and international partners ($9,826,251; 21.3 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting authority.
ARMY
Bristol General Contractors LLC,* Anchorage, Alaska (W912PP-14-D-0021); Grancor Enterprises Inc., Albuquerque, New Mexico (W912PP-14-D-0022); JWC CMS JV, Alamogordo, New Mexico (W912PP-14-D-0023); Rocky Mountain Excavating Inc., Albuquerque, New Mexico (W912PP-14-D-00240); and Sheffield Korte Joint Venture, Lawton, Oklahoma (W912PP-14-D-0025), were awarded a $49,000,000 firm-fixed-price, indefinite- delivery/indefinite-quantity multiple award task order contract to design/build and design-bid-build vertical construction for the Albuquerque District, U.S. Army Corps of Engineers. Funding and work location will be determined with each order with an estimated completion date of Aug. 8, 2016. Bids were solicited via the Internet with 28 received. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity. 
AIR FORCE
Northrop Grumman Technical Services Inc., Hill Air Force Base, Utah, has been awarded a $12,597,184 cost-plus-incentive-fee modification (P04014) to F42610-98-C-0001 for the ICBM Operational Software Sustainment Program (IOSSP). The total cumulative face value of the contract is $9,892,257,714. The contract modification provides for the exercise of option CLIN 7885 for the sustainment of the IOSSP of the ICBM weapon system under the ICBM partial bridge contract. Work will be performed at Hill Air Force Base, Utah, and work is expected to be completed by Sept. 30, 2015. Fiscal 2014 operations and maintenance funds in the amount of $12,030,311 are being obligated at time of award. Air Force Nuclear Weapons Center/PZBE, Hill Air Force Base, Utah, is the contracting activity.
*Small business

Thursday, August 7, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR AUGUST 6, 2014

FROM:  U.S. DEFENSE DEPARTMENT
CONTRACTS
AIR FORCE
Lockheed Martin Corp., Marietta, Georgia, has been awarded a $116,717,704 firm-fixed-price modification (P00001) to FA8625-14-C-6450 for advance procurement funding for long lead parts for production aircraft associated with 14 fiscal 2015 C-130J aircraft. Work will be performed at Marietta, Georgia, and is expected to be completed by June 30, 2015. Fiscal 2014 advance procurement funds in the amount of $116,717,704 are being obligated at time of award. Air Force Nuclear Weapons Center/WLNNC, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
ARMY
Kiewit-Pittman JV, Metairie, Louisiana, was awarded a $65,794,195 firm-fixed-price contract for dredging a new bypass channel; constructing a new flood gate and supporting structures with associated mechanical and electrical systems; and the demolition of existing systems for the Bank Back Levee, Empire Floodgate, in Plaquemines Parish, Louisiana. Work will be performed in Empire, Louisiana, with an estimated completion date of July 27, 2017. Bids were solicited via the Internet with six received. Fiscal 2014 other procurement funds in the amount of $65,794,195 are being obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-14-C-0038).
NAVY
Geomorph Information Systems, LLC,* San Diego, California (N62473-14-D-1422); Gulf South Research Corporation,* Baton Rouge, Louisiana (N62473-14-D-1423); Hercules Joint Venture,* National City, California (N62473-14-D-1424); and Vernadero Group Inc.,* Phoenix, Arizona (N62473-14-D-1425), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for natural resources related services at various Navy and Marine Corps installations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR) and in the states of Oregon and Washington. The maximum dollar value, including the base period and four option years for all four contracts combined, is $50,000,000. Natural resources related services include research, botanical, ornithological, mammal, amphibian, reptile and vertebrate surveys, wetland delineations, biological monitoring, natural resources plans, native plant community planning and restoration, wild land erosion control plans, fire management plans, analysis of the effects of military training or similar extensive land uses on natural resources at species, community, and landscape scale, geographic information system, research on natural resource related topics, and preparation of interpretive materials on natural resources. No task orders are being issued at this time. All work on this contract will be performed within the NAVFAC Southwest AOR which includes California (94 percent); Arizona (1 percent); Colorado (1 percent); Nevada (1 percent); New Mexico (1 percent); Oregon (1 percent); and Washington (1 percent). The term of the contract is not to exceed 60 months with an expected completion date of August 2019. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $20,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with 11 proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $21,235,744 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-11-D-0004) to provide AIM-9X Sidewinder mission support and sustainment activities for the U.S. Air Force, U.S. Navy, and the governments of Singapore, Australia, Denmark, Finland, Turkey, South Korea, Switzerland, Saudi Arabia, and Poland. Work will be performed in Tucson, Arizona, and is expected to be completed in August 2015. Funds are not being obligated at time of award; funds will be obligated on individual delivery orders as they are issued. This contract combines purchases for the U.S. Air Force ($8,511,899; 40.08 percent); U.S. Navy ($8,501,000; 40.03 percent); and the governments of Singapore ($469,205; 2.21 percent); Australia ($469,205; 2.21 percent); Denmark ($469,205; 2.21 percent); Finland ($469,205; 2.21 percent); Turkey ($469,205; 2.21 percent); South Korea ($469,205; 2.21 percent); Switzerland ($469,205; 2.21 percent); Saudi Arabia ($469,205; 2.21 percent); and Poland ($469,205; 2.21 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
PAE Applied Technologies, LLC, Fort Worth, Texas, is being awarded an $8,728,547 cost-plus-fixed-fee contract to procure support services for air vehicle modification and instrumentation efforts, to include design, engineering, acquisition, integration, installation, operational support and in-service engineering. Work will be performed in Patuxent River, Maryland, and is expected to be completed in March 2015. Fiscal 2014 Navy working capital funds in the amount of $1,560,000 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 to10 U.S.C. 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-14-C-0045).
DEFENSE LOGISTICS AGENCY
Draeger Medical, Inc., Telford, Pennsylvania, has been awarded a maximum $60,000,000 fixed-price with economic-price-adjustment contract for patient monitoring systems, subsystems and components. This contract was a competitive acquisition with eight offers received. This is a one-year base contract with nine one-year option periods. Location of performance is Pennsylvania with an Aug. 5, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-14-D-0004).
Sopakco Packaging,* Mullins, South Carolina, has been awarded a maximum $23,874,720 fixed-price with economic-price-adjustment, indefinite-quantity contract for tailored operational training meals. A competitive contract with three offers received, this is a five-year base contract with no option periods. Location of performance is South Carolina with an Aug. 6, 2019, performance completion date. Using military services are Army and Navy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-14-D-Z012).
The Wornick Company, Cincinnati, Ohio, has been awarded a maximum $12,919,200 fixed-price with economic price adjustment, indefinite-quantity contract for tailored operational training meals. A competitive contract with three offers received, this is a five-year base contract with no option periods. Location of performance is Ohio with an Aug. 6, 2019, performance completion date. Using military services are Army and Navy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-14-D-Z011).
Valley Apparel,* Knoxville, Tennessee, has been awarded a maximum $7,549,725 firm-fixed-price contract for various men’s cold weather and summer flyers’ jackets. This is a competitive contract with three offers received. This is a one-year base contract with three one-year option periods. Location of performance is Tennessee with an Aug. 6, 2015, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-14-D-1067).
U.S. TRANSPORTATION COMMAND
MCR Federal, LLC, McLean, Virginia, was awarded a $15,481,427 indefinite-delivery/ indefinite-quantity contract for comprehensive financial support services. This contract provides for financial management and analysis, program cost analysis, operational cost analysis, billing rate development, billing and revenue, resource advisor (budget), command initiatives and business processes, financial systems analyst familiar with configuration and implementation of Enterprise Resource Planning Systems, Financial Improvement Audit Readiness, quality assurance/internal controls, accounting analysis, and analytical expertise using data analysis tools for data marts and cubes to analyze financial and logistics information. Work will be performed at Scott Air Force Base, Illinois, with an expected completion date of July 31, 2015. Fiscal 2014 transportation working capital funds in the amount of $1,910,591 are being obligated at time of award; the remainder will be obligated on individual task orders. This contract was a competitive acquisition and four offers were received. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity (HTC711-14-D-D004).
*Small business

Wednesday, August 6, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR AUGUST 5, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
DEFENSE LOGISTICS AGENCY
Parker Hannifin Corp., Irvine, California, has been awarded a maximum $238,050,000 firm-fixed-price contract in support of multiple aviation weapon systems. This is a sole-source contract. This is a five-year base contract with one five-year option period. Locations of performance are California, Florida, Georgia, Massachusetts, Michigan, New York, Ohio and South Carolina, with a July 31, 2019, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and the Defense Logistics Agency. Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation Huntsville, Redstone Arsenal, Alabama (SPE4AX-14-D-9413).
NAVY
Raytheon Missile Systems, Tucson, Arizona, is being awarded a $43,991,627 modification to a previously awarded cost-plus-fixed-fee contract (N00019-12-C-2002) for the design, development, and engineering analysis of the AIM-9X Block II Missile System for the U.S. Navy, U.S. Air Force, and the governments of Turkey, Oman, Belgium, Netherlands, Singapore, Malaysia, and Morocco. This modification includes the necessary replacements for the AIM-9X Control Actuation System, inertial measurement unit, electronics unit processor and improvements in insensitive munitions performance in the hardware development and Operational Flight Software versions 9.4X, 9.15X and 10.X. Work will be performed in Tucson, Arizona (91.6 percent); Minneapolis, Minnesota (6.5 percent); Pinellas Park, Florida (1.3 percent); and Andover, Massachusetts (0.6 percent), and is expected to be completed in July 2015. Fiscal 2014 research, development, test and evaluation (Navy and Air Force) funds and Foreign Military Sales funds in the amount of $22,092,354, will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($23,620,000; 53.7 percent); U.S. Navy ($8,155,233; 18.5 percent); and the governments of Turkey ($4,095,000; 9.3 percent); Oman ($2,590,000; 5.9 percent); Belgium ($2,100,000; 4.8 percent); Netherlands ($1,680,000; 3.8 percent); Singapore ($980,000; 2.2 percent); Malaysia ($701,394; 1.6 percent); and Morocco ($70,000; 0.2 percent) under the Foreign Military Sales Act. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $25,648,075 modification to a previously awarded contract (N00024-08-C-2110) for the detailed design and construction efforts to support the Gerald R. Ford (CVN 78) construction. Huntington Ingalls Inc. will complete the detailed design and construction efforts of 40 headquarters modification requisition changes to CVN 78. These efforts include: structure and outfitting construction, installation and integration of government furnished material, non-recurring engineering, drawing and work package development, advanced planning, design weight estimate, production planning, test and evaluation, and other efforts necessary to support construction. Work will be performed in Newport News, Virginia, and is expected to be completed by September 2015. Fiscal 2008, 2009, 2010, 2011 shipbuilding and conversion (Navy) contract funds in the amount of $9,038,931 will be obligated at contract award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Virginia, is the contracting activity.
Triton Marine Construction Corp., Bremerton, Washington, is being awarded a $17,866,411 firm-fixed-price contract for structural repairs to Piers 2 and 15 at Naval Submarine Base New London. The work to be performed provides for repairs to above and below deck deterioration, structural jacketing of steel piles, repair/replacement of pier fendering systems, repair of double bitts and bases, repair of longitudinal concrete beams and pile caps, coating of mooring hardware and seal coating of the pier decks. Work will be performed in Groton, Connecticut, and is expected to be completed by February 2016. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $17,866,411 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with six proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-14-C-5204).
ARMY
Mike Hooks, Inc., Westlake, Louisiana, was awarded a $19,530,000 firm-fixed-price contract for maintenance dredging Calcasieu River and pass, mile 5.0 to mile 15.0, and Sabine Unit 1A and Devil’s Elbow, in Calcasieu and Cameron Parishes, Louisiana. Work will be performed in Lake Charles, Louisiana, with an estimated completion date of May 25, 2015. Bids were solicited via the Internet with three received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $14,789,316, and fiscal 2014 other funds in the amount of $4,740,682, are being obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-14-C-0047).

Wednesday, July 30, 2014

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

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

Tuesday, July 29, 2014

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

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

Friday, July 25, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

ARMY

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

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

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

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

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

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

NAVY

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

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

DEFENSE LOGISTICS AGENCY

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

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

AIR FORCE

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

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

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

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

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

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

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

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

Search This Blog

Translate

White House.gov Press Office Feed