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

Thursday, June 5, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT

CONTRACTS

MISSILE DEFENSE AGENCY

Lockheed Martin Space Systems Co., Huntsville, Alabama, has been awarded a maximum $134,173,537 modification (P00013) to the previously awarded firm-fixed-price and cost-plus-fixed-fee contract HQ0147-14-C-0004 for highly specialized services to support Ballistic Missile Defense System flight test activities using the contractor’s developed target hardware. Work will be performed at several contractor facilities and government test sites with an expected completion date of Dec. 8, 2018. Fiscal 2014 research, development, test and evaluation funds in the amount of $8,000,000 were obligated at the time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

ARMY

The Ross Group Construction Corp. Tulsa, Oklahoma was awarded a $16,645,200 firm-fixed-price contract with options for the construction of the KC-46A Fuselage Trainer Flight Training Center and the Fuselage Trainer at Altus AFB, Altus, Oklahoma. Option four for sidewalks and landscaping will be exercised at time of award in the amount of $54,800. Option five for additional concrete parking stalls will be exercised at time of contract award in the amount of $34,100. The estimated completion date is Oct. 5, 2015. Bids were solicited via the Internet with seven received. Fiscal 2014 military construction funds in the amount of $16,645,200 are being obligated at the time of the award. Army Corps of Engineers, Tulsa Oklahoma is the contracting activity (W912BV-14-C-0015).
RANCO Construction,* Southampton, New Jersey was awarded a $8,783,220 firm-fixed-price contract with options for the construction of a new central issuing facility at Joint Base McGuire-Dix-Lakehurst, New Jersey with an estimated completion date of Nov. 12, 2015. Bids were solicited via the Internet with eight received. Fiscal 2011 military construction (Army Reserve) funds in the amount of $820,411; fiscal 2014 military construction (Army Reserve) funds in the amount of $7,273,808; and 2014 operations and maintenance funds in the amount of $689,000 are being obligated at award. Army Corps of Engineers, Louisville, Kentucky is the contracting activity (W912QR-14-C-0021).

NAVY

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded a $113,379,349 cost-plus-incentive-fee modification to a previously awarded advance acquisition contract (N00019-13-C-0016) for operations and maintenance support; non-recurring and recurring engineering sustainment, site activation, and depot activation work in support of Low Rate Initial Production Lot VIII F135 propulsion systems. This effort will include maintenance and repair of operational assets; procurement of initial support equipment; packing handling storage and transportation material; fleet management; item management; joint technical data; sustaining engineering; production support; site activation preparation for initial operations; and depot engineering, repair development, inspection limits development for engine depot stand-up and support. Work will be performed in East Hartford, Connecticut (63 percent); Indianapolis, Indiana (25 percent); and Bristol, United Kingdom (12 percent); and is expected to be completed in March 2017. This contract combines purchases for the U.S. Air Force ($50,035,487; 44.1 percent); the U.S. Navy/Marine Corps ($50,381,959; 44.4 percent); and international partners ($12,961,903; 11.5 percent). Fiscal 2012, 2013 and 2014 aircraft procurement (Navy, United States Marine Corp, and United States Air Force) and international partner funds in the amount of $113,379,349 will be obligated at time of award, of which $58,703,576 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., Seattle, Washington, is being awarded a $28,688,558 modification to a previously awarded cost-plus-fixed-fee contract (N00019-04-C-3146) for the design, development, fabrication, installation and testing of the airworthiness cabin equipment and support testing to the existing P-8A Poseidon Test aircraft. Work will be performed in Patuxent River, Maryland (58 percent); Seattle, Washington (34 percent); and Huntsville, Alabama (8 percent), and is expected to be completed in December 2016. No funding will be obligated at time of award. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Orlando, Florida, is being awarded a $20,000,000 ceiling-priced indefinite-delivery/indefinite-quantity contract to provide sustaining engineering services in support of the Consolidated Automated Support System family of testers. Work will be performed in Orlando, Florida (93.85 percent) and Fredericksburg, Virginia (6.15 percent), and is expected to be completed in June 2019. No funds are being obligated at time of award. Funds will be obligated against individual delivery orders as they are issued. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N68335-14-D-0009).

G4S-SJC LLC, Fort Worth, Texas, is being awarded a $19,835,665 firm-fixed-price contract for pier repairs at the United States Navy Support Facility, Diego Garcia. The work to be performed provides for repair of failing timber pile fender system and appurtenances, deteriorating sections of the concrete pier deck, and replacement of impressed current cathodic protection for in-water steel piles with passive anode cathodic protection system at the petroleum oil lubricant pier. Work will be performed in Diego Garcia, British Indian Ocean Territories, and is expected to be completed by April 2016. Fiscal 2014 working capital funds (defense agencies) contract funds in the amount of $19,835,665 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 three proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-14-C-1306).

BAE Systems San Francisco Ship Repair, San Francisco, California, is being awarded a $10,354,523 firm-fixed-price contract for a 58-calendar day regular overhaul and dry docking availability of USNS Wally Schirra (T-AKE 8). Work will include inspection of the propeller shaft and stern tube, bow thruster repairs, installation of the cloropac unit, upgrades to the electronic chart display and information system radar, underwater hull cleaning and painting, modification to the anchor windlass foundation and removal, repair and re-installation of hazardous material containers. Schirra’s primary mission is to operate as part of a carrier strike group providing fuel, ammunition and dry and refrigerated stores to U.S. Navy ships at sea, enabling them to remain underway for extended periods. This contract includes options which, if exercised, would bring the cumulative value of this contract to $13,096,898. Work will be performed in San Francisco, California, and is expected to be completed by October 2014. Working capital contract funds in the amount of $10,354,523 are obligated for fiscal 2014, and will expire at the end of the current fiscal year. This contract was competitively procured 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-3006).

Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded an $11,916,219 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0004) for the upgrade of the E-6B Mercury Weapon System Trainer. Work will be performed in Richardson, Texas (60 percent) and Binghamton, New York (40 percent), and is expected to be completed in February 2017. Fiscal 2012 and 2013 aircraft procurement (Navy) funds in the amount of $11,916,219 are being obligated on this award, $9,032,494 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

AIR FORCE

Alion Science and Technology, Burr Ridge, Illinois (FA8075-14-D-0014); Battelle Memorial Institute, Columbus, Ohio (FA8075-14-D-0015); Booz Allen Hamilton, McLean, Virginia (FA8075-14-D-0016); EOIR Technologies, Inc., Fredericksburg, Virginia (FA8075-14-D-0017); Georgia Tech Research Institute, Atlanta, Georgia (FA8075-14-D-0018); MacAulay-Brown, Inc., Dayton, Ohio (FA8075-14-D-0019); Mantech TSG-2 Joint Venture, Fairfax, Virginia (FA8075-14-D-0020); Prescient Edge Corporation, McLean, Virginia (FA8075-14-D-0021); Strategic Analysis, Inc., Arlington, Virginia (FA8075-14-D-0022); TASC, Inc., Andover, Maryland (FA8075-14-D-0023); URS Federal Services, Inc., Germantown, Maryland (FA8075-14-D-0024); and Wyle Laboratories, Inc., Huntsville, Alabama (FA8075-14-D-0025) have been awarded a maximum $3,000,000,000 cost-plus-fixed-fee, firm-fixed-price, multiple-award, indefinite-delivery/indefinite-quantity contract for Defense Systems Technical Area Tasks (DS TATs). The DS TATs contracts will provide research, development, test and evaluation, and advisory and assistance services related to research and development efforts for technical area tasks within the Advanced Materials; Autonomous Systems; Directed Energy; Energetics; Military Sensing; Non-Lethal Weapons and Information Operations; Reliability, Maintainability, Quality, Supportability, and Interoperability; Survivability and Vulnerability; and Weapons Systems focus areas. Location of performance will be cited on individual task orders. Generally, work will be performed at government facilities, and the period of performance is five years. The ordering period is a one year basic period with four one-year option periods with work expected to be completed by June 2019 if all option periods are exercised. Individual task orders, obligating fiscal 2014 research and development funds, will be issued against the basic contracts, in order to meet the minimum order guarantee of $2,500. The multiple-award contracts were competitively procured by full and open competition along with a partial small business set-aside via the Federal Business Opportunities website with 12 offers received. The Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity.

Lockheed Martin Space Systems Co., King of Prussia, Pennsylvania, has been awarded a $452,000,000 indefinite-delivery/indefinite-quantity contract for reentry system/reentry vehicles (RS/RV) subsystem support. The acquisition provides sustaining engineering, maintenance engineering, aging surveillance, modification of systems and equipment, software maintenance, developmental engineering, production engineering, and procurement of the MMIII RS/RV subsystem and related support equipment. Work will be performed at King of Prussia, Pennsylvania, and other various sites to include Hill Air Force Base, Utah, and is expected to be complete by June 4, 2022. This award is the result of a sole-source acquisition. Fiscal 2014 operations and maintenance funds in the amount of $5,983,062 for task order 0001 are being obligated at time of award. Air Force Nuclear Weapons Center/PZBF, Hill AFB, Utah, is the contracting activity (FA8214-14-D-0002).

Parsons Government Support Services Inc., Dallas, Texas, has been awarded a $7,107,395 modification (P00043) for FA8501-08-C-0024 to exercise a 12-month option for continuation of ground support equipment maintenance services from July 1, 2014 through June 30, 2015. The total cumulative face value of the contract is $51,568,279. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed by June 20, 2015. This acquisition is being funded by Defense Maintenance Activity Group appropriations in the amount of $7,107,395 at time of exercise of option. Air Force Systems Center/PZIOA, Robins AFB, Georgia, is the contracting activity.

Essex Electro Engineers, Inc., Schaumburg, Illinois, has been awarded a $6,658,080 firm-fixed-price delivery order (0002) against indefinite delivery requirements contract, FA8533-11-D-0005 for the purchase of 72kW Generators. The 72kW Ground Power Unit (GPU) is used to provide 400Hz, 28VDC, and 270 VDC power for various aircraft maintenance tasks on Air Force aircraft. The GPU is a stand-alone, trailer mounted, self-contained unit capable for providing external ground power to the following aircrafts: C-130, C-17, C-5, B1B, B-2, F-22, F-35, A-10, KC-135, B-52, and secondary power for the F-15 and F-16. Work will be performed at Schaumburg, Illinois and is expected to be completed by Jan. 30, 2016. This order is being placed against basic contract FA8533-11-D-0005 which was the result of a full and open competitive acquisition in which seven proposals were received. Fiscal 2014 operations and maintenance funds in the amount of $6,658,080 are being obligated at time of award. Air Force Life Cycle Management Center/WNKBBB, Robins Air Force Base, Georgia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

UPDATE: Shannon Chastain Enterprises Incorporated,* Eatonton, Georgia (SPE8EC-14-D-0009) has been added as an awardee to the multiple award contract issued against solicitation #SPM8EC-11-R-0003 announced Aug. 4, 2011.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded a maximum $10,043,483 modification (P00004) exercising the option one period on a seven-month base contract (HR0011-14-C-0010) with one 17-month option period for air-vehicle design to meet the objective of the DARPA Vertical Take-Off and Landing experimental aircraft (X-Plane) program. This is a cost reimbursement no-fee contract. Location of performance is Stratford, Connecticut, (53 percent) and Palmdale, California, (47 percent) with a Nov. 5, 2015, performance completion date. Type of appropriation is fiscal 2014 through fiscal 2015 research, development, test and evaluation. The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Virginia.

*Small Business

Monday, April 7, 2014

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

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

NAVY

Thales Defense & Security Inc., Clarksburg, Md., is being awarded a $38,527,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Optimized Top Owl (OTO) Helmet Mounted Sight and Display (HMSD) Sustainment Capability services for the H-1 Aircraft program. This contract includes the facility, labor, materials, parts, test and tooling equipment required for the OTO repair capabilities transition plan from Bordeaux, France to the United States. In addition, this contract includes all maintenance, support activities, repairs, calibrations and technical data required to return the OTO HMSD associated items to a ready for issue condition. Work will be performed in Clarksburg, Md., and is expected to be completed in April 2019. Fiscal 2014 Navy working capital funds in the amount of $1,846,908 are being obligated on this 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 Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-14-D-0014).
Raytheon Missile Systems, Tucson, Ariz., is being awarded a $9,595,524 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, the U.S. Navy, and the governments of Singapore, Australia, Denmark, Finland, Turkey, South Korea, Switzerland, Saudi Arabia, and Poland under the Foreign Military Sales Program. Work will be performed in Tucson, Ariz., and is expected to be completed in April 2015. Funds are not 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, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Wolverine World Wide Inc., Rockford, Mich., has been awarded a maximum $14,955,649 modification (P00102) exercising the third option period on a one-year base contract (SPM1C1-11-D-1045) with four one-year option periods for men’s and women’s safety boots. This is a firm-fixed-price contract. Location of performance is Michigan with an April 7, 2015 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

MISSILE DEFENSE AGENCY

Lockheed Martin Mission Systems and Training, Moorestown, N.J., has been awarded a $13,684,749 modification (number P00138) to contract HQ0276-10-C-0001 for support of advanced concepts initiatives by the Aegis Ballistic Missile Defense Program Office to identify technology for introduction into present and future Aegis Ballistic Missile Defense Baselines/Spirals. This modification brings the total cumulative face value of the contract to $1,788,932,405 from $1,775,247,656. Work will be performed at Moorestown, N.J., with an expected completion date of June 30, 2014. Fiscal 2014 research, development, test and evaluation funds in the amount of $13,684,749 are being obligated at time of award. The Missile Defense Agency, Dahlgren, Va., is the contracting activity.

ARMY

Lockheed Martin, Liverpool, N.Y., was awarded a $9,085,206 modification (P00092) to contract W15P7T-06-C-T004 for interim contractor services required to continue support of the AN/TPQ-53 radar fleet. Fiscal 2012 other procurement, Army funds in the amount of $9,085,206 were obligated at the time of the award. Estimated completion date is Sept. 30, 2014. Work will be performed in Liverpool, N.Y. Army Contracting Command, Aberdeen, Md., is the contracting activity.

Schwartz Excavating Inc.,*Countryside, Ill., was awarded a $7,236,001 firm-fixed-price contract for construction services for the Chicagoland Underflow Plan, McCook Reservoir Stage 2 Slope Stabilization Project, greater Chicago, Illinois. The project includes soil nail walls, fill placement, excavation, grading, and the cellular confinement system for the current reservoir expansion. Fiscal 2014 operations and maintenance, Army funds in the amount of $7,236,001 were obligated at the time of the award. Estimated completion date is Dec. 30, 2014. Bids were solicited via the Internet with six received. Work will be performed in Bedford Park, Ill. U.S. Army Corps of Engineers, Buffalo, N.Y., is the contracting activity (W912P4-14-C-0003).
*Small Business

Friday, April 4, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR APRIL 3, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

ARMY

ABM Government Services LLC, Hopkinsville, Ky. (W91278-14-D-0025); Brasfield & Gorrie LLC, Birmingham, Ala. (W91278-14-D-0026); Hoar Construction LLC, Birmingham, Ala. (W91278-14-D-0027); ITSI Gilbane Co., Walnut Creek, Calif. (W91278-14-D-0028); J&J Maintenance Inc., doing business as J&J Worldwide Services; Austin, Texas (W91278-14-D-0029); John J. Kirlin Special Projects LLC, Rockville, Md. (W91278-14-D-0030); United Excel Corp., Merriam, Kan.(W91278-14-D-0031), were awarded a $249,000,000 firm-fixed-price multi-year multiple-award task order contract to design and build Army medical facilities. Funding and work performance location will be determined with each order. Estimated completion date is April 2, 2019. Bids were solicited via the Internet with 29 received. U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity.

McCann World Group Inc., New York, N.Y., was awarded a $196,034,789 modification (P00012) to multi-year contract W9124D-11-D-0036 for a full range of professional marketing and advertising services in support of a nationwide advertising campaign for recruitment and retention programs throughout the Army. Funding and work performance location will be determined with each order. Estimated completion date is April 6, 2015. Army Contracting Command, Fort Knox, Ky., is the contracting activity.

The Boeing Co., Ridley Park, Pa., was awarded an $18,962,520 modification (0307) to contract W58RGZ-04-G-0023 to integrate improved drive train development with the Block II system level engineering effort being conducted under the Block II Aircraft Component Improvement Program supporting the CH-47 aircraft. Fiscal 2014 research, development, testing, and evaluation funds in the amount of $18,962,520 were obligated at the time of the award. Estimated completion date is May 29, 2015. Army Contracting Command, Redstone Arsenal., Ala., is the contracting activity.

L-3 Communications Aerospace LLC, Madison, Miss., was awarded an $18,086,317 modification (P00030) to contract W912NW-11-F-0102 to provide logistical, administrative, and base operations support to include data input and data gathering for the Corpus Christi Army Depot mission to overhaul, repair, modify, retrofit, test and modernize helicopters, engines and components for all services and foreign military customers. Fiscal 2014 other procurement funds in the amount of $18,086,317 were obligated at the time of the award. Estimated completion date is Oct. 28, 2014. Army Contracting Command, Corpus Christi, Texas, is the contracting activity.

Kearfott Corp., Black Mountain, N.C. was awarded an $8,628,628 firm-fixed-price contract for the Actuator, Electro-Me for the Blackhawk weapons system. The minimum quantity is 120 and the maximum quantity is 1,440. Funding and work performance location will be determined with each order. Estimated completion date is April 3, 2018. Two bids were solicited with one received. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-14-D-0073).

Contrack International Inc., McLean, Va., was awarded a $6,749,291 firm-fixed-price contract for constructing a power plant to power the Army prepositioned stocks-5 warehouses, Camp Arifjan, Kuwait. Fiscal 2010 military construction funds in the amount of $6,749,291 were obligated at the time of the award. Estimated completion date is Nov. 30, 2015. Bids were solicited via the Internet with thirteen received. Work will be performed in Kuwait. U.S. Army Corps of Engineers, Winchester Va., is the contracting activity (W912ER-14-C-0011).
NAVY
BAE Systems Electronic Solutions, Nashua, N.H., is being awarded a $47,352,248 indefinite-delivery/indefinite-quantity delivery order contract for the manufacture of the transmitter countermeasures T-1687A/ALE-70 (V) in support of the Joint Strike Fighter program. Work will be performed at Nashua, N.H., and work is expected to be completed by April 2017. Fiscal 2014 procurement of ammunition Navy and Marine Corps, and fiscal 2012 Air Force aircraft funding in the amount of $14,314,816 will be obligated at the time of award. The Air Force funds in the amount of $6,308,224 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)(l). The NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-14-D-K054).

DLT Solutions, Herndon, Va., is being awarded a potential $35,664,115 fixed-price blanket purchase agreement (BPA) under the Department of Navy (DoN) Enterprise Software Licensing initiative to provide Symantec brand-name software licenses and maintenance renewal for the Navy and Marine Corps. The resulting award will be subject to the DoN policy entitled, “Mandatory Use of Department of the Navy Enterprise Licensing Agreements.” This one-year base award includes four, one-year option periods which, if exercised, would bring the potential value of this award to an estimated $322,034,113. Work will be performed in Herndon, Va., and the base period is expected to be completed April 2, 2015. This agreement will not obligate funds at the time of award. BPA calls or orders will be placed by requesting activities as needed during the ordering period. This agreement was competitively procured with a brand-name justification in accordance with FAR 8.405-6 via a limited source solicitation and publication on the General Services Administration eBuy website. Four quotations were received and one was selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-14-A-0058).

General Dynamics, Electric Boat Corp., Groton, Conn., is being awarded an $11,000,000 cost-plus-fixed-fee modification to the previously awarded contract (N00024-13-C-4308) to incrementally fund previously exercised options to provide non-nuclear submarine repair work on Groton-based submarines under the New England Maintenance Manpower Initiative (NEMMI). Under the terms of the contract, Electric Boat will provide NEMMI tasks in support of non-nuclear maintenance, modernization and repair of operational nuclear powered submarines, floating dry docks, support and service craft, and plant equipment assigned to the Naval Submarine Support Facility, New London, Conn. Work will be performed in New London, Conn., and is expected to be completed by September 2014. Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $11,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lone Star Aerospace,* Addison, Texas, is being awarded an $8,719,004 modification to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N68936-12-D-0033) for additional predictive business and technical decision analysis services in support of Naval Air Systems Command and the Naval Aviation Enterprise. The services to be provided includes support of existing, in production data collection and data collection systems, as well as analysis, modeling and simulation including data collection and validation, requirement derivation and analysis, quantitative and qualitative analysis; modeling personnel and processes, decision and other modeling, business case and benefit/cost modeling, total ownership cost modeling, should cost/will cost, analysis of alternative modeling, performance modeling; scenario based simulations, “what if” simulations, gaming simulations, performance simulations, simulation delivery and reports, briefings and studies. This modification also provides for operational support, including implementation and planning support, spiral model evolution, training and sustaining support of deployed models; customer satisfaction measurement; other analysis including enterprise environmental scans and assessments, industry/ competitive analysis and assessments, red cell opportunity/capability analysis, revision of existing data and implementation planning and support. Work will be performed in Addison, Texas (80 percent); Patuxent River, Md. (10 percent); China Lake, Calif. (5 percent); and Point Mugu, Calif. (5 percent), and is expected to be completed in July 2015. No funds will be obligated at the time of award. Funds will be obligated on individual delivery orders as they are issued. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Agilent Technologies, Inc., Englewood, Colo., has been awarded a maximum $9,607,650 firm-fixed-price contract for signal generators. This is a sole-source acquisition. This is a three-year base contract with no option periods. Location of performance is Colorado with an April 15, 2017 performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2014 through fiscal year 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pa., (SPRMM1-14-A-ZZ11).

MISSILE DEFENSE AGENCY

Raytheon Missile Systems Co., Tucson, Ariz., is being awarded a $36,964,090 modification (P00021) to cost-plus-fixed-fee, cost-plus-incentive-fee contract. The modification increases the total contract value from $924,603,146 to $961,567,236. Under this modification, the contractor will perform Standard Missile-3 Block IB sustaining engineering support. The work will be performed in Tucson, Ariz. The performance period is from April 3, 2014 through April 2, 2015. Fiscal 2014 defense wide procurement funds in the amount of $36,964,090 are being obligated on this award. The Missile Defense Agency, Dahlgren, Va., is the contracting activity (HQ0276-13-C-0001).
*Small Business

Monday, March 31, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

AIR FORCE

Lockheed Martin Corp., Newton, Pa., has been awarded a $245,778,905 modification (P00286) to cost-plus-incentive-fee contract FA8807-08-C-0010 to exercise the option for additional Global Positioning System III Space Vehicles 07 and 08.  Work will be performed in Littleton, Colo., with an expected completion date of April 1, 2018 for Space Vehicle 07 and Oct. 1, 2018 for Space Vehicle 08.  Fiscal 2014 procurement funds in the amount of $17,149,000 will be obligated on award.  The Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity.

Raytheon Missile Systems, Tucson, Ariz., has been awarded a $7,631,396 cost-plus-fixed-fee modification (P00028) to contract FA8675-11-C-0030 for production cut-in of an Advanced Range Telemetry (ARTM) transmitter into the AIM-120 Advanced Medium Range Air-to-Air Missile.  The contract modification facilitates the cut-in of an advanced range telemetry transmitter into future production; including updates to all test equipment and technical documentation, approval from the test and safety community, as well as necessary updates to the depot repair infrastructure.  Work will be performed in Tucson, Ariz., and is expected to be completed by Nov. 30, 2015.  Fiscal 2013 Air Force procurement funds in the amount $6,431,396 and fiscal 2013 Navy procurement funds in the amount of $1,200,000 will be obligated at award.  Air Force Life Cycle Management Center/EBAK, Eglin Air Force Base, Fla., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Federal Contracts Corp.*, Tampa, Fla., has been awarded a maximum $87,500,000 fixed-price with economic-price-adjustment contract for the procurement of commercial type agricultural equipment.  This contract is a competitive acquisition, and nine offers were received.  This contract is one of up to five contracts being issued against solicitation number SPM8EC-11-R-0008 and will be competed amongst other contractors who receive a contract under this solicitation.  Request for quotations will be issued to all five and the resulting contract delivery order(s) will be awarded to the offeror with the lowest price that is technically acceptable.  This is a five-year base contract.  Locations of performance are Florida, Minnesota, and France with a March 30, 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, Pa., (SPE8EC-14-D-0008).

Raytheon Co., Andover, Mass., has been awarded a maximum $6,880,715 firm-fixed-price contract for circuit card assemblies and electronic components.  This is a sole-source acquisition.  This is a five-year base contract with no option periods.  Location of performance is Massachusetts with an April 30, 2019 performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2014 through fiscal 2019 Army working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala., (SPRRA2-14-D-0002).

ARMY

Oshkosh Corp., Oshkosh, Wis., was awarded a $47,655,674 modification (000729) to contract W56HZV-09-D-0159 to acquire 231 medium tactical vehicles.  Fiscal 2012 other procurement funds in the amount of $47,655,674 were obligated at the time of the award.  Estimated completion date is Aug. 31, 2015.  Work will be performed in Oshkosh, Wis.  Army Contracting Command, Warren, Mich., is the contracting activity.

Laughin, Marinaccio & Owens Inc., Arlington, Va., was awarded a $20,769,673 firm-fixed-price contract for Air National Guard recruiting and retention programs.  Fiscal 2014 operations and maintenance, Army funds in the amount of $20,769,673 were obligated at the time of the award.  Estimated completion date is March 31, 2015.  This is a sole-source acquisition.  Work will be performed in Arlington, Va.  National Guard Bureau, Arlington, Va., is the contracting activity (W9133L-14-C-0023).

General Dynamics Information Technology, Fairfax, Va., has been awarded a $12,414,345 modification (P00010) to exercise option year two on cost-plus-fixed-fee contract W91RUS-12-C-0011.  The contractor shall provide the 160th Signal Brigade and subordinate units staff support in the areas of administrative support, operations support and logistics support within the Central Command area of responsibility.  Work will be performed in Kuwait, Afghanistan and Qatar with an estimated completion date of March 31, 2015.  Fiscal 2014 overseas contingency operations funds in the amount of $12,414,345 are being obligated at award. Army Contracting Command – Netcom Branch, Fort Huachuca, Ariz., is the contracting activity.

Boro Developers Inc., doing business as Boro Construction, King of Prussia, Pa., was awarded an $11,894,900 firm-fixed-price contract for the construction of a consolidated dining facility at Fort Dix, N.J.  Fiscal 2014 military construction funds in the amount of $11,894,900 were obligated at the time of the award.  Estimated completion date is Sept. 30, 2015.  Bids were solicited via the Internet with 11 received.  Work will be performed at Fort Dix, N.J.  Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-14-C-0015).
Raytheon IDS, Andover, Mass., was awarded an $8,254,244 modification (P00008) to foreign military sales contract W31P4Q-13-C-0111 for the repair and return of PATRIOT missile parts pertaining to Israel, Kuwait, Taiwan, Japan, Saudi Arabia, South Korea, Holland and the United Arab Emirates.  Fiscal 2014 procurement funds in the amount of $8,239,097 and fiscal 2013 procurement funds in the amount of $15,147 were obligated at the time of the award.  Estimated completion date is June 30, 2015.  Work will be performed in Andover, Mass.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

NAVY

Engility Corp., Chantilly, Va., is being awarded a $36,550,954 cost-plus-fixed-fee contract for systems engineering and technical services in support of the Naval Air Warfare Center Aircraft Division’s Software Engineering and Acquisition Management Division.  This contract includes systems integration and software development, platform simulation, integration and laboratory engineering, and software engineering.  These services are in support of the U.S. Navy and governments of Australia, Brazil, Canada, Denmark, Germany, Japan, Norway, Pakistan, South Korea, and Thailand.  Work will be performed in Patuxent River, Md., and is expected to be completed in January 2015.  Navy working capital funds in the amount of $620,000 are being obligated on this 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.  This contract combines purchases for the U.S. Navy ($32,895,854; 90 percent) and the governments of Australia ($365,510; 1 percent); Brazil ($365,510; 1 percent); Canada ($365,510; 1 percent); Denmark ($365,510; 1 percent); Germany ($365,510; 1 percent); Japan ($365,510; 1 percent); Norway ($365,510; 1 percent); Pakistan ($365,510; 1 percent); South Korea ($365,510; 1 percent); and Thailand ($365,510; 1 percent) under the Foreign Military Sales Program.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-14-C-0021).
General Dynamics Bath Iron Works, Bath, Maine, is being awarded a $24,374,445 modification to previously awarded fixed-price incentive contract (N00024-11-C-2306) to exercise an option for DDG 1000 class services.  This contract modification provides additional class services associated with the detail design and construction of DDG 1000 class ships.  This work will provide technical and industrial engineering in the interpretation and application of the detail design to support construction and the maintenance of the ship design.  Work will be performed in Bath, Maine, and is expected to be completed by September 2014.  Fiscal 2014 shipbuilding and conversion, Navy contract funds in the amount of $24,374,445 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

BAE Systems, Land & Armaments L.P., Minneapolis, Minn., is being awarded a $21,080,510 modification to previously awarded contract (N00024-13-C-5314) to exercise options for fiscal 2014 MK 41 Vertical Launching System canister production requirements.  The contractor will provide a quantity of 66 MK 14 MOD 2 canisters, a quantity of 66 MK14 MOD 2 GFE upgrades, and a quantity of 52 MK 21 MOD 2 canisters, with associated coding plug assemblies, explosive bolts, and impulse cartridge assemblies in support of MK 41 VLS canister production requirements.  Work will be performed in Aberdeen, S.D. (87 percent), and Minneapolis, Minn. (13 percent), and is expected to be completed by June 2016.  Fiscal 2014 weapons procurement, Navy contract funds in the amount of $21,080,510 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Maritime Systems and Sensors, Moorestown N.J., is being awarded a $13,697,367 modification to previously awarded contract (N00024-09-C-5103) to exercise contract options and incrementally fund the Aegis Platform Systems Engineering Agent (PSEA) activities and Aegis Modernization Advanced Capability Build (ACB) engineering.  The Aegis PSEA manages the in-service combat systems configurations as well as the integration of new or upgraded capability into the CG57 Class of ships and the DDG 51 Class of ships.  Aegis Modernization will provide upgrades to Aegis cruisers and Aegis destroyers and will be applicable to all Aegis ships with a computer program that is backfit compatible to Baseline 2 cruisers.  Work will be performed in Moorestown, N.J., and is expected to be completed by September 2015.  Fiscal 2014 research, development, test, and evaluation; fiscal 2014 defense procurement and fiscal 2014 operations and maintenance, Navy funds in the amount of $13,697,367 will be obligated at time of award.  Contract funds in the amount of $200,000 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

EJB Facilities Services, Arlington, Va., is being awarded a $9,546,811 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N44255-05-D-5103) to exercise option eight for base operations support at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR).  The work to be performed provides for, but is not limited to, all management and administration, visual services, security, housing, facilities support (excluding grounds and janitorial services), pavement clearance, utilities, base support vehicles and equipment, and environmental services.  The total contract amount after exercise of this modification will be $555,939,429.  Work will be performed at various installations in the NAVFAC Northwest AOR including but not limited to, Washington (95 percent), Alaska (1 percent), Idaho (1 percent), Montana (1 percent), Oregon (1 percent), and Wyoming (1 percent), and work is expected to be completed May 2014.  Fiscal 2014 operations and maintenance, Navy; fiscal 2014 Navy working capital funds; fiscal 2014 defense health program funds; and fiscal 2014 non-appropriated funds in the amount of $7,688,768 are obligated on this award and will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity.

Raytheon Co., Tucson, Ariz., is being awarded an $8,908,069 modification to a previously awarded firm-fixed-price contract (N00019-12-C-2000) for the implementation, certification and integration of a replacement Input/Output (I/O) Circuit Card Assembly (CCA) into the current production Satellite Data Link Transceiver (SDLT) due to the obsolescence of the Field Programmable Gate Array.  This modification includes I/O CCA-level and SDLT assembly level integration and qualification to verify that a SDLT updated with a replaced I/O CCA meets all requirements.  The SDLT is used for data communications between the missile and missile/strike controller via satellite.  Work will be performed in Tucson, Ariz. (66.5 percent) and Fort Wayne, Ind. (33.5 percent); and is expected to be completed in July 2016.  Fiscal 2012 weapons procurement, Navy funds in the amount of $8,908,069 are being obligated on this award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

NetCentrics Corp., Herndon, Va., is being awarded a $33,042,835 modification to firm-fixed-price contract (HQ0034-11-D-0002) for information technology operations front office support for the Office of the Secretary of Defense, Washington Headquarters Services (WHS), WHS-supported organizations, Pentagon Force Protection Agency, Office of General Counsel, the Defense Legal Services Agency and the Central Adjudication facility, and the Office of Military Commissions.  Work will be performed in Arlington, Va., with an expected completion date of March 31, 2015.  Fiscal 2014 operations and maintenance funds in the amount of $33,042,835 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured, with two proposals received. WHS, Arlington, Va., is the contracting activity.

MISSILE DEFENSE AGENCY

Lockheed Martin Mission Systems and Training, Moorestown, N.J., has been awarded a $20,112,266 modification (P00136) to contract HQ0276-10-C-0001 for procurement of necessary material, equipment, supplies to conduct the technical engineering to define, develop, integrate and test Aegis Ballistic Missile Defense 5.0 capability upgrade baseline for Navy Destroyers. Work will be performed at Moorestown, N.J., with an expected completion date of June 30, 2014.  Fiscal 2014 research, development, test and evaluation funds in the amount of $20,112,266 are being obligated at time of award.  The Missile Defense Agency, Dahlgren, Va. is the contracting activity.

*Small Business

Friday, March 14, 2014

U.S. DEFENSE DEPATMENT CONTRACTS FOR MARCH 14, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
 NAVY

Bath Iron Works, Bath, Maine, is being awarded a $642,583,946 modification to previously awarded contract (N00024-13-C-2305) to exercise options for construction of a DDG 51 class ship.  The modification also provides $79,400,000 in advanced procurement funding for the fiscal 2016-2017 ships.  Work will be performed in Bath, Maine (58.1 percent); Cincinnati, Ohio (6.5 percent); Walpole, Mass. (4.5 percent); South Portland, Maine (2 percent); York, Pa. (1.9 percent); Charlottesville, Va. (1.8 percent); Coatesville, Pa. (1.7 percent); Erie, Pa. (1 percent), and other locations less than one percent (22.5 percent) and is expected to be completed by July 2023.  Contract funds in the amount of $100,000,000 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Huntington Ingalls Inc., Pascagoula, Miss., is being provided funding in the amount of $601,990,190 under previously awarded contract (N00024-13-C-2307) to fund construction and exercised options for one DDG 51 class ship in fiscal 2014.  The modification also provides $79,400,000 in advanced procurement funding for the fiscal 2016-2017 ships.  Work will be performed in Pascagoula, Miss. (56.3 percent); Cincinnati, Ohio (6.9 percent); Walpole, Mass. (4.5 percent); York, Pa. (1.9 percent); Camden, N.J. (1.4 percent); Erie, Pa. (1.3 percent); Charlottesville, Va. (1 percent), and other locations less than one percent (26.7 percent), and is expected to be completed by July 2023.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

ARMY

Leidos, Inc., Reston, Va., was awarded a $9,791,760 modification (P00003) to cost-plus-fixed-fee, sole-source contract W91CRB-13-C-0016 for information technology support services for the maintenance of existing Army Enterprise Equipping System systems.  Work will be performed in Reston, Va., with an estimated completion date of March 15, 2015.  Fiscal 2014 operations and maintenance, Army funds in the amoung of $7,791,760 and fiscal 2014 research, development, test and evaluation funds in the amount of $2,000,000 will be obligated at time of award.  U.S. Army Contracting Command-Aberdeen Div D, Aberdeen Proving Ground, Md., is the contracting activity.

Tikigaq Construction LLC*, Wasilla, Alaska, was awarded a $7,954,440 firm-fixed-price contract for the West Bank and vicinity Hurricane Storm Damage Risk Reduction System/Mississippi River Levee, Mississippi River and Tributaries Project.  Funding is from fiscal 2014, other appropriations and the performance location is Bell Chase, La.  The estimated date of completion is May 8, 2015.  Bids were solicited via the Web with 16 received.  The U.S. Army Corps of Engineers-New Orleans District, New Orleans, La., is the contracting activity (W912P8-14-C-0025).  

AIR FORCE

Exelis Inc. (LMGI), Clifton, N.J., has been awarded a not-to-exceed $75,281,878 firm-fixed-price, time and material, undefinitized contract award for ALQ-211(V)-9 Advanced Integrated Defensive Electronic Warfare System (AIDEWS) pod acquisition.  The contractor will provide 21 ALQ-211(V)-9 AIDEWS pods, associated support services, support equipment, countermeasures dispensing system integration and spares in support of the Turkish Air Force F-16D Block 50 program.  Work will be performed at Clifton, N.J., and is expected to be complete May 2017.  This award is the result of a source-directed, sole-source acquisition and is 100 percent foreign military sales for Turkey. Air Force Life Cycle Management Center/WNKCB, Robins Air Force Base, Ga., is the contracting activity (FA8540-14-C-0007).

MISSILE DEFENSE AGENCY

CORRECTION:  The contract announced March 13, 2014 to Lockheed Martin had an incorrect amount of total contract value increase.  The correct award is: Lockheed Martin Corp., Moorestown, N.J., is being awarded an $8,058,225 modification to previously awarded cost-plus fixed-fee contract (HQ0276-10-C-0003) to provide test support at the Aegis Ashore Missile Defense Test Complex.  As a result of this modification, the total contract value will increase from $328,635,159 to $336,693,384.  The work will be performed at the Pacific Missile Range Facility, Kekaha, Hawaii.  The period of performance is from contract award through Dec. 31, 2015.  Fiscal 2014 research, development, test and evaluation funds will be used to incrementally fund this effort.  The Missile Defense Agency, Dahlgren, Va., is the contracting activity.


*Small Business

Thursday, March 13, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR MARCH 13, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS 

NAVY

Exelis Inc., Clifton, N.J., is being awarded a $91,701,414 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0002) to exercise an option for the manufacture and delivery of 42 AN/ALQ-214(V)4 on-board jammer (OBJ) systems.  The AN/ALQ-214(V)4/5 is an OBJ component of the integrated defensive electronic counter measures system.  It is a self-protection radio frequency (RF) countermeasures system used by Navy F/A-18C/D/E/F strike fighter aircraft against RF guided surface-to-air and air-to-air threats (missiles).  Work will be performed in Clifton, N.J. (31 percent); San Jose, Calif. (26 percent); San Diego, Calif. (11 percent); Rancho Cordova, Calif. ( 5 percent);  Mountain View, Calif. (4 percent); Hudson, N.H. (2 percent); West Springfield, Mass.(2 percent); and various locations within the United States (19 percent); and is expected to be completed in November 2016.  Fiscal 2013 and 2014 aircraft procurement, Navy funds in the amount of $91,701,414 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, Md., is the contracting.

Cardno TEC-Leidos LLC, Charlottesville, Va., is being awarded a maximum $50,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for range sustainability services for military training range complexes and assets for various locations and environmental planning for National Environmental Policy Act and Executive Order 12114, Environmental Effects Abroad of Major Federal Actions with the preponderance of work involving Navy training range complexes within the Atlantic Fleet area of responsibility (AOR) and may also include work on ranges and installations around the world.  The work to be performed provides services of an interdisciplinary team required to support the Tactical Training Theater Assessment and Planning (TAP) Program.  The TAP program is intended to ensure the sustainability of Navy training ranges and operating areas to support warfighter readiness around the world.  Task order 0001 is being awarded at $10,000 as the minimum guarantee.  All work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Atlantic AOR including, but not limited to Virginia (50 percent), California (20 percent), Washington (20 percent), and Arizona (10 percent).  The term of the contract is not to exceed 60 months with an expected completion date of March 2019.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-14-D-9003).

Lockheed Martin Corp., Baltimore, Md., is being awarded a $22,235,508 modification to previously awarded contract (N00024-11-C-2300) to exercise options for class service efforts and special studies, analyses and reviews for the Littoral Combat Ship (LCS) program.  Lockheed Martin will provide engineering and design services as well as affordability efforts to reduce LCS acquisition and lifecycle costs.  Work will be performed in Hampton, Va. (32 percent); Marinette, Wis. (27 percent); Moorestown, N.J. (22 percent), and Washington, D.C. (19 percent), and is expected to be completed by March 2015.  Fiscal 2013 shipbuilding and conversion, Navy contract funds in the amount of $4,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Honeywell Technology Solutions Inc., Columbia, Md., is being awarded $13,122,763 for time and material task order 0003 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67704-13-D-0020) to support the U.S. Marine Corps, Afghanistan Retrograde and Redeployment Operations/Maintenance/Preservation Packaging and Packing Support.  Work will be performed in Afghanistan, and is expected to be completed March 2015.  Fiscal 2014 operations and maintenance, Marine Corps funds in the amount of $11,024,637 will be obligated at the time of award.  Contract funds in the amount of $6,561,382 will not expire at the end of the current fiscal year.  This contract was competitively procured with 19 proposals solicited via the Marine Corps Logistics Support Services Unrestricted Suite-Task Area 9; with eight offers received.  The Marine Corps Logistics Command, Albany, Ga., is the contracting activity.

Whiting-Turner Contracting Co., Towson, Md., is being awarded a $12,177,926 modification to increase the maximum dollar value of task order 0009 under a previously awarded firm-fixed-price contract (N40080-10-D-0494) for the design, bid-build repairs to building facades (phase 1) and windows (phase 2) for Rickover Hall at the Naval Support Activity, U.S. Naval Academy, Annapolis, Md.  The work to be performed under this modification provides for the replacement of windows and curtain walls, providing temporary facilities and incidental related work.  The contractor shall provide all labor, supervision, materials, equipment, tools, parts, supplies, and transportation to perform all work described in the specifications.  After award of this modification, the total cumulative task order value will be $17,319,816.  Work will be performed in Annapolis, Md., and is expected to be completed by March 17, 2016.  Fiscal 2014 restoration and modernization contract funds in the amount of $12,177,926 are being obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity.

ARMY

Boh Bros. Construction Co., LLC., New Orleans, La., was awarded a $76,267,513 firm-fixed-price contract for the Southeast Louisiana Urban Flood Control Project, Louisiana Avenue Improvements.  Fiscal 2014 other appropriations in the amount of $76,267,513 will be obligated at award. Work is to be performed in New Orleans, La., with an estimated completion date is October 17, 2017.  Bids were solicited via the Web with three bids received.  The U.S. Army Corps of Engineers – New Orleans District, New Orleans, La., is the contracting activity (W912P8-14-C-0022).


BWAY Corp., Atlanta, Ga., was awarded a $47,207,822 fixed-price with economic-price-adjustment contract for M2A2 ammunition containers.  Funding and work performance location will be determined with each order.  Estimated completion date is Sept. 30, 2019.  Bids were solicited via the web with one received.  Army Contracting Command, Rock Island Arsenal, Ill., is the contracting activity (W52P1J-14-D-0006).

Longbow LLC, Orlando, Fla., was awarded a $25,504,554 modification (P00045) to foreign military sales contract W58RGZ-06-C-0134 for initial spares, peculiar ground support equipment, integrated logistics support, management, and production line spares in support of the Royal Saudi Land Forces Aviation Command.  Fiscal 2014 other procurement funds in the amount of $25,504,554 were obligated at the time of the award.  Estimated completion date is June 30, 2016.  Work will be performed in Orlando, Fla.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

AIR FORCE

L-3 Communications Integrated Systems, Waco, Texas, has been awarded a $38,000,000 modification (P00009) for an existing firm-fixed-price contract (FA8625-13-C-6597) for C-27J spare parts for the Australian military. The contract modification incorporates purchase of non-long-lead critical parts; this is a modification of a pre-existing undefinitized contract action that purchased long-lead spare parts.  The work will be performed at Waco, Texas, and is expected to be completed by March 2015.  This modification relates to 100 percent foreign military sales for Australia.  Air Force Life Cycle Management Center/WLVK, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Lockheed Martin Global Inc., Orlando, Fla., has been awarded a $24,000,000 indefinite-delivery/indefinite-quantity contract for training and technology transfer in accordance with security assistance agreements and or security cooperation programs as necessary for international C-130J maintenance training requirements for the Iraqi Air Force.  Work will be performed at New Al-Muthana Air Base, Iraq (also known as Baghdad International Airport Complex), and work is expected to be completed by Jan. 31, 2017.  This award is a sole-source award and is 100 percent foreign military sales for Iraq.  338 Security Contracting Squadron, Joint Base San Antonio, Randolph Air Force Base, Texas, is the contracting activity (FA3002-14-D-0004).

DEFENSE LOGISTICS AGENCY

Altitude Technologies, doing business as Chinook Medical Gear Inc.*, Durango, Colo., has been awarded a maximum $28,636,252 modification (P00006) exercising the second option period on a one-year base contract (SPM2D0-12-D-0003) with seven one-year option periods for various medical and surgical products.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Colorado with an April 3, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  Type of appropriation is fiscal 2014 war-stopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

CORRECTION:   The contract announced March 4, 2014 to Universal Sodexho had the incorrect modification and length of time on the contract. The correct announcement should read:
Universal Sodexho, Tacoma, Wash., has been awarded a maximum $10,800,000 exercising the sixth modification (P00027) on a three-month bridge contract (SPM500-05-D-BP07) with three one-year option periods for maintenance, repair and operations supplies for the Korea Region. This is a firm-fixed-price, indefinite delivery/indefinite quantity contract. Location of performance is Washington with a June 30, 2014 performance completion date. 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, Pa.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

L-3 Communications Corp., Salt Lake City, Utah, has been awarded a $16,458,470 cost-plus-fixed-fee contract.  The work will support the DARPA mobile hotspots program for phases 2 and 3 (if option is exercised).  If successful, the phase 2 effort is expected to deliver a solution consisting of radio and router pods for mounting on Shadow unmanned aerial vehicles, with all mobile hotspots subsystems wholly contained within the pods.  Work will be performed in Salt Lake City, Utah (73.9%); North Hampton, Mass. (11.7%); Fort Lee, N.J. (4.7%); Malibu, Calif. (3.6%); Nashua, N.H. (1.7%); Guthrie, Okla. (1.8%); Springville, Utah (2.5%).  The estimated completion date is March 12, 2015.  Fiscal 2013 and 2014 research and development funds are being obligated at time of award.  The contracting activity is DARPA, Arlington, Va., (HR0011-14-C-0047).

MISSILE DEFENSE AGENCY

Lockheed Martin Corp., Moorestown, N.J., is being awarded an $8,058,225 modification to previously awarded cost-plus fixed-fee contract (HQ0276-10-C-0003) to provide test support at the Aegis Ashore Missile Defense Test Complex.  As a result of this modification, the total contract value will increase from $301,550,229 to $309,608,454.  The work will be performed at the Pacific Missile Range Facility, Kekaha, Hawaii.  The period of performance is from contract award through Dec. 31, 2015.  Fiscal 2014 research, development, test and evaluation funds will be used to incrementally fund this effort.  The Missile Defense Agency, Dahlgren, Va., is the contracting activity.

*Small Business

Wednesday, March 12, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
NAVY

General Dynamics National Steel and Shipbuilding Co., San Diego, Calif., is being awarded a $128,500,000 modification to previously awarded contract (N00024-09-C-2229) to accomplish the detail design and construction of the Mobile Landing Platform (MLP) 3 Afloat Forward Staging Base (AFSB).  This modification will provide the detail, design and construction efforts to convert the MLP 3 to an AFSB variant.  Work will be performed in San Diego, Calif., and is expected to be completed by October 2015.  Fiscal 2012, 2013 and 2014 national defense sealift funds in the amount of $95,093,500 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Interstate Electronics Corp., Anaheim, Calif., is being awarded an $8,911,790 modification under previously awarded cost-plus-fixed-fee, cost-plus-incentive-fee contract (N00030-14-C-0006) to exercise option line items for a new technology refresh of the C-Band Pulse Doppler Radar (RADAR-C) Transmitter and replacement of the Navy Mobile Instrumentation Ship Communication System in support of Trident II flight tests.  These option line items provide for, but are not limited to, engineering services (system engineering, design and development), system testing, verification and validation, logistics and full system documentation in order to achieve Flight Test Instrumentation Steady State for Strategic Systems Programs flight test mission support.  The maximum dollar value of the option line items is $8,911,790.  Work will be performed in Anaheim, Calif. (80 percent); Cape Canaveral, Fla. (18 percent); and San Jose, Calif. (2 percent), and work is expected to be completed March 15, 2016.  Fiscal 2014 other procurement, Navy contract funds in the amount of $8,911,790 will be obligated at the time of award and will not expire at the end of the current fiscal year.  This contract was a sole source acquisition pursuant to 10 U.S.C. 2304(c)(1).  The Department of the Navy, Strategic Systems Programs, Washington, D.C., is the contracting activity.

ARMY

Northrop Grumman Technical Service Inc., Herdon, Va., was awarded a $30,793,383 modification (P00010) to contract W9124B-13-C-0005 for continued logistic support services.  Fiscal 2014 operations and maintenance, Army funds in the amount of $30,793,383 were obligated at the time of the award.  Estimated completion date is Jan. 31, 2015.  Work will be performed at Fort Irwin, Calif.  Army Contracting Command, Fort Irwin, Calif., is the contracting activity.

DRS Technical Services Inc, Herndon, Va., was awarded a $30,271,266 hybrid firm-fixed price, cost-plus fixed-fee and cost reimbursable multi-year contract to operate control and maintain satellite communications between the continental United States and worldwide locations.  It will also provide help desk and field operations support.  Fiscal 2014 operations and maintenance, Army funds in the amount of $30,271,266 were obligated at the time of the award.  Estimated completion date is March 11, 2017.  Bids were solicited via the Internet with four received. Work will be performed in Rock Island, Ill., Afghanistan, Kuwait, and Germany.  Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-14-C-0026).

DEFENSE LOGISTICS AGENCY

API LLC**, Camuy, Puerto Rico, has been awarded a maximum $11,716,450 modification (P00102) exercising the first option period on a one-year base contract (SPM1C1-13-D-1037) with four one-year option periods for permethrin Army combat uniform coats.  This is a firm-fixed-price contract.  Location of performance is Puerto Rico with a March 18, 2015 performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

MISSILE DEFENSE AGENCY

Northrop Grumman Space and Missions Systems, Colorado Springs, Colo. is being awarded A $750,000,000 in-scope contract modification (P00023) to previously awarded indefinite-delivery/indefinite-quantity contract to increase the estimated contract maximum from $2,500,000,000 to $3,250,000,000.  The contract remains a ten (10) year contract with an ordering period from Nov. 21, 2005 through Nov. 21, 2015.  The contract is a hybrid omnibus contract performing predominantly research, development, test and evaluation services for the development of the Ballistic Missile Defense System’s Command, Control, Battle Management, and Communications; the support infrastructure including all information technology; facilities; ground and flight test; warfighter wargames and exercises; modeling and simulation; several operational cells including the Ballistic Missile Defense Network Operations and Security Center, the Joint Functional Command Component for Integrated Missile Defense, and the 100th Missile Defense Brigade. Places of performance under the contract are worldwide but mainly support the Missile Defense Integration and Operations Center, Colorado Springs, Colo. Also supported are the Missile Defense Agency sites in Huntsville, Ala., the National Capital Region, and Dahlgren, Va.  No task order is being issued as a result of this award. No funds are being obligated as all funding takes place at the task order level. The Missile Defense Agency, Colorado Springs, Colo. is the contracting activity (#H95001-10-D-0001).

*Small Business
**Small Disadvantaged Business

Wednesday, March 5, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT
CONTRACTS

 MISSILE DEFENSE AGENCY

Raytheon Missile Systems Co., Tucson, Ariz., is being awarded a not-to-exceed $350,178,300 sole-source modification to the undefinitized contract action announced Jan. 9, 2014. The modification will increase the quantity of Standard Missile-3 Block IB missile material and all up round build up procured from eight to 44.  The work will be performed in Tucson, Ariz., with an estimated completion date of September 2016.  Fiscal 2014 Defense wide procurement funds will be used to fund this effort.  The Missile Defense Agency, Dahlgren, Va., is the contracting activity (HQ0276-13-C-0001).

ARMY

Loyal Source Government Services*, Orlando, Fla. (W91YTZ-14-D-0003); Aliron International, Inc.*, Bethesda, Md. (W91YTZ-14-D-0004); Magnificus Corp.*, Washington, D.C. (W91YTZ-14-D-0005); Arora Group Inc.*, Gaithersburg, Md. (W91YTZ-14-D-0006); The Royster Group, Inc.*, Atlanta, Ga. (W91YTZ-14-D-0007); Protege Health Services*, Newington, Va., (W91YTZ-14-D-0008); Franklin Government Services*, Austin, Texas (W91YTZ-14-D-0009), were awarded a $381,000,000 firm-fixed-price, multi-year contract for nursing services for the Northern Regional Medical Command.  Funding and work performance locations will be determined with each order.  Estimated completion date is March 4, 2019.  Bids were solicited via the Internet with 28 received.  Army Medical Command, Washington, D.C., is the contracting activity.

Colt Defense LLC, West Hartford, Conn. (W15QKN-14-D-0024), and Manroy USA, Spindale, N.C. (W15QKN-14-D-0025), were awarded a $54,491,305 firm-fixed-price contract for the M4 replacement barrel and front sight assembly (heavy variant) for the M4 Carbine Product Improvement Program.  The M4 replacement barrel will be combined with other weapon components to form a single modification work order kit to convert fielded M4 carbines to M4A1 carbines.  Funding and work location will be determined with each order.  Estimated completion date is Feb. 27, 2018.  Bids were solicited via the Internet with six received.  Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.

BAE Systems Land and Armaments L.P., York, Pa., was awarded a $6,935,513 modification (P00006) to contract W56HZV-14-C-0002 for spare parts for self-propelled howitzers and eighteen ammunition carrier tracked vehicles.  Fiscal 2014 other procurement funds in the amount of $6,935,513 were obligated at the time of the award. Estimated completion date is Sept. 30, 2015.  Work will be performed in York, Pa.  Army Contracting Command, Warren, Mich. is the contracting activity.

DEFENSE LOGISTICS AGENCY

Tullahoma Industries, LLC.,** Tullahoma, Tenn., has been awarded a maximum $25,482,000  modification (P00103) exercising the first option year on a one-year base contract (SPM1C1-13-D-1033) with four one-year option periods for various permethrin army combat uniform trousers.  This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Locations of performance are Tennessee, Alabama, and North Carolina with a March 12, 2015 performance completion date.  Using military service is Army.  Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.


Friday, January 24, 2014

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

FROM:  DEFENSE DEPARTMENT
CONTRACTS

ARMY

AMEC Environment and Infrastructure Inc., Plymouth Meeting, Pa. (W9133L-14-D-0002); CH2M Hill Inc, Atlanta, Ga., (W9133L-14-D-0003); AECOM Technical Services Inc. Alexandria, Va., (W9133L-14-D-0001); EA Engineering, Science And Technology Inc.*, Hunt Valley, Md., (W9133l-14-D-0004); Earth Resources Technology Inc.*, Laurel, Md., (W9133l-14-D-0005); J. M. Waller Associates Inc.*, Fairfax, Va., (W9133l-14D-0006); SAIC, McLean, Va., (W9133l-14-D-0007); Tec-Weston Joint Venture, Charlottesville, Va., (W9133L-14-D-0008); Tetra Tech, Inc., Pittsburgh, Pa., (W9133l-14-D-0009); URS Group Inc., Herndon, Va., (W9133L-14-D-0010) were awarded a $243,000,000 firm-fixed-price contract for environmental engineering support services.  Funding and location will be determined with each order.  Estimated completion date is Jan. 23, 2017.  Bids were solicited via the Internet with 21 received.  National Guard Bureau, Arlington, Va., is the contracting activity.

General Dynamics C4 Systems, Orlando, Fla., was awarded a $48,000,000 modification (P00014) to contract W900KK-10-D-0001 to continue the existing project manager for training devices live training transformation product line until the next consolidated product line management award.  Funding and location will be determined with each order.  Estimated completion date is Feb. 28, 2015.  Army Program Executive Office Simulation, Training and Instrumentation, Orlando, Fla., is the contracting activity.

Five Stones Research Corp.*, was awarded a $43,653,541 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for headquarters and directorate support services for the Army Test and Evaluation Command, Redstone Test Center.  Funding and location will be determined with each order.  Estimated completion date is Jan. 31, 2019.  Sixty-three bids were solicited with six received.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-14-D-0002).

Arcadis Inc., Highlands Ranch, Colo., (W912DR-14-D-0003); Nova Consulting Inc.*, Washington, D.C., (W912DR-14-D-0004); CH2M Hill Inc., Chantilly, Va., (W912DR-14-D-0005); Black and Veatch Inc., Overland Park, Kan., (W912DR-14-D-0006) were awarded a $9,900,000 firm-fixed-price contract for architectural and engineering services for the Washington Aqueduct.  Funding and location will be determined with each order.  Estimated completion date is Jan. 23, 2017.  Bids were solicited via the Internet with six received.  Army corps of Engineers, Baltimore, Md., is the contracting activity.

AIR FORCE

Northrop Grumman Guidance and Electronics Company Inc., Woodland Hills, Calif., has been awarded a $200,000,000 indefinite-delivery/indefinite-quantity contract to perform acquisition and sustainment for the Embedded Global Positioning System Inertial Navigation System (EGI).  The acquisition and sustainment will consist of platform integration, modernization, diminishing manufacturing sources, flight test support, technical support following integration efforts, training, engineering support/studies, contractor depot repair, spares, and data for the standard EGI.   Work will be performed at Woodland Hills, Calif., and is expected to be complete by Dec. 31, 2018.  This award is the result of a sole-source acquisition.  This contract allows for orders to support foreign military sales countries; it is estimated that unclassified FMS sales will account for approximately 45 percent of the total contract ceiling.  Contract contains five ordering periods in total.  The first order placed against this IDIQ contract will obligate $2,027,004 of FMS funding in support of unclassified Iraq EGI sales and $722,192 of FMS funding in support of unclassified Thailand EGI sales.  Air Force Life Cycle Management Center/WNKCB, Robins Air Force Base, Ga., is the contracting activity (FA8540-14-D-0001).

B3H Corp., Shalimar, Fla., has been awarded a $6,856,100 firm-fixed-price task order (SK02) for an existing contract (FA4890-12-D-0014) for English language instructors and an English language training program using Defense Language Institute English Language Center courseware, methodology and processes.  This modification provides for the exercise of the first option year.  Work will be performed at King Abdul Aziz Air Base, Dhahran, and is expected to be completed by Jan. 31, 2015.  This contract is 100 percent foreign military sales for the government of Saudi Arabia.  338 SCONS, Joint Base San Antonio, Texas, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Lockheed Martin Corp., Orlando, Fla., has been awarded a $20,618,247 modification to cost-plus-fixed-fee contract HR0011-09-C-0096 to perform risk reduction and technical maturity efforts associated with the Long Range Anti-Ship Missile program, design to engineering, manufacturing and development phase.  The contractor will execute Systems Requirement Review 2 and support a preliminary design review.  Lockheed will conduct demonstration and performance assessment of all subsystems through testing, analysis, simulation and analogy.  Work will be performed in Orlando, Fla., (69.92 percent); Nashua, N.H., (26.35 percent) and Palm Bay, Fla., (3.73 percent).  The estimated completion date is Dec. 31, 2014.  Fiscal 2013 research and development funds are being obligated at time of award.  The contracting activity is DARPA, Arlington, Va.

Goodrich Corp., Jacksonville, Fla., has been awarded a $7,598,764 cost contract for engineering design services and fabrication of a full scale prototype submarine rotor component under the Hybrid Demonstration program.  Work will be performed in Jacksonville, Fla., (38 percent); Groton, Conn., (13 percent); Arvonia, Va., (17 percent) and Huntsville, Ala., (32 percent).  The estimated completion date is April 15, 2015.  Fiscal 2013 research and development funds are being obligated at time of award.  The contracting activity is DARPA, Arlington, Va., (HR0011-14-C-0054).

NAVY

Wolf Creek Federal Services Inc.*, Anchorage, Alaska, is being awarded a $12,960,577 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for housing operations and maintenance services and change of occupancy maintenance services at Naval Base Guam and Andersen Air Force Base, Commander Joint Region Marianas.  The contract contains four option years, which if exercised, would bring the contract value to $95,323,477.  Work will be performed in Santa Rita, Guam (60 percent) and Yigo, Guam (40 percent), and is expected to be completed by October 2014.  Fiscal 2014 family housing operation and maintenance, Navy; fiscal 2014 quarter operations, Navy; fiscal 2014 sustainment, Navy; and fiscal 2014 family housing operation and maintenance, Air Force contract funds in the amount of $8,362,773 are 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 Online website, with three proposals received.  The Naval Facilities Engineering Command Marianas, Guam, is the contracting activity (N40192-14-D-9000).

Patriot Contract Services LLC, Concord, Calif., is being awarded a $7,236,660 modification under a previously awarded firm-fixed price contract (N0003-10-C-5301) to exercise a one-year option period for the operation and maintenance of four large, medium-speed, roll-on/roll-off ships.  These four ships support the deployed military forces worldwide.  Work will be performed worldwide at sea and is expected to be completed by January 2015.  Working capital contract funds in the amount of $7,236,660 are obligated for fiscal 2014, and will expire at the end of the current fiscal year.  The U.S. Navy’s Military Sealift Command, Washington, D.C., is the contracting activity.

MISSILE DEFENSE AGENCY

CORRECTION:  The contract modification announced Jan. 22, 2014 had incorrect dollar values associated with the award and obligated amounts.  The correct amounts are:  Lockheed Martin Space Systems Co. (LMSSC) of Huntsville, Ala., was awarded a $31,674,868 modification (P00004) to firm-fixed-price and cost-plus-fixed-fee contract HQ0147-14-C-0004 to provide highly specialized services to support Ballistic Missile Defense System flight test activities using LMSSC developed target hardware.  The work will be performed at several LMSSC facilities, and government test sites and is expected to be completed Dec. 31, 2014.  Fiscal 2014 research, development, test and evaluation funds in the amount of $6,582,845 are being obligated at time of award.  The Missile Defense Agency, Huntsville, Ala., is the contracting activity.


*Small Business

Wednesday, January 22, 2014

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

DEFENSE DEPARTMENT 
CONTRACTS

DEFENSE LOGISTICS AGENCY

Thomas Instrument,* Brookshire, Texas, has been awarded a maximum $48,702,626 firm-fixed-price contract for aircraft winches.  This contract is a sole-source acquisition.  Location of performance is Texas with a May 2016 performance completion date.  Using military service is Air Force.  Type of appropriation is fiscal year 2014 Air Force working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga., (SPRWA1-14-D-0002).

Coast Citrus Distributors,* San Diego, Calif., has been awarded a maximum $35,158,808 fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh fruit and vegetable support.  This contract is a competitive acquisition, and four offers were received.  This is an eighteen-month base contract with two eighteen-month option periods.  Location of performance is California with a Jul. 20, 2015 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE300-14-D-P244).

Freeman Holdings of California, LLC, doing business as Million Air Victorville,* Victorville, Calif., has been awarded a maximum $28,455,164 fixed-price with economic-price-adjustment contract for into-plane jet fuel.  This contract is a competitive acquisition, and one offer was received.  Location of performance is California with a Mar. 31, 2018 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2014 through fiscal year 2018 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0007).

Valley Fruit and Produce,* Los Angeles, Calif., has been awarded a maximum $14,691,191 fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh fruit and vegetable support.  This contract is a competitive acquisition, and five offers were received.  This is an eighteen-month base contract with two eighteen-month option periods.  Location of performance is California with a Jul. 20, 2015 performance completion date.  Using military services are non-Department of Defense schools and reservations.  Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE300-14-D-S606).

Rockwell Collins-ESA Vision Systems (formerly Vision Systems International LLC), Fort Worth, Texas, has been awarded a maximum $14,666,736 firm-fixed-price contract for replenishment spare parts in support of the A/24A-56 joint helmet mounted cueing system.  This contract is a sole-source acquisition.  Location of performance is Texas, Oregon and Israel with a July 31, 2015 completion date.  Using military services are Navy, Air Force, and Air National Guard.  A portion of this contract is in support of foreign military sales for Canada, Chile, Pakistan, Portugal, Thailand and Iraq.  Type of appropriation is Air Force fiscal 2013 investment funds, Air Force and Air National Guard fiscal 2014 operations and maintenance funds, Navy fiscal 2013 and fiscal 2014 aircraft procurement funds and FMS funds. The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga., (SPRWA1-11-D-0007-0009).

AIR FORCE

General PAE Applied Technologies, LLC, Fort Worth, Texas, has been awarded a $28,070,424 modification (P00027) on an existing contract (FA3010-13-C-0007) exercising the option for Keesler Air Force Base, Miss., base operations support services.  Work will be performed at Keesler AFB, and is expected to be completed on Jan. 31, 2015.  Fiscal 2014 operations and maintenance funds will be obligated incrementally upon availability.  The 81st Contracting Squadron, Keesler AFB, Miss., is the contracting activity.

Isometrics, Inc., Reidsville, N.C., has been awarded a $7,100,835 indefinite-delivery, requirements contract for the design and production of A/S32 R-11 aircraft refueling/defueling/hydrant servicing trucks.  Work will be performed at Reidsville, N.C., and is expected to be completed by Sep. 30, 2015.  This award is the result of a competitive acquisition, small business set-aside, and three offers were received.  No funds are being obligated at time of award.  Air Force Life Cycle Management Center/WNKBBB, Robins Air Force Base, Ga., is the contracting activity (FA8533-14-D-0001).

NAVY

The Boeing Co., Jacksonville, Fla., is being awarded a $17,820,844 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity delivery order contract for remanufacturing activities and associated maintenance and sustainment capabilities in support of the F/A-18 A-F Depot Level Service Life Extension Program.  Work will be performed in Jacksonville, Fla. (92 percent) and St. Louis, Mo. (8 percent), and is expected to be completed in September 2014.  Fiscal 2014 aircraft procurement, Navy funds in the amount of $249,399 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity (N00019-14-D-0001).

Bell Helicopter Textron, Inc., Hurst, Texas, is being awarded $13,495,182 for cost-plus-fixed-fee delivery order 0001 under a previously awarded contract (N00383-14-D-015N) for repair/overhaul work of five high priority items for the UH-1Y and AH-1Z helicopters.  Work will be performed in Hurst, Texas, and is expected to be completed by January 2017.  Fiscal 2014 Navy working capital funds in the amount of $6,747,591 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

EFW, Inc., Fort Worth, Texas, is being awarded an $11,666,579 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0037) to exercise an option for the installation and procurement of helmet display tracker system (HDTS) kits for AH-1W aircraft, including nine HTDS P-kits, 29 AH-1W Helmet kits, and installation of 54 HDTS.  Work will be performed in Fort Worth, Texas (42 percent); Camp Pendleton, Calif. (30 percent); and Cherry Point, N.C. (28 percent), and is expected to be completed in December 2014.  Fiscal 2014 aircraft procurement, Navy funds in the amount of $11,666,579 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, Md. is the contracting activity.
Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded an $8,022,845 modification to a previously awarded firm-fixed-priced contract (N00019-09-C-0069) to exercise an option for the procurement of AN/ARC-210(V) Electronic Radios and ancillary equipment for a variety of aircraft.  Equipment being procured includes 15 C-12561A/ARC; 65 MT-6567/ARC; 15 MT-7006/ARC; 15 AM-7526/ARC; 15 MX-11641/ARC; 50 AS-3972/A; 50 CV-4092/A, and 65 RT-1939(C)/ARC.  Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in November 2014.  Fiscal 2014 aircraft procurement, Navy funds in the amount of $8,022,845 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Cortana Corp.,* Falls Church, Va., is being awarded a $7,760,214 modification to a previously awarded cost-plus-fixed-fee contract (N00421-09-C-0028) to exercise an option for the research and development of sensors and systems in support of the Advanced Sensor Application Program and the Remote Environmental Sensor Program.  Sensors and systems support a variety of naval aviation missions, including air-under-sea warfare, defense suppression, electronic attack, naval warfare and amphibious, strike and anti-surface warfare.  Work will be performed in Falls Church, Va., and is expected to be completed in September 2014.  Fiscal 2014 research, development, test, and evaluation, Navy funds in the amount of $525,000 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, Patuxent River, Md., is the contracting activity

ARMY

L-3 Communications Corp, Madison, Miss., was awarded a $129,000,000 modification (P00106) to contract W58RGZ-10-C-0107 for maintenance and modification of the Army C-12/RC-12/UC-35 fixed wing aircraft fleet. Fiscal 2014 operations and maintenance (Army) funds in the amount of $88,076,758 were obligated at the time of the award.  Estimated completion date is Jan. 31, 2015. Work will be performed in Madison, Miss. Army Contracting Command, Redstone Arsenal, Ala. is the contracting activity.

Great Lakes Dredge and Dock, LLC, Oak Brook, Ill., was awarded a $14,177,652 firm-fixed-price contract for deepening the Delaware River main channel.  Fiscal 2014 operations and maintenance (Army) funds in the amount of $14,177,652 were obligated at the time of the award. Estimated completion date is Nov. 30, 2014.  Bids were solicited via the Internet with four received.  Work will be performed in Philadelphia, Pa.  Army Corps of Engineers, Philadelphia, Pa., is the contracting activity (W912BU-14-C-0008).

Zyscovich, Inc., Miami, Fla., (W91236-14-D-0012); Reynolds, Smith and Hills, Inc., Jacksonville, Fla., (W91236-13-D-0044); and Schenkel & Shultz, Inc. Orlando, Fla., (W91236-13-D-0043) were awarded a $10,000,000 firm-fixed-price, indefinite-delivery contract for architectural and engineering services to support DoD elementary and secondary schools within the continental United States and overseas trust territories, and in Europe, Cuba, Japan, and Korea.  Funding and work performance location will be determined with each order.  Estimated completion date is June 26, 2017.  Bids were solicited via the Internet with forty-five received. Army Corps of Engineers, Norfolk, Va., is the contracting activity.

American International Contractors, Inc., Arlington, Va., was awarded a $9,788,000 firm-fixed-price, foreign military sales contract for construction of the United Kingdom Maritime Component Command (UKMCC) including constructing a forward support unit warehouse and headquarters facility at Mina Salman Port, NSA II, Kingdom of Bahrain.  Funds in the amount of $9,788,000 were obligated at the time of the award.  Estimated completion date is April 7, 2015. Bids were solicited via the Internet, with eight received.  Work will be performed in Bahrain.  Army Corps of Engineers, Winchester, Va., is the contracting activity (W912ER-14-C-0002).

EADS-NA, Herndon, Va., was awarded a $9,454,370 modification (00757) to contract W58RGZ-06-C-0194 for Lakota helicopter logistics support.  Fiscal 2014 operations and maintenance (Army) funds in the amount of $9,454,370 were obligated at the time of the award. Estimated completion date is Dec. 31, 2014.  Work will be performed in Herndon, Va.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

NEK Services, Inc., San Diego, Calif., is being awarded an $8,232,079, firm-fixed-price task order in support of the Joint Exploitation Training Center (JETC), C. Company, 6th Battalion, 1st Special Warfare Training Group (Airborne), Fort Bragg, N.C.  The contractor shall provide instructors and role players to support the JETC advanced skills training.  The work will be performed in Fort Bragg, N.C, and is expected to be completed by January 2019.  Contract funds will not expire at the end of the current fiscal year.  Fiscal 14 operations and maintenance funds in the amount of $1,646,415 are being obligated at time of award.  This contract was awarded utilizing procedures at FAR 8.405-6. A best value determination was made based on evaluation of qualifying criteria, technical, past performance and price.  The requirement was posted via GSA E-buy seeking full and open competition under GSA Mission Oriented Business Integrated Services (MOBIS) Federal Supply Schedule.  Two offers were received.  United States Army Special Operations Command, Fort Bragg, N.C., is the contracting activity
(H92239-14-F-0001).

MISSILE DEFENSE AGENCY

Lockheed Martin Space Systems Co., (LMSSC) Huntsville, Ala., is being awarded a $33,018,000 modification (P00004) to firm-fixed-price and cost-plus-fixed-fee contract HQ0147-14-C-0004 to provide essential, highly specialized services to support Ballistic Missile Defense System flight test activities using LMSSC developed target hardware.  The work will be performed at several LMSSC facilities, and government test sites and is expected to be completed Dec. 31, 2014.  Fiscal 2014 research, development, test and evaluation funds in the amount of $7,000,000 are being obligated at time of award.  The Missile Defense Agency, Huntsville, Ala., is the contracting activity.
*Small Business

Thursday, January 9, 2014

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

FROM:  DEFENSE DEPARTMENT 
CONTRACTS

ARMY

Sikorsky Aircraft Corp., Stratford, Conn., was awarded a $549,905,199 modification (P00126) to contract W58RGZ-12-C-0008 to fund Navy’s eighteen MH-60S helicopters and nineteen MH-60R helicopters and associated sustaining engineering, program management, systems engineering, provisioning, technical publications, other integrated logistics support and advanced procurement funding for program years four and five.  Fiscal 2014 other program funds in the amount of $230,186,863 were obligated at the time of the award.  Estimated completion date is Dec. 31, 2015.  Work will be performed in Stratford, Conn.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity


DEFENSE LOGISTICS AGENCY

American Water Operations & Maintenance Inc., Voorhees, N.J., has been awarded a maximum $288,021,970 fixed-price with economic-price-adjustment contract for assumption of ownership, operation, and maintenance of the water distribution system and wastewater collection system at Hill Air Force Base.  This contract is a competitive acquisition and one offer was received.  Location of performance is New Jersey and Utah with a January 2064 performance completion date.  Using military service is Air Force.  Type of appropriation is fiscal 2014 Air Force operations and maintenance funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-C-8290).

US Foods International Inc.*, Gardena, Calif., has been awarded a maximum $42,226,006 modification (P00202) exercising the fourth option year on a one-year base contract (SPM300-08-D-3310) with four one-year option periods for prime vendor full line food distribution.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Locations of performance are California and South Korea with a Jan. 31, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, federal civilian agencies, and other authorized Department of Defense customers.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

The Merchants Co., Hattiesburg, Miss., has been awarded a maximum $12,316,254 fixed-price with economic-price-adjustment, indefinite-quantity, bridge contract for prime vendor food and beverage support.  This contract is a sole-source acquisition.  Location of performance is Mississippi with a July 12, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, Coast Guard, and Air National Guard.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-14-D-3732).

US Foods Inc., Livermore, Calif., has been awarded a maximum $7,232,994 firm-fixed-price, indefinite-quantity contract for prime vendor full-line food distribution.  This contract is a sole-source acquisition.  Location of performance is California with a July 12, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-14-D-3734).

MISSILE DEFENSE AGENCY

Raytheon Missile Systems Co., Tucson, Ariz., is being awarded a not-to-exceed $156,000,000 sole-source, undefinitized contract action, with a hybrid contract structure with firm-fixed-price and cost reimbursable contract line item numbers.  Under this contract modification, the contractor will procure 8 Standard Missile-3 Block IB missile material and all up round build up.  The work will be performed in Tucson, Ariz.  The performance period is from date of award through September 2016.  Fiscal 2014 Defense wide procurement funds will be used to fund this effort.  The Missile Defense Agency, Dahlgren, Va., is the contracting activity (HQ0276-13-C-0001).

NAVY

Electric Boat Corp., Groton, Conn., is being awarded a $15,035,596 cost-plus-fixed-fee modification to previously awarded contract (N00024-13-C-2128) for procurement of integrated tube and hull long-lead-time material in support of the Ohio Class Replacement Program.  This contract combines purchases for the U.S. Navy (50 percent) and the government of the United Kingdom (50 percent) under the Foreign Military Sales program.  Work will be performed in Groton, Conn., and is scheduled to be completed by November 2016.  Fiscal 2014 research, development, test and evaluation and FMS funding in the amount of $15,035,596 will be obligated at time of award and will not expire at the end of the current fiscal year.  Supervisor of Shipbuilding Conversion and Repair, Groton, Conn., is the contracting activity.

Huntington Ingalls Inc., Newport News Shipbuilding, Newport News, Va., is being awarded an unpriced contract action not to exceed an estimated value of $8,163,923 to previously awarded contract (N00024-08-C-2110) to perform all efforts necessary to procure, manage and deliver onboard repair parts in support of the USS Gerald R. Ford (CVN 78) construction.  Work will be performed in Newport News, Va., and is expected to complete in September 2015.  Fiscal 2014 shipbuilding and conversion, Navy funding in the amount of $500,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  Supervisor of Shipbuilding Conversion and Repair, Newport News, Va., is the contracting activity.

BriarTek Inc., Alexandria, Va., is being awarded an $8,070,975 indefinite-delivery/indefinite-quantity contract for supplies and services for the procurement of the Man Overboard Indicator (MOBI) Ship Installation Support System, logistics and training services.  The overall objective of the MOBI program is to outfit each ship with a system capable of alerting the crew to a man overboard event, so that a lifesaving rescue can be affected.  Work will be conducted at various ship homeports within and outside the continental United States as required and is expected to be completed by January 2019.  Fiscal 2014 other procurement, Navy, fiscal 2014 operations and maintenance, Navy, and fiscal 2014 shipbuilding and conversion, Navy funding in the amount of $18,000 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.  The contract was awarded on a sole-source basis in accordance with the statutory authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1 - only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-14-D-0001).

AIR FORCE

The Boeing Co., Huntington Beach, Calif., has been awarded a $7,131,719 firm-fixed-price contract for Combat Survivor Evader Locator (CSEL) contractor logistics support 2014-2017.  The contractor will provide maintenance, sustaining engineering, new equipment training for users/operators; engineering support for the entire CSEL system on a continuous, around-the-clock basis; and analysis, tools, countermeasures, and software development and integration solutions for all Department of Defense cyber security and information assurance directives, instructions, procedures, threats and policies.  Work will be performed at Huntington Beach, Calif., and is expected to be completed on Dec. 31, 2014.  Fiscal 2014 operations and maintenance funds in the amount of $282,704 are being obligated at time of award.  Battle Management Directorate, Hanscom Air Force Base, Mass., is the contracting activity (FA8730-14-C-0013).

*Small Business

Search This Blog

Translate

White House.gov Press Office Feed