Showing posts with label U.S. AIR FORCE. Show all posts
Showing posts with label U.S. AIR FORCE. Show all posts

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 11, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

DEFENSE LOGISTICS AGENCY

Draeger Medical Inc., Telford, Pa., has been awarded a maximum $140,000,000 modification (P00067) exercising the third option period on a five-year base contract (SPM200-07-D-8003) with five one-year option periods for anesthesia machines, monitors, ventilators and related accessories.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Pennsylvania with a March 11, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, federal civilian agencies, and Department of Veterans Affairs.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Genesis Vision, doing business as Rochester Optical*, Rochester, N.Y., has been awarded a maximum $50,000,000 fixed-price with economic-price-adjustment contract for optical frames.  This is a three-year base contract with two one-year option periods.  Location of performance is New York with a March 10, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2DE-14-D-7559).

NAVY

Computer Systems Center Inc.*, Springfield, Va., is being awarded a $12,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the development and fielding of command, control, intelligence, surveillance, reconnaissance and targeting systems for Deployable Tactical Operations Center Components.  Work will be performed in Springfield, Va., and is expected to be completed in March 2018.  Fiscal 2014 research, development, test and evaluation, Navy funds in the amount of $1,200,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-14-D-0013).

Mikel, Inc.*, Fall River, Mass., is being awarded a $6,689,497 modification to previously awarded contract (N00024-11-C-6295) to exercise options for engineering and technical services for combat systems of the future.  Work will be performed in Middletown, R.I. (77 percent), Fall River, Mass. (10 percent), Manassas, Va. (10 percent); Pearl Harbor, Hawaii (2 percent) and North Kingstown, R.I. (1 percent), and is expected to be completed by September 2014.  Fiscal 2014 operations and maintenance, Navy funding in the amount of $365,000 will be obligated at time of award and contract funds will expire at the end of the current fiscal year.  This contract was not competitively procured, as award is being made under the authority of 10 U.S.C. 2304(c)(5)-Authorized or Required by Statue 15 U.S.C. 638 (r)-Aid to Small Business.  The Naval Sea System Command, Washington D.C., is the contracting activity.

AIR FORCE

The Boeing Co., Defense, Space and Security, Kent, Wash., has been awarded a $10,814,354 modification (001) on an existing indefinite-delivery/indefinite-quantity contract (F19628-01-D-0016) for trade studies and analysis for the Japan AWACS mission computing upgrade DMS 3.X requirements planning and hardware procurement to procure end of life hardware.  This contract action is implemented as a modification to delivery order #0097 under the AWACS modernization and sustainment support basic contract.  Work will be performed at Kent, Wash., and is expected to be completed by Dec. 31, 2014.  This is an unclassified foreign military sales contract for Japan.  Air Force Life Cycle Management Center/HBSK, Hanscom Air Force Base, Mass., is the contracting activity.  

*Small Business

Thursday, March 6, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

NAVY

General Electric, Lynn Mass., was awarded a $79,737,730 firm-fixed-price contract for the repair of 20 T-64 engine (CH53D/E and MH53E helicopters) components, along with manufacturing, engineering, and technical support to the Fleet Readiness Center East, Cherry Point, N.C., with a goal of improving monthly output.  Work will be performed in Cherry Point, N.C. (80 percent), and Lynn, Mass. (20 percent), and work is expected to be completed by Sept. 30, 2015.  No funds will be obligated at the time of award and will not expire before the end of the current fiscal year.  Fiscal 2014 and 2015 Navy working capital funds will be used on the delivery orders as they are issued.  This contract was competitively procured through full and open competition and solicited via the Federal Business Opportunities website, with one offer received.  The NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity (N00383-14-D-004M). (Awarded March 4, 2014)

Science Applications International Corp., Mclean, Va., was awarded a potentially estimated $35,265,817 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to support Space and Naval Warfare Systems Center Pacific’s Training Development and Support Center to provide training for a range of program offices.  This is one of four contracts awarded.  Each awardee will have the opportunity to compete for task orders during the ordering period.  Work will be performed in San Diego, Calif., and work is expected to be completed March 4, 2017.  Fiscal 2014 operations and maintenance, Navy; other procurement, Navy and research, development, test and evaluation funds in the amount of $50,000 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  This contract was competitively procured via full and open competition via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with seven proposals received and four selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-14-D-0108). (Awarded March 5, 2014)

Kratos Technology & Training Solutions Inc., San Diego, Calif., was awarded a potentially estimated $35,211,430 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to support Space and Naval Warfare Systems Center Pacific’s Training Development and Support Center to provide training for a range of program offices.  This is one of four contracts awarded.  Each awardee will have the opportunity to compete for task orders during the ordering period.  Work will be performed in San Diego, Calif., and work is expected to be completed March 4, 2017.  Fiscal 2014 operations and maintenance, Navy; other procurement, Navy and research, development, test and evaluation funds in the amount of $50,000 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  This contract was competitively procured via full and open competition via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with seven proposals received and four selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-14-D-0106). (Awarded March 5, 2014)


Salient Federal Solutions, Fairfax, Va., was awarded a potentially estimated $34,647,083 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to support Space and Naval Warfare Systems Center Pacific’s Training Development and Support Center to provide training for a range of program offices.  This is one of four contracts awarded.  Each awardee will have the opportunity to compete for task orders during the ordering period.  Work will be performed in San Diego, Calif., and work is expected to be completed March 4, 2017.  Fiscal 2014 operations and maintenance, Navy; other procurement, Navy and research, development, test and evaluation funds in the amount of $50,000 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  This contract was competitively procured via full and open competition via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with seven proposals received and four selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-14-D-0107). (Awarded March 5, 2014)

Mantech Systems Engineering Corp., Fairfax, Va., was awarded a potentially estimated $33,607,344 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to support Space and Naval Warfare Systems Center Pacific’s Training Development and Support Center to provide training for a range of program offices.  This is one of four contracts awarded.  Each awardee will have the opportunity to compete for task orders during the ordering period.   Work will be performed in San Diego, Calif., and work is expected to be completed March 4, 2017.  Fiscal 2014 operations and maintenance, Navy; other procurement, Navy and research, development, test and evaluation funds in the amount of $50,000 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  This contract was competitively procured via full and open competition via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with seven proposals received and four selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-14-D-0105). (Awarded March 5, 2014)

Science Applications International Corp., McLean, Va., was awarded a $33,003,618 modification under a previously awarded firm-fixed-price contract (N39430-13-C-1201) to exercise option period one for anti-terrorism/force protection global sustainment at Navy regions, worldwide.  The work to be performed provides for preventative and corrective maintenance, repair and replacement, service calls, and systems/software upgrades for anti-terrorism/force protection ashore equipment.  The total contract amount after exercise of this option will be $60,169,948.  Work will be performed worldwide and work is expected to be completed March 2015.  Fiscal 2014 operation and maintenance, Navy contract funds in the amount of $33,003,618 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif., is the contracting activity. (Awarded March 4, 2014)

Alutiiq Pacific LLC*, Anchorage, Alaska (N39430-13-D-1264); Securityhunter Inc.*, Baltimore, Md. (N39430-13-D-1265); and Split Pine Technologies LLC*, Tallahassee, Fla. (N39430-13-D-1266), are each being awarded option year one under a previously awarded firm-fixed-price, multiple-award contract for physical security access control at Navy shore installations throughout the world, including joint bases assigned to the Navy.  The work to be performed provides for the design, procurement, installation, integration, testing and initial training for anti-terrorism force protection hardware and software.  The combined total value for all three contractors is $33,000,000.  No task orders are being issued at this time.  The total contract amount after exercise of this option will be $66,000,000.  All work on this contract will be performed at Navy shore installations throughout the world, including joint bases assigned to the Navy.  The term for this option is from March 2014 to March 2015.  No funds will be obligated at time of award.  Operation and maintenance, Navy and other procurement, Navy funds will be obligated on individual task orders as they are issued.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif., is the contracting activity.

Concurrent Technologies Corp., Johnstown, Pa., was awarded a $15,338,026 cost-plus-fixed fee, indefinite-delivery/indefinite-quantity contract to provide engineering services in support of the continued modification of the carriage, stream, tow and recovery system to incorporate airborne countermeasures capabilities.  The overall objectives of the carriage, stream, tow and recovery program are to design, fabricate, test and integrate a system for the carriage, stream, tow and recovery of all five airborne mine countermeasures (AMCM) sensors to support the organic AMCM mission of the MH-60S helicopter.  Work will be performed in Johnstown, Pa., and is expected to be completed by March 2015.  Fiscal 2014 research, development, test and evaluation and fiscal 2014 aircraft procurement, Navy funding in the amount of $5,034,148 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The contract was not competitively procured in accordance with FAR 6.302 - no other supplies or services would satisfy agency requirements.  The Naval Surface Warfare Center Panama City Division, Panama City, Fla., is the contracting activity (N61331-14-D-0010). (Awarded March 4, 2014)

Raytheon Co., McKinney, Texas, was awarded a $12,814,344 firm-fixed-price contract for 16 turret units and eight electronics units for the Multi-Spectral Targeting Systems for Navy MH-60 aircraft.  The system is an airborne, electro-optic, forward-looking infra-red, turreted sensor package that provides long-range surveillance, high altitude target acquisition, tracking, range-finding, and laser designation, and for the HELLFIRE missile, and for all tri-service and North Atlantic Treaty Organization laser guided munitions.  Work will be performed in McKinney, Texas, and is expected to be completed by July 2015.  Navy working capital funds in the amount of $12,814,344 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 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, Crane, Ind., is the contracting activity (N00164-12-G-JQ66).  (Awarded March 5, 2014)


ArĂȘte Associates, Tucson, Ariz., was awarded a $10,228,983 cost-plus-fixed-fee modification to previously awarded contract (N6133-11-C-0007) for Coastal Battlefield Reconnaissance and Analysis (COBRA) Program Systems Support for the AN/DVS-1 COBRA Block 1 System and support equipment.  The primary mission of AN/DVS-1 COBRA is to conduct unmanned aerial tactical reconnaissance in littoral battlespace for detection and localization of mine fields and obstacles in the surf zone and beach zone.  Work will be performed in Tucson, Ariz., and is expected to be completed by February 2015.  Fiscal 2014 research, development, test and evaluation funding in the amount of $1,400,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with FAR 6.302-1(a)(2)(iii) - only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center Panama City Division, Panama City, Fla., is the contracting activity. (Awarded March 5, 2014)

Raytheon Co., McKinney, Texas, is being awarded a $10,072,556 firm-fixed-price contract for 10 Multi-Spectral Targeting Systems for Air Force HC/MC-130J aircraft.  The system is an airborne, electro-optic, forward-looking infra-red, turreted sensor package that provides long-range surveillance, high altitude target acquisition, tracking, range-finding, and laser designation, and for the Hellfire missile, and for all tri-service and North Atlantic Treaty Organization laser guided munitions.  Work will be performed in McKinney, Texas, and is expected to be completed by April 2015.  Fiscal 2012 aircraft procurement, Air Force contract funds in the amount of $10,072,556 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 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 Crane Division, Crane, Ind., is the contracting activity (N00164-12-G-JQ66-0045).

L-3 Communications MariPro Inc., Goleta, Calif., was awarded a $6,764,229 modification to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N66604-12-C-2838) to exercise an option for the Sea Shore Interface Installation, Highly Accelerated Life Test, and integrated logistics services in support of the Undersea Warfare Training Range, located off the coast of Jacksonville, Fla.  Work will be performed in Goleta, Calif. (85 percent), Newington, N.H. (10 percent), and Mayport, Fla. (5 percent), and is expected to be completed in May 2019.  Fiscal 2014 other procurement, Navy funds in the amount of $6,764,229 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center, Training Systems Division, Orlando, Fla., is the contracting activity.  (Awarded March 5, 2014)

ARMY

Colt Defense LLC, West Hartford, Conn. (W15QKN-14-D-0027) and FN Manufacturing LLC, Columbia, S.C. (W15QKN-14-D-0026), were awarded a $16,321,305 firm-fixed-price, multi-year contract for M4 rifle bolts for the M4 product improvement program.  Funding and work location will be determined with each order.  Estimated completion date is Feb. 28, 2018.  Bids were solicited via the Internet with six received.  Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.


Raytheon Southeast Asia Systems Co., Andover, Mass., was awarded a $7,287,470 modification (P00004) to firm-fixed-price, foreign military sales contract W31P4Q-12-C-0142 for technical assistance to the United Arab Emirates (UAE) Hawk Missile System program.  Fiscal 2014 other procurement funds in the amount of $7,287,470 were obligated at the time of the award.  Estimated completion date is Feb. 28, 2015.  Work will be performed in the UAE.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

AIR FORCE

Textron Defense System, Wilmington, Mass., has been awarded a $17,175,606 firm-fixed-price, five-year requirements contract for the ICBM Flight MK 12A Mod 5F midsections.  The contract award is to provide the government with up to 21 Mod 5F midsections over a five-year ordering period.  Work will be performed at Wilmington, Mass., and is expected to be completed by March 5, 2020.  Fiscal 2014 missile procurement funds in the amount of $3,663,047 are being obligated at time of award.  Air Force Nuclear Weapons Center/PZBE, Hill Air Force Base, Utah, is the contracting activity (FA8204-14-D-0001).

Leidos Inc., El Segundo, Calif., has been awarded $7,850,000 firm-fixed-price contract for Global Positioning Systems Directorate Systems Engineering and Integration (SE&I) Bridge 4.0 which provides for SE&I support services to the GPS Directorate.  Work will be performed at Los Angeles Air Force Base, El Segundo, Calif., and is expected to be completed by Sept. 2, 2014.  This award is a result of a sole-source acquisition.  Fiscal 2014 research and development and fiscal 2014 missile procurement funds in the amount of $4,120,000 are being obligated at time of award.  This is not a multiyear effort.  GPS Directorate, Space and Missile System Center, Los Angeles Air Force Base, El Segundo, Calif., is the contracting activity (FA88078-14-C-0005).

*Small business

Tuesday, March 4, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR MARCH 4, 2014

FROM:  U.S. DEFENSE DEPARTMENT

CONTRACTS

ARMY

Boeing Co., Mesa, Ariz. was awarded a $1,156,446,681 modification (P00007) to contract W58RGZ-12-C-0055 for full rate production of the AH-64E Apache helicopter, seventy-two remanufactured helicopter systems, ten new helicopter systems, and for refreshing five crew trainers , refurbishing one crew trainer, and integrated logistics support, peculiar ground support equipment, initial spares, over and above, and engineering studies.  Fiscal 2013other procurement funds in the amount of $380,043,678 and fiscal 2014 other procurement funds in the amount of $494,322,830 were obligated at the time of the award. Estimated completion date is June 30, 2016. Work will be performed in Mesa, Ariz.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Torch Technologies, Inc., Huntsville, Ala. was awarded a $70,997,405 cost-plus-fixed-fee contract for missile element simulation which will enhance and maintain the current suite of missile modeling simulation, hardware-in-the-loop and prototype development facilities. Funding and work performance location will be determined with each order.  Estimated completion date is Feb. 11, 2019.  Bids were solicited via the Internet with one received. Army Contracting Command, Redstone Arsenal, Ala. is the contracting activity (W31P4Q-14-D-0017).

DRS Tactical Systems Inc., Melbourne, Fla. was awarded a $12,596,227 firm-fixed-price contract for improved platform integration kits for the M777A2 and M119A3 howitzer.  Funding and work performance location will be determined with each order.  Estimated completion date is Feb. 27, 2019.  One bid was solicited with six received. Army Contracting Command, Picatinny Arsenal, N.J. is the contracting activity (W15QKN-14-D-0036).

NAVY

Huntington Ingalls Inc., Newport News, Va., is being awarded a $1,294,817,351 modification to previously awarded contract (N00024-09-C-2116) to continue construction preparation efforts and provide the ability to procure additional material and advance construction activities for CVN 79.  Huntington Ingalls Inc. will provide all services and material in preparation for construction of CVN 79 including necessary research studies; engineering; design; related development efforts; advance planning; advance procurement for detail design and procurement of material; advance construction; life cycle support; logistics data and other data to support the anticipated fiscal year 2015 contract award of the detail design and construction of CVN 79.  The modification allows continuation of ongoing planning, construction and material procurement that are aligned with the optimal build plan for the ship, and it affords an opportunity for the shipbuilder to incorporate further construction process improvements into the construction plan.  Work will be performed in Newport News, Va., and is expected to be completed by October 2017.  Fiscal 2014 shipbuilding and conversion, Navy ($69,724,812) and Fiscal 2014 research, development, test & evaluation ($1,200,000) funding in the amount of $70,924,812 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 Corp., Liverpool, N.Y., is being awarded a $16,237,711 firm-fixed-price contract for the procurement of specialized test equipment and associated technical data packages and adapters required to perform testing of line replacement modules for the E-2D AN/APY-9 radar system.  Work will be performed in Liverpool, N.Y., and is expected to be completed in February 2017.  Fiscal 2012 aircraft procurement, Navy funds in the amount of $16,237,711 are being obligated on this award, all 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-C-0145).

Lockheed Martin Corp. Owego, N.Y. is being awarded $10,630,597 for firm-fixed-price delivery order 7048 against a previously awarded firm-fixed-price long term contract (N00383-09-D-021F) for the repair of 13 items in support of the Multi-Mode Radar System, and the Electronic Measurement System for the H-60R Helicopter.  Work will be performed in Owego, N.Y., and work is expected to be completed by March 2015.  Fiscal 2014 Navy working capital funds in the amount of 10,501,093 and Fiscal 2014 aircraft procurement, Navy funds in the amount of $129,504 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  The contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1).  The NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Atlantic Diving Supply doing business as ADS Inc.,* Virginia Beach, Va., has been awarded a maximum $776,000,000 fixed-price with economic-price-adjustment contract for the procurement of commercial type construction equipment.  This contract is a competitive acquisition, and eighteen offers were received.  This contract is one of up to ten contracts being issued against solicitation number SPM8EC-11-R-0003 and with requirements that specifically call for construction equipment within the product line and will be competed amongst other contractors who receive a contract under this solicitation.  This is a five-year base contract.  Locations of performance are Virginia, Iowa, North Dakota, Kansas and Georgia with a Mar. 2, 2019 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 2019 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8EC-14-D-0013).

Tyson Foods, Inc., Springdale, Ark., has been awarded a maximum $444,000,000 fixed-price with economic-price-adjustment contract for commercial chicken items. This contract is a competitive acquisition, and nine offers were received. This is a three-year base contract. Locations of performance are Oklahoma, Arkansas, North Carolina and Mississippi with a March 3, 2017 performance completion date.  Subsistence overseas prime vendors will order from this contract in support of overseas military customers.  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-4002).

West-Ward Pharmaceuticals, Inc., Eatontown, N.J., has been awarded a maximum $70,947,789 modification (P00062) exercising the first option year on a one-year base contract (SPM2D0-07-D-0004) with nine one-year option periods for various pharmaceutical products.  This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is New Jersey with a Feb. 26, 2015 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal year 2014 war-stopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

I Solutions Direct Inc., Fort Washington, Pa., has been awarded a maximum $68,724,679  modification (P00101) exercising the third option year on a two-year base contract (SPM8E5-10-D-0004) with three one-year option periods for carbon steel bar, sheet, and plate materials. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Pennsylvania with a Mar. 3, 2015 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 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Bayer Healthcare Pharmaceuticals, Whippany, N.J., has been awarded a maximum $49,375,502 modification (P00008) exercising the second option year on a one-year base contract (SPM2D0-12-D-0002) with seven one-year option periods for various pharmaceutical products.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is New Jersey with a Mar. 5, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2014 war-stopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Admiral Metals Servicenter Inc.,* Woburn, Mass., has been awarded a maximum $47,801,294 modification (P00101) exercising the third option year on a two-year base contract (SPM8E5-10-D-0001) with three one-year option periods for steel alloy, stainless steel, bar, sheet, and plate materials.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Massachusetts with a Mar. 3, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

I Solutions Direct Inc., Fort Washington, Pa., has been awarded a maximum $46,641,107 modification (P00101) exercising the third option year on a two-year base contract (SPM8E5-10-D-0002) with three one-year option periods for carbon steel bar, sheet, and plate materials.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Pennsylvania with a Mar. 2, 2015 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 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

TW Metals, Carol Stream, Ill., has been awarded a maximum $43,478,335 modification (P00101) exercising the third option year on a two-year base contract (SPM8E5-10-D-0003) with three one-year option periods for various carbon steel bar and plate materials. This is a fixed-price with economic-price adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Illinois with a Mar. 3, 2015 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 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Charleston Aluminum LLC,* Gaston, S.C., has been awarded a maximum $35,363,758 modification (P00101) exercising the third option year on a two-year base contract (SPM8E5-10-D-0006) with three one-year option periods for carbon steel bar, sheet, and plate materials. This is a fixed-price with economic-price-adjustment, indefinite delivery/indefinite quantity contract. Location of performance is South Carolina with a Mar. 7, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Short Bark Industries, Inc.,** Vonore, Tenn., has been awarded a maximum $23,339,900 modification (P00102) exercising the first option year on a one-year base contract (SPM1C1-13-D-1030) with four one-year option periods for various types of Permethrin Army Combat Uniform coats. This is a firm-fixed-price contract.  Locations of performance are Tennessee, Puerto Rico, and Mississippi with a Mar. 4, 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.

Universal Sodexho, Tacoma, Wash., has been awarded a maximum $10,800,000 modification (P00027) exercising the fifth bridge contract on a two-year base 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.

AIR FORCE

DLT Solutions, LLC, Herndon, Va., has been awarded a $45,973,106 delivery order (6K15) on an existing firm-fixed-price, blanket purchase agreement (W91QUZ-06-A-0002) for software maintenance and support for perpetual enterprise Oracle software licenses used throughout the Air Force and the U.S. Transportation Command.  Work will be performed at Herndon, Va., and is expected to be completed March 31, 2014.  Fiscal 2014 research and development, operations and maintenance, TRANSCOM Working Capital funds in the amount of $10,454,875 are being obligated at time of award.  Air Force Life Cycle Management Center/HIK, Maxwell Air Force Base-Gunter Annex, Ala., is the contracting activity.

*Small Business

Wednesday, February 26, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR FEBRUARY 26, 2014

FROM:  U.S. DEFENSE DEPARTMENT  
CONTRACTS

DEFENSE LOGISTICS AGENCY

BAE Systems, Aerospace & Defense Group, Phoenix, Ariz., has been awarded a maximum $79,972,510 modification (P00102) exercising the second option year on a one-year base contract (SPM1C1-12-D-1027) with three one-year option periods for improved outer tactical vests and individual repair kits.  This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Locations of performance are Arizona and Pennsylvania with a Feb. 27, 2015 performance completion date.  Using military services are Army and Air Force.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Tennier Industries*, Boca Raton, Fla., has been awarded a maximum $15,709,270 modification (P00008) exercising the first option year on a one-year base contract (SPM1C1-13-D-1028) with two one-year option periods for extreme cold wet weather trousers.  This is a firm-fixed-price contract.  Locations of performance are Florida, Pennsylvania, and Georgia with a Feb. 28, 2015 performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

CORRECTION:  The contract awarded Feb. 25, 2014 to Zodiac Aerospace, Alpharetta, Ga.,  should have read the amount as $7,029,909 and the contract number as SPRPA1-14-C-003W

DEPARTMENT OF DEFENSE EDUCATION ACTIVITY

Lincoln Public Schools was awarded a $12,016,371 firm-fixed price contract modification exercising the second of four option periods of service contract number HEVAS6-12-C-0001.  The contract is for comprehensive education program services, grades pre-kindergarten through eight servicing eligible dependent children of Department of Defense personnel residing on Hanscom Air Force Base, Massachusetts.  The period of performance for this option is March 1, 2014 through June 30, 2015.  Fiscal 2014 operations and maintenancce funding were obligated.  The contracting activity is the DoDEA/Domestic Dependent Elementary and Secondary Schools, Peachtree City, Ga.

Caesar Rodney School District was awarded an $8,191,180 firm-fixed price contract modification exercising the first of four option periods of service contract number HEVAS6-13-C-0001.  The contract is for comprehensive education program services, grades kindergarten through 12 servicing eligible dependent children of Department of Defense personnel residing on Dover Air Force Base, Del.  The period of performance for this option is March 1, 2014 through June 30, 2015.  Fiscal 2014 operations and maintenancce funding were obligated.  The contracting activity for this action is DoDEA/Domestic Dependent Elementary and Secondary Schools, Peachtree City, Ga.

NAVY

Harris Corp., Palm Bay, Fla., is being awarded an $11,164,184 modification to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00039-13-C-0001) for Commercial Broadband Satellite Program Force Level Variant (FLV) terminal systems.  The Commercial Broadband Satellite Program FLV terminal system is used to provide the Navy with terminal-to-shore, space and terrestrial connectivity to significantly increase throughput of data; improve satellite communications reliability; and provide redundancy for military satellite communications.  The FLV terminal systems are deployed on CVN, LPD-17 class and T-AHs ships.  This contract includes options which, if exercised, would bring the cumulative value of the contract to an estimated $37,497,686.  Work will be performed in Palm Bay, Fla., and is expected to be completed by February 2015.  If all options are exercised work could continue until February 2018.  Fiscal 2012 shipbuilding and conversion, Navy and fiscal 2013 and 2014 other procurement, Navy funds in the amount of $11,164,184 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1).  The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.

Environmental Management Inc.*, Idaho Falls, Idaho, is being awarded a $21,486,839 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N40085-10-D-0213) to exercise option four for facilities maintenance and heavy equipment repair services at Marine Corps Base Camp Lejeune, Marine Corps Air Station New River, and other outlying areas in eastern North Carolina.  The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary.  The total contract amount after exercise of this option will be $108,929,969.  Work will be performed in Jacksonville, N.C., and work is expected to be completed March 2015.  Fiscal 2014 operation and maintenance, Marine Corps contract funds in the amount of $18,673,268 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

CORRECTION:   The contract awarded Dec. 20, 2013 to J. Walter Thompson, Atlanta, Ga., (M00264-14-D-0002) should have read the amount as $169,999,999.  Task order 0001 should have read the amount was not-to-exceed $77,433,499.

AIR FORCE

Lockheed Martin Missiles and Fire Control, Orlando, Fla., has been awarded a $10,185,912 cost-plus-fixed-fee modification (P00017) for an existing contract (FA8682-12-C-0006) for Joint Air-to-Surface Strategic Missile anti-jam GPS receiver - Selective Availability Anti-Spoofing Module Version 3 (JAGR-S V3) for development of the JAGR-S V3 and options for V3 Qualification Failure Review Board (FRB), V3 Flight Test FRB, and for the Transit Case Assembly.  Work will be performed at Orlando, Fla., and Troy, Ala., and is expected to be completed by Dec. 31, 2016.  Fiscal 2014 missile procurement funds in the amount of $10,185,912 will be obligated at time of award. This award is the result of a sole-source acquisition.  Air Force Life Cycle Management Center/EBJK, Eglin Air Force Base, Fla., is the contracting activity.


*Small Business

Tuesday, February 25, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

NAVY

The Boeing Co., Seattle, Wash., is being awarded a $2,070,439,240 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0112) to exercise the options for the procurement of 16 P-8A Multi-mission Maritime Aircraft full rate production Lot I aircraft and 16 Ancillary Mission Equipment kits for the U.S. Navy.  Work will be performed in Seattle, Wash. (78.4 percent); Baltimore, Md. (4.7 percent); Greenlawn, N.Y. (2.4 percent); Cambridge, United Kingdom (1.6 percent); Rockford, Ill. (1.1 percent); North Amityville, N.Y. (1 percent), and miscellaneous locations throughout the continental United States (10.8 percent), and is expected to be completed in April 2017.  Fiscal 2014 aircraft procurement, Navy funds in the amount of $2,070,439,240 will be obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Seaward Services Inc., New Albany, Ind., is being awarded a $26,654,889 indefinite-delivery/indefinite-quantity contract incorporating firm-fixed price and cost-plus-fixed-fee provisions for the provision of vessels, supplies, equipment and services in support of the South Florida Ocean Measurement Facility (SFOMF) in Dania Beach, Fla.  SFOMF offers land, sea, and air test environments for use by government, private industry, and educational/institutional communities.  This contract will provide materials, supplies, equipment, vessels, and services needed to efficiently and effectively operate and maintain the facility.  Data acquisition systems, offshore test range(s), underwater systems, boats, vehicles, and associated material and weight handling equipment used for testing.  Work will be performed in Dania Beach, Fla., and is expected to complete by September 2019.  Fiscal 2014 operations and maintenance, Navy funding in the amount of $95,000 will be obligated at time of award and will expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-14-D-0008).

ARMY

Action Manufacturing Co., Bristol, Pa. was awarded an $83,200,000 firm-fixed-price, foreign military sales contract (U.K.) for approximately 1,100,000 M739A1 point detonating/delay artillery fuses and 100,000 safe and arm module assemblies for the 155mm M825A1 white phosphorous smoke projectile.  Funding and performance location will be determined with each order.  Estimated completion date is Feb. 25, 2019. Bids were solicited via the Internet with two received.  Army Contracting Command, Picatinny, Arsenal, N.J. is the contracting activity (W15QKN-14-D-0003).

Treviicos South, Inc., Charlestown, Mass., was awarded a$ 44,261,913 firm-fixed-price contract for the Bolivar Seepage Barrier, Bolivar, Ohio, for a partial-depth and partial-length seepage barrier through the upstream slope of Bolivar Dam.  Fiscal 2013 other procurement funds in the amount of $5,000,000 were obligated at the time of the award.  Estimated completion date is May 28, 2018. Bids were solicited via the Internet with seven received. Work will be performed in Bolivar, Ohio. Army Corps of Engineers, Huntington, W. Va. is the contracting activity (W91237-14-C-0003).

Aerojet Rocketdyne Inc., Sacramento, Calif., was awarded a $12,566,969 firm-fixed-price contract for sole-source procurement of 114 Hawk rocket motors for Jordan and 186 for Egypt. Fiscal 2014 other procurement funds in the amount of $12,566,969 were obligated at the time of the award. Estimated completion date is Oct. 1, 2015.  Work will be performed in Sacramento, Calif.  Army Contracting Command, Redstone Arsenal, Ala. is the contracting activity (W31P4Q-14-C-0075).

DEFENSE LOGISTICS AGENCY

Protective Products Enterprises Inc., Sunrise, Fla., has been awarded a maximum $76,661,994 modification (P00102) exercising the second option year on a one-year base contract (SPM1C1-12-D-1026) with three one-year option periods for improved outer tactical vests and components.  This is a firm-fixed-price contract.  Location of performance is Florida with a Feb. 27, 2015 performance completion date.  Using military services are Army and Air Force.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Steris Corp., Mentor, Ohio, has been awarded a maximum $27,381,687 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for commercial electronic catalog.  This contract is a competitive acquisition, and 32 offers were received.  This is a five-year base contract.  Location of performance is Ohio with a Feb. 18, 2019 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2DH-14-D-8206).

Willbros Government Services LLC, Tulsa, Okla., has been awarded a maximum $9,379,740 firm-fixed-price contract for contractor-owned/contractor-operated fuels management services.  This contract is a competitive acquisition, and four offers were received.  This is a five-year base contract with three five-year option periods.  Locations of performance are Oklahoma and Louisiana with a March 31, 2019 performance completion date.  Using military services are Army and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2018 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-C-5406).

Zodiac Aerospace*, Alpharetta, Ga., has been awarded a maximum $7,063,300 firm-fixed-price contract for aircraft recorders and cartridges.  This contract is a sole-source acquisition.  This is a 24-month base contract with no option periods.  Location of performance is Georgia with a Feb. 29, 2016 performance completion date.  Using military services are Navy and Air Force.  Type of appropriation is fiscal 2014 Army and Air Force working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPRPA1-14-C-W008).

Todd’s Quality Tomatoes*, Sanford, Fla., has been awarded a maximum $7,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full line fresh fruit and vegetable support.  This contract is a competitive acquisition, and three offers were received.  This is an 18-month base contract with two 18-month option periods.  Location of performance is Florida with an Aug. 24, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and Department of Agriculture school customers.  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., (SPE300-14-D-P243).

AIR FORCE

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Marietta, Ga., has been awarded a $12,190,077 modification (P00209) on an existing firm-fixed-price contract (FA8625-11-C-6597) to provide HC/MC-130J unique spare parts.  This award is the result of a sole-source acquisition.  Work will be performed at Marietta, Ga., and is expected to be completed by Feb. 16, 2016.  Fiscal 2012 aircraft procurement funds in the amount of $12,190,077 will be obligated at time of award.  Air Force Life Cycle Management Center/WISK, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

*Small Business

Thursday, February 20, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JANUARY 20, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

 ARMY 

Ameresco, Inc. (W912DY-14-D-0036), Framingham, Mass.; Wheelabrator Technologies, Inc. (W912DY-14-D-0041), Hampden, N.H., were awarded a maximum $7,000,000,000 firm-fixed-price, multiple-award, indefinite-delivery/indefinite-quantity contract for biomass technology.  Funding and performance location will be determined with each order.  Estimated completion date is Feb. 12, 2024.  Bids were solicited via the Internet with fifty-two received.  Army Corps of Engineers, Huntsville, Ala. is the contracting activity.

Ameresco, Inc. (W912DY-14-D-0031), Framingham, Mass.; M. Arthur Gensler, Jr. & Assoc., (W912DY-14-D-0032), Dallas, Texas; *Infigen Energy US Development LLC (W912DY-14-D-0033), Dallas, Texas were awarded a maximum $7,000,000,000 firm-fixed-price, multiple-award, indefinite-delivery/indefinite-quantity contract for wind technology.  Funding and performance location will be determined with each order.  Estimated completion date is Feb. 12, 2024.  Bids were solicited via the Internet with forty-five received.  Army Corps of Engineers, Huntsville, Ala. is the contracting activity.

Ameresco, Inc. (W912DY-14-D-0016), Framingham, Mass.; Chevron Energy Solutions Co. (W912DY-14-D-0017), San Francisco, Calif.; Constellation NewEnergy, Inc. (W912DY-14-D-0018), Baltimore, Md.; *Distributed Sun, LLC (W912DY-14-D-0019) Washington, D.C.; *Energy Ventures, LLC (W912DY-14-D-0020), Rockville, Md.; First Solar Development, Inc. (W912DY-14-D-0021) San Francisco, Calif.; *FLS Energy (W912DY-14-D-0022), Asheville, N.C.; Linc Government Services, LLC (W912DY-14-D-0023), Hopkinsville, Ky.; RE Independence Co. LLC (W912DY-14-D-0024) San Francisco, Calif.; *Sun Edison Government Solutions, LLC (W912DY-14-D-0025), Beltsville, Md.; Sun Edison LLC (W912DY-14-D-0026), Beltsville, Md.; SunWize Technologies, Inc. (W912DY-14-D-0027), San Jose, Cal.; *TransGen Energy, Inc. W912DY-14-D-0028) Rockville, Md.; Victory Renewables, LLC: W912DY-14-D-0029), Juno Beach, Fla.; EDF Renewable Energy (W912DY-14-D-0030), San Diego, Calif. were awarded a maximum $7,000,000,000 firm-fixed-price, multiple-award, indefinite delivery/indefinite quantity contract for solar technology.  Funding and performance location will be determined with each order.  Estimated completion date is Feb. 12, 2024.  Bids were solicited via the internet with 114 received.  Army Corps of Engineers, Huntsville, Ala. is the contracting activity.

NAVY

Engility, Chantilly, Va., is being awarded a $24,882,608, cost-plus-fixed-fee, indefinite-delivery/indefinite quantity, multiple-award contract for engineering and technical support at the Indian Head Explosive Ordnance Disposal Technology Division.  The contractor will advise and assist with various tasks in support of engineering support, system engineering and technical analysis, development of programs and improvised explosive device defeat technology.  Work will be performed in Indian Head, Md., and is expected to be completed by February 2017.  Fiscal 2014 Defense business operations funds in the amount of $10,000 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with three offers received. Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity. (N00174-14-D-0005)

A-T Solutions, Fredricksburg, Va., is being awarded a $23,538,703 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, multiple-award contract for engineering and technical support at the Indian Head Explosive Ordnance Disposal Technology Division.  The contractor will advise and assist with various tasks in support of engineering support, system engineering and technical analysis, development of programs and improvised explosive device defeat technology.  Work will be performed in Indian Head, Md., and is expected to be completed by February 2017.  Fiscal 2014 Defense business operations funds in the amount of $10,000 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with three offers received.  Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity (N00174-14-D-0004).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $9,515,086 cost-plus-incentive-fee modification to the previously awarded F-35 Lightning II Low Rate Initial Production Lot VI contract (N00019-11-C-0083).  This modification provides for Netherlands-specific, non-recurring sustainment activities to include procurement of Autonomic Logistics Information Systems equipment and logistics support for non-recurring engineering activities.  Work will be performed in Fort Worth, Texas (35 percent); El Segundo, Calif. (25 percent); Warton, United Kingdom (20 percent); Orlando, Fla. (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent), and is expected to be completed in April 2015.   International Partner funds in the amount of $4,757,543 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.

AIR FORCE
 
APRO International, Inc., Vienna, Va. (FA4890-14-D-0001 for $38,306,747), Goldbelt Falcon LLC, Chesapeake, Va. (FA4890-14-D-0002 for $45,565,135), Science & Management Resources, Inc., Pensacola, Fla., (FA4890-14-D-0003 for $49,261,610), United Paradyne Corp., Santa Maria, Calif. (FA4890-14-D-0004 for $40,769,565),Y-Tech Services, Inc., Anchorage, Alaska (FA4890-14-D-0005 for $46,782,310), were awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-vendor award for Air Force Enterprise Contracted (AFEC) Precision Measurement Equipment Laboratories (PMEL).   This was a competitive acquisition with five bids received.  The contractor shall provide all management, personnel, equipment, tools, materials, supervision, and other items and services necessary to perform the PMEL services as defined in the Performance Work Statement.  Work will be performed at Barksdale Air Force Base, La.; Beale AFB, Calif.; Cannon AFB, N.M.; Dyess AFB, Texas; Ellsworth AFB, S.D.; Minot AFB, N.D.; Moody AFB, Ga.; Offutt AFB, Neb.; Royal Air Force (RAF) Feltwell, United Kingdom; and Whiteman AFB, Mo., and is expected to be complete by Sept. 2019.  Fiscal year 2014 operations and maintenance funds will be awarded subject to availability of funds.  Headquarters Air Combat Command, Acquisition Management and Integration Center, Langley AFB, Va., is the contracting activity.


* Small Business

Friday, February 14, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR FEBRUARY 14, 2014

FROM:  U.S. DEFENSE DEPARTMENT  
CONTRACTS

ARMY

Jacobs Field Services North America Inc., Oak Ridge, Tenn., has been awarded a $45,000,000 cost-plus-fixed-fee contract for interim Remedial Action Contract for the New Bedford Harbor Superfund Site.  The base year and two six-month option periods will be exercised at the time of award.  Funding is from fiscal year 2013 other appropriations.  The performance location is New Bedford, Mass., with an estimated completion date of Aug. 13, 2015.  One bid was solicited and one received.  The U.S. Army Corps of Engineers – New England District, Concord, Mass., is the contracting activity (W912WJ-14-D-0002).

Northrop Grumman Systems Corporation, Herndon, Va., has been awarded a $12,430,650 firm-fixed-price contract for Spectrum Monitoring Subsystem to be installed at U.S. Army Remote Monitor Control Equipment locations.  Funding is from fiscal year 2013 and 2014 other procurement Army appropriations.  The performance location is Herndon, Va., with an estimated completion date of Feb. 13, 2016.  One bid was solicited and one received.  The U.S. Army Contracting Command – Rock Island Arsenal, Rock Island, Ill., is the contracting activity (W52P1J-14-C-0021).

Plateau Software, Inc.*, Issaquah, Wash., has been awarded a $9,000,000 firm-fixed-price, sole-source, indefinite-delivery/indefinite-quantity contract for support and maintenance of existing information technology systems that support the Environmental Protection and Sustainment program.  Funding and performance location will be determined with each order.  The estimated completion date is Feb. 12, 2017.  One bid was solicited and one received.  The U.S. Army Corps of Engineers – Mobile District, Mobile, Ala., is the contracting activity (W91278-14-D-0018).

AMERICAN ORDNANCE LLC, Milan, Tenn., has been awarded a $7,547,742 cost-plus-fixed-fee contract for calendar year 2014 care, maintenance and surveillance of field service stocks and packaging, crating and handling of field service stocks at Milan Army Ammunition Plant.  Funding is from fiscal year 2014 operations and maintenance Army appropriations.  Work is to be performed at Milan, Tenn., with an estimated completion date of Dec. 31, 2014.  One bid was solicited with one received.  The U.S. Army Contracting Command – Rock Island Arsenal, Rock Island, Ill., is the contracting activity (W52P1J-09-G-0001).

AIR FORCE

AAR Manufacturing, Inc., doing business as AAR Mobility Systems, Cadillac, Mich., has been awarded a $133,024,408 indefinite-delivery/indefinite-quantity contract for the repair and production of 463L cargo pallets.  Work will be performed at Cadillac, Mich., and is expected to be complete by Feb. 13, 2016.  This award is the result of a competitive trade-off source selection acquisition, and five offers were received.  Fiscal 2014 and 2015 operations and maintenance funds coming from the Transportation Working Capital Fund (TWCF) and Centralized Asset Management Fund (CAM) will be utilized on each order issued against this IDIQ contract.  Air Force Life Cycle Management Center/WNKBBA, Robins Air Force Base, Ga., is the contracting activity (FA8519-14-D-0002).

COLSA Corp., Huntsville, Ala., has been awarded a $55,705,947 indefinite-delivery/indefinite-quantity modification (19) on an existing firm-fixed-price contract (FA9200-10-D-0166) for technical and acquisition management support services.  This modification is for the exercise of an option for additional diverse non-engineering, technical and acquisition management support services being provided under the basic contract.  Work will be performed at Eglin Air Force Base, Fla., and is expected to be completed by Feb. 28, 2015.  The current action relates to unclassified foreign military sales only and countries include Australia, Belgium, Chile, Denmark, Egypt, Finland, Germany, Greece, Israel, Japan, Korea, Kuwait, Malaysia, Netherlands, Norway, Oman, Pakistan, Poland, Portugal, Saudi Arabia, Singapore, Spain, Taiwan, Turkey, and United Arab Emirates.  Air Force Test Center/PZZ, Eglin AFB, Fla., is the contracting activity.

Oasis Systems, LLC, Lexington, Mass., has been awarded a $55,705,947 modification (22) for an existing firm-fixed-price contract (FA9200-10-D-0173) for technical and acquisition management support services. This modification is for the exercise of an option for additional diverse non-engineering, technical and acquisition management support services being provided under the basic contract.  Work will be performed at Eglin Air Force Base, Fla., and is expected to be completed by Feb. 28, 2015.  The current action relates to 100 percent unclassified foreign military sales only and countries include Australia, Belgium, Chile, Denmark, Egypt, Finland, Germany, Greece, Israel, Japan, Korea, Kuwait, Malaysia, Netherlands,  Norway, Oman, Pakistan, Poland, Portugal, Saudi Arabia, Singapore, Spain, Taiwan, Turkey, and United Arab Emirates.  Air Force Test Center/PZZ is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Information Systems and Global Solutions, Gaithersburg Md., has been awarded a $16,421,355 modification (P000064) for an existing cost-plus-incentive-fee contract (FA8726-09-C-0006)for Global Broadcast Service (GBS) Defense Enterprise Computing Center (DEC C) Software Sustainment and GBS Operations Center (GBSOC) Operations. This contract modification adds software sustainment to maintain the GBS DECC software baseline and provide personnel to staff the GBSOC 24 hours a day, seven days a week, 365 days a year in support of worldwide GBS operations.  Work will be performed in Gaithersburg, Md., and Colorado Springs, Colo., and is expected to be completed by Dec. 31, 2015.  Fiscal 2014 research and development funds in the amount of $788,648 and operations and maintenance funds in the amount of $9,542,004 are being obligated at time of award. Air Force Life Cycle Management Center/HNAK, Hanscom Air Force Base, Mass., is the contracting activity.

NAVY

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $56,967,490 undefinitized contract action as a modification to a previously awarded contract (N00024-11-C-4403) for USS Monterey (CG 61) fiscal 2014 extended drydocking selected restricted availability.  An extended drydocking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities.  Work will be performed in Norfolk, Va., and is expected to be completed by January 2015.  Fiscal 2014 operations & maintenance, Navy funds in the amount of $44,959,750 will be obligated at time of award and will expire at the end of the current fiscal year.  Norfolk Ship Support Activity, Norfolk, Va., is the administrative contracting activity.

Navmar Applied Sciences Corp.,* Warminster, Pa., is being awarded a $44,695,815 cost-plus-fixed-fee, firm-fixed-price contract for a Phase III Small Business Innovation Research (SBIR) effort in support of the Copperhead Unmanned Air Systems, specifically Tigershark Unmanned Aerial Vehicle (UAV).  This project is for the improvement of sensor and platform capabilities, expansion to additional detachments and sustainment of current detachments.  This contract includes continued improvements of the Tigershark UAV airframe, incorporation of improved sensors, and integration of improved command and control systems to current and future Copperhead platforms.  Work will be performed in Afghanistan (50 percent); Patuxent River, Md. (25 percent); and Yuma, Ariz. (25 percent), and is expected to be completed in December 2014.  Fiscal 2014 operation and maintenance, Army funds in the amount of $21,000,000 are being obligated on this award, all of which will expire at the end of the current fiscal year.  This Phase III SBIR contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(5).  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-14-C-0131).

Sierra Nevada Corp., Sparks, Nev. (M67854-14-D-2521) and Northrop Grumman Corp., Herndon, Va. (M67854-14-D-2522) are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for the counter radio-controlled improvised explosive device (IED) electronic warfare Marine Expeditionary Unit Special Operation capable (CREW MEU (SOC), dismounted systems.  The CREW MEU (SOC) program addresses an urgent and compelling need for a capability to counter the threat posed by IEDs.  The maximum ceiling for both contracts is $90,000,000, with the two contractors having an opportunity to compete for individual orders under the terms and conditions of the awarded contracts throughout the 60-month ordering period of the contracts.  The contractors will deliver five initial production systems each for testing under the first delivery orders and the remaining 360 production systems and contract requirements will be competed for each subsequent delivery order.  Work will be performed in Sparks, Nev. and Herndon, Va., and work is expected to be completed in February 2019.  Fiscal 2013 procurement Marine Corps contract funds in the total amount of $11,008,795 will be obligated at the time of award and will not expire at the end of the current fiscal year.   These contracts are the result of a full and open competition solicitation via the Federal Business Opportunities website, with two offers received.  Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Raytheon Co., McKinney, Texas, is being awarded a $9,522,446 modification to a previously awarded firm-fixed-price contract (N68836-13-C-0084) for the full design, manufacture, and installation of test equipment, associated testing, and training to standup an organic depot maintenance facility to support the AN/APY-10 Radar.  Work will be performed in Jacksonville, Fla., and work will be completed by March 31, 2016.  Fiscal 2013 aircraft procurement, Navy funds in the amount of $9,522,446 will be obligated at the time of award, and will not expire at the end of this current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1) – only one responsible source and no other supplies or services will satisfy agency requirements.   NAVSUP Fleet Logistics Center, Jacksonville, Fla., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Lockheed Martin Corp., Owego, N.Y., has been awarded a maximum $30,814,317 firm-fixed-price contract for receiver transmitters.  This contract is a sole-source acquisition.  This is a four-year base contract with no option year periods.  Location of performance is New York with a Feb. 28, 2018 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 Navy working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPRWA1-13-D-2000-THAC).

Lockheed Martin, Orlando, Fla., has been awarded a maximum $16,584,869 firm-fixed-price contract for turret assemblies.  This contract is a sole-source acquisition.  This is a 31-month base contract with no option year periods.  Location of performance is Florida with a Sep. 30, 2016 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 through fiscal 2016 Navy working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPRPA1-14-C-W009).

DEFENSE FINANCE AND ACCOUNTING SERVICE

CACI, Inc. - Federal, Chantilly, Va., is being awarded a $10,803,390 modification to previously awarded firm-fixed-price contract (HC1028-08-D-2016-9R01) to provide on-site operational support to the mission systems of the Office of the Under Secretary of Defense (Comptroller) in the areas relating to system maintenance, system conversion and migration, report generation and documentation, training and guidance on the Comptroller Mission Systems as well as service desk and network operations.  This contract modification exercises the fourth option year of
a five-year contract period.  Work will be performed in Chantilly and is expected to be completed Feb. 15, 2015.  Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio is the contracting activity.


*Small Business

Thursday, February 13, 2014

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

FROM:  DEFENSE DEPARTMENT 
CONTRACTS

AIR FORCE

Sallyport Global Services (part of KS International, LLC), McLean, Va., has been awarded a $215,000,000 firm-fixed-price, undefinitized contract action for Iraq base renovation and reconstruction of key facilities at Balad Air Base, Iraq, in support of the upcoming arrival of F-16 aircraft in September 2014.  Work will be performed at Balad Air Base, Iraq, and is expected to be completed by June 2015.  This award is the result of a sole-source acquisition.  This requirement is 100 percent foreign military sales for the government of Iraq.  Air Force Life Cycle Management Center/WWMK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8615-14-C-6021).

The Boeing Co., St. Louis, Mo., has been awarded a $51,233,782 firm-fixed-price modification (P00023) to an existing firm-fixed-price contract (FA8634-12-C-2651) for the procurement of integration of additional weapons, integration of ARC-210 RT 1990 Gen 5 radios, and integration of Honeycomb structure to the aircraft on the F-15SA aircraft for the Royal Saudi Air Force.  Work will be performed at St. Louis, Mo., and will be completed by Feb. 29, 2020.  Foreign military sales funds for Saudi Arabia in the amount of $19,835,000 are being obligated at time of award.  The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $16,814,091 bilateral modification (P00171) for an existing firm-fixed-price, cost-plus-fixed-fee contract (FA8611-08-C-2897) for engineering change proposal (ECP) 0533, follow-on agile sustainment for the F-22 Raptor, Reliability and Maintainability Maturation Program Project AF100 Acceleration Plan.  This effort is to procure retrofit kits that will provide a more durable material for the actuated doors on the bottom of the aircraft to improve availability of the aircraft.  ECP 0533 is the first of two phases to incorporate the new material on the doors and panels of the aircraft.  Work will be performed at Fort Worth, Texas, and is expected to be complete by September 2016.  Fiscal 2013 aircraft procurement funds in the amount of $16,814,091 are being obligated at time of award.  Air Force Life Cycle Management Center/WWUK, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

ARMY

Honeywell International Inc., Tempe, Ariz., was awarded a $9,943,752 modification (P00004) to firm-fixed-price, sole-source, indefinite-delivery/indefinite-quantity contract W911N2-13-D-0011 to exercise option year one for the purchase of 58 (estimated) gas turbine engines to support the Aviation Ground Power Unit reset at Letterkenny Army Depot.  Funding and performance location will be determined with each order.  The estimated completion date is Feb. 14, 2015.  The U.S. Army Contracting Command-Letterkenny Army Depot, Chambersburg, Pa., is the contracting activity.

HNTB Corp., Kansas City, Mo., was awarded a $9,500,000 firm-fixed-price ‘Architect and Engineering’ indefinite-delivery/indefinite-quantity contract for civil works and military projects throughout the Corps of Engineers and environmental projects throughout the Kansas City district of the Corps of Engineers.  Funding and performance location will be determined with each order.  The contract was solicited via the Web with 11 bids received.  The estimated completion date is Feb. 11, 2019.  The U.S. Army Corps of Engineers-Kansas City District, Kansas City, Kan., is the contracting activity (W912DQ-14-D-1000).

NAVY

Statistical Research Inc.*, Tucson, Ariz. (N62473-14- D-1412); Far Western Anthropological Research Group Inc.*, Davis, Calif. (N62473-14- D-1413); Ultra Systems Environmental Inc.*, Irvine, Calif. (N62473-14- D-1414); ASM Affiliates Inc.*, Carlsbad, Calif. (N62473-14- D-1415), and Tierra Environmental Services Inc.*, San Diego, Calif. (N62473-14- D-1416), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award contract for cultural resources services at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR) and other locations nationwide.  The maximum dollar value including the base period and four option years for all five contracts combined is $50,000,000.  The work to be performed provides for the contractors to furnish all labor, management, supervision, tools, materials, travel, lodging/subsistence, equipment, and transportation to provide cultural resources related studies, investigations, preparation of historic and archaeological documents, and implementation of plans in accordance with Sections 106 and 110 of the National Historic Preservation Act of 1966, as amended.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  No task orders are being issued at this time.  All work on this contract will be performed primarily within the NAVFAC Southwest AOR which includes California (94 percent), Arizona (1 percent), Colorado (1 percent), Nevada (1 percent), New Mexico (1 percent), and Utah (1 percent).  Work may also be performed in the remainder of the continental U.S. (1 percent).  The term of the contract is not to exceed 60 months with an expected completion date of February 2019.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $25,000 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 website, with seven proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Sealaska Environmental Services LLC*, Juneau, Alaska, is being awarded a maximum amount $30,794,172 indefinite-delivery/indefinite-quantity contract for long term monitoring, operations, and maintenance environmental remediation services for facilities in the Naval Facilities Engineering Command Northwest areas of responsibility.  Task order 0001 is being awarded at $421,091 for operation and maintenance of two environmental remediation systems located at Naval Base Kitsap, Silverdale, Wash.  Work for this task order is expected to be completed by March 2015.  Work on this contract will be performed at various installations including but not limited to Washington (75 percent), Alaska (21 percent), Idaho (1 percent), Montana (1 percent), Oregon (1 percent), and Wyoming (1 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 $421,091 are obligated on this award and will expire at the end of the current fiscal year.  The contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received.  The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-14-D-9011).

The Boeing Co., St Louis, Mo., is being awarded $18,977,907 for firm-fixed-price delivery order 0050 against a previously issued basic ordering agreement (N68335-10-G-0012) for procurement of major structural repair and maintenance equipment for the F/A-18E/F and EA-18G aircraft.  Work will be performed in St. Louis, Mo., and is expected to be completed in January 2018.  Fiscal 2013 aircraft procurement, Navy funds in the amount of $18,977,907 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

L-3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded a $6,530,626 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for maintenance and logistics services in support of the KC-130J aircraft for the government of Kuwait under the Foreign Military Sales Program.  Work will be performed at Al Mubarak Airbase, Kuwait, and is expected to be completed in August 2015.  Foreign military sales funds in the amount of $6,530,626 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals; four offers were received.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-D-0015).

DEFENSE LOGISTICS AGENCY

Fujifilm SonoSite Inc., Bothell, Wash., has been awarded a maximum $39,672,731 modification (P00104) exercising the fifth option year on a one-year base contract (SPM2D1-09-D-8339) with seven one-year option periods for radiology systems, subsystems and components.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is Washington with a Feb. 18, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Tullahoma Industries Inc.*, Tullahoma, Tenn., has been awarded a maximum $9,201,000 modification (P00102) exercising the second option year on a one-year base contract (SPM1C1-12-D-1024) with two one-year option periods for universal camouflage pattern jackets.  This is a firm-fixed-price contract.  Locations of performance are Tennessee and Alabama with a Feb. 15, 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.

Honeywell International Inc., Minneapolis, Minn., has been awarded a maximum $8,642,970 firm-fixed-price contract for inertial navigation units.  This contract is a sole-source acquisition.  Location of performance is Minnesota with a May 31, 2016 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 Maritime, Mechanicsburg, Pa., (SPM4A1-11-G-0010-1002).

*Small Business

Wednesday, February 12, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

AIR FORCE

Sallyport Global Services (part of KS International, LLC), McLean, Va., has been awarded a $215,000,000 firm-fixed-price, undefinitized contract action for Iraq base renovation and reconstruction of key facilities at Balad Air Base, Iraq, in support of the upcoming arrival of F-16 aircraft in September 2014.  Work will be performed at Balad Air Base, Iraq, and is expected to be completed by June 2015.  This award is the result of a sole-source acquisition.  This requirement is 100 percent foreign military sales for the government of Iraq.  Air Force Life Cycle Management Center/WWMK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8615-14-C-6021).

The Boeing Co., St. Louis, Mo., has been awarded a $51,233,782 firm-fixed-price modification (P00023) to an existing firm-fixed-price contract (FA8634-12-C-2651) for the procurement of integration of additional weapons, integration of ARC-210 RT 1990 Gen 5 radios, and integration of Honeycomb structure to the aircraft on the F-15SA aircraft for the Royal Saudi Air Force.  Work will be performed at St. Louis, Mo., and will be completed by Feb. 29, 2020.  Foreign military sales funds for Saudi Arabia in the amount of $19,835,000 are being obligated at time of award.  The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $16,814,091 bilateral modification (P00171) for an existing firm-fixed-price, cost-plus-fixed-fee contract (FA8611-08-C-2897) for engineering change proposal (ECP) 0533, follow-on agile sustainment for the F-22 Raptor, Reliability and Maintainability Maturation Program Project AF100 Acceleration Plan.  This effort is to procure retrofit kits that will provide a more durable material for the actuated doors on the bottom of the aircraft to improve availability of the aircraft.  ECP 0533 is the first of two phases to incorporate the new material on the doors and panels of the aircraft.  Work will be performed at Fort Worth, Texas, and is expected to be complete by September 2016.  Fiscal 2013 aircraft procurement funds in the amount of $16,814,091 are being obligated at time of award.  Air Force Life Cycle Management Center/WWUK, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

ARMY

Honeywell International Inc., Tempe, Ariz., was awarded a $9,943,752 modification (P00004) to firm-fixed-price, sole-source, indefinite-delivery/indefinite-quantity contract W911N2-13-D-0011 to exercise option year one for the purchase of 58 (estimated) gas turbine engines to support the Aviation Ground Power Unit reset at Letterkenny Army Depot.  Funding and performance location will be determined with each order.  The estimated completion date is Feb. 14, 2015.  The U.S. Army Contracting Command-Letterkenny Army Depot, Chambersburg, Pa., is the contracting activity.

HNTB Corp., Kansas City, Mo., was awarded a $9,500,000 firm-fixed-price ‘Architect and Engineering’ indefinite-delivery/indefinite-quantity contract for civil works and military projects throughout the Corps of Engineers and environmental projects throughout the Kansas City district of the Corps of Engineers.  Funding and performance location will be determined with each order.  The contract was solicited via the Web with 11 bids received.  The estimated completion date is Feb. 11, 2019.  The U.S. Army Corps of Engineers-Kansas City District, Kansas City, Kan., is the contracting activity (W912DQ-14-D-1000).

NAVY

Statistical Research Inc.*, Tucson, Ariz. (N62473-14- D-1412); Far Western Anthropological Research Group Inc.*, Davis, Calif. (N62473-14- D-1413); Ultra Systems Environmental Inc.*, Irvine, Calif. (N62473-14- D-1414); ASM Affiliates Inc.*, Carlsbad, Calif. (N62473-14- D-1415), and Tierra Environmental Services Inc.*, San Diego, Calif. (N62473-14- D-1416), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award contract for cultural resources services at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR) and other locations nationwide.  The maximum dollar value including the base period and four option years for all five contracts combined is $50,000,000.  The work to be performed provides for the contractors to furnish all labor, management, supervision, tools, materials, travel, lodging/subsistence, equipment, and transportation to provide cultural resources related studies, investigations, preparation of historic and archaeological documents, and implementation of plans in accordance with Sections 106 and 110 of the National Historic Preservation Act of 1966, as amended.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  No task orders are being issued at this time.  All work on this contract will be performed primarily within the NAVFAC Southwest AOR which includes California (94 percent), Arizona (1 percent), Colorado (1 percent), Nevada (1 percent), New Mexico (1 percent), and Utah (1 percent).  Work may also be performed in the remainder of the continental U.S. (1 percent).  The term of the contract is not to exceed 60 months with an expected completion date of February 2019.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $25,000 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 website, with seven proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Sealaska Environmental Services LLC*, Juneau, Alaska, is being awarded a maximum amount $30,794,172 indefinite-delivery/indefinite-quantity contract for long term monitoring, operations, and maintenance environmental remediation services for facilities in the Naval Facilities Engineering Command Northwest areas of responsibility.  Task order 0001 is being awarded at $421,091 for operation and maintenance of two environmental remediation systems located at Naval Base Kitsap, Silverdale, Wash.  Work for this task order is expected to be completed by March 2015.  Work on this contract will be performed at various installations including but not limited to Washington (75 percent), Alaska (21 percent), Idaho (1 percent), Montana (1 percent), Oregon (1 percent), and Wyoming (1 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 $421,091 are obligated on this award and will expire at the end of the current fiscal year.  The contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received.  The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-14-D-9011).

The Boeing Co., St Louis, Mo., is being awarded $18,977,907 for firm-fixed-price delivery order 0050 against a previously issued basic ordering agreement (N68335-10-G-0012) for procurement of major structural repair and maintenance equipment for the F/A-18E/F and EA-18G aircraft.  Work will be performed in St. Louis, Mo., and is expected to be completed in January 2018.  Fiscal 2013 aircraft procurement, Navy funds in the amount of $18,977,907 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

L-3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded a $6,530,626 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for maintenance and logistics services in support of the KC-130J aircraft for the government of Kuwait under the Foreign Military Sales Program.  Work will be performed at Al Mubarak Airbase, Kuwait, and is expected to be completed in August 2015.  Foreign military sales funds in the amount of $6,530,626 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals; four offers were received.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-D-0015).

DEFENSE LOGISTICS AGENCY

Fujifilm SonoSite Inc., Bothell, Wash., has been awarded a maximum $39,672,731 modification (P00104) exercising the fifth option year on a one-year base contract (SPM2D1-09-D-8339) with seven one-year option periods for radiology systems, subsystems and components.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is Washington with a Feb. 18, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Tullahoma Industries Inc.*, Tullahoma, Tenn., has been awarded a maximum $9,201,000 modification (P00102) exercising the second option year on a one-year base contract (SPM1C1-12-D-1024) with two one-year option periods for universal camouflage pattern jackets.  This is a firm-fixed-price contract.  Locations of performance are Tennessee and Alabama with a Feb. 15, 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.

Honeywell International Inc., Minneapolis, Minn., has been awarded a maximum $8,642,970 firm-fixed-price contract for inertial navigation units.  This contract is a sole-source acquisition.  Location of performance is Minnesota with a May 31, 2016 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 Maritime, Mechanicsburg, Pa., (SPM4A1-11-G-0010-1002).

*Small Business

Search This Blog

Translate

White House.gov Press Office Feed