Showing posts with label U.S. ARMY. Show all posts
Showing posts with label U.S. ARMY. Show all posts

Monday, March 24, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 

DEFENSE LOGISTICS AGENCY

General Electric Co., Waukesha, Wis., has been awarded a maximum $72,955,840 modification (P00101) exercising the first option period on a two-year base contract (SPM2D1-12-D-8310) with one two-year option and one one-year option period for digital imaging network-picture archive communication system.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is Wisconsin with a March 26, 2016 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 2016 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

FLIR Systems Inc., Wilsonville, Ore., has been awarded a maximum $18,191,712 firm-fixed-price contract for weapon system turret unites.  This is a sole-source acquisition.  Location of performance is Oregon with a May 30, 2014 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., (SPRPA1-14-C-U003).

DeRossi & Son Company Inc.*, Vineland, N.J., has been awarded a maximum $13,824,000 modification (P00100) exercising the fourth option period on a one-year base contract (SPM1C1-10-D-1029) with four one-year option periods for men’s poly/wool, dress blue, Army coats.  This is a firm-fixed-price contract.  Location of performance is New Jersey with a March 25, 2015 performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Lockheed Martin Corp., Owego, N.Y., has been awarded a maximum $8,053,848 firm-fixed-price contract for radar data processors.  This is a sole-source acquisition.  Location of performance is New York with a Feb. 28, 2017 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-THAG).

AIR FORCE

InDyne Inc., Reston, Va., has been awarded a $30,805,507 cost-plus-incentive-fee and cost-plus-fixed-fee modification (P00500) to contract (F04684-03-C-0050) to exercise option 12 for the operations and maintenance support services, training, command, control, communications, information and computer systems services, testing, modification and installation of communications, electronic, and security systems at launch facilities, launch control centers and test facilities for the 30th Space Wing, Vandenberg Air Force Base, Calif.  Work will be performed at Vandenberg Air Force Base, Calif., and is expected to be completed by Sept. 30, 2014.  Fiscal 2014 operations and maintenance funds will be obligate upon availability of funds.  The 30th Contracting Squadron/LGCZ, Vandenberg Air Force Base, Calif., is the contracting activity.

NAVY

Systems Application & Technologies Inc.*, Oxnard, Calif., is being awarded a $15,934,440 modification to a previously awarded cost-plus-fixed-fee contract (N68936-13-C-0083) to exercise an option for maintenance and operations of aerial and seaborne target assets in for the U.S. Navy and the governments of Japan and Australia.  Work will be performed at the Naval Air Warfare Center Weapons Division (NAWCWD), Point Mugu, Calif. (40 percent); the Naval Surface Warfare Center, Port Hueneme, Calif. (30 percent); various at sea locations (15 percent); NAWCWD China Lake, Ridgecrest, Calif. (7 percent); the White Sands Missile Range, Las Cruces, N.M. (3 percent); the Pacific Missile Range Facility, Kauai, Hawaii (2 percent); the Utah Test and Training Range, Salt Lake City, Utah (2 percent) and Vandenburg Air Force Base, Lompoc, Calif. (1 percent), and is expected to be completed in March 2015.  Fiscal 2014 Major Range and Test Facility Base funds in the amount of $7,400,554 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Navy ($15,456,406, 97 percent), and the governments of Japan ($318,689, 2 percent), and Australia ($159,345, 1 percent) under the Foreign Military Sales Program.  The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity.

Bilbro Construction Co., Inc.*, Escondido, Calif., is being awarded $11,009,552 for firm-fixed-price task order 0007 under a previously awarded multiple award construction contract (N62473-09-D-1653) for the design, engineering, and construction of a tracked vehicle maintenance cover at Marine Corps Air Ground Combat Center, Twentynine Palms.  The work to be performed provides for the design, engineering, and construction of primary and supporting facilities for the 1st Tank Battalion.  The task order also contains four unexercised options and one planned modification, which if exercised would increase cumulative task order value to $13,232,180.  Work will be performed in Twentynine Palms, Calif., and is expected to be completed by December 2015.  Fiscal 2012 military construction, Navy contract funds in the amount of $11,009,552 are being obligated on this award and will not expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded an $8,292,793 modification to a previously awarded firm-fixed-priced contract (N00019-09-C-0069) to exercise an option for the procurement of AN/ARC-210(V) electronic radios and ancillary equipment for a variety of aircraft.   Equipment being procured includes 57 control radio sets, 57 high power amplifiers, 57 low noise amplifier diplexers and 62 receiver transmitters.  Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in May 2015.  Fiscal 2014 aircraft procurement, Navy funds in the amount of $8,292,793 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.

ARMY

Mike Hooks Inc., Westlake, La., is being awarded a $45,000,000 firm-fixed-price, indefinite-delivery/indefinite-delivery contract to provide tools in support of dredging projects in Alabama, Mississippi and Florida. Performance location will be determined with each order.  Funding will be obligated on each order.  The contract is expected to be completed in June 2015.  The Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-14-D-0024).

CACI Inc. – Federal, Chantilly, Va., is being awarded a $27,114,681 cost-plus-fixed-fee contract for logistics and engineering services performed at contingency locations. Work is expected to be completed in December 2014.  A combination of fiscal 2014 operations and maintenance funds and fiscal 2014 procurement funds in the amount of $5,446,985 are being obligated on this award. One bid was solicited, with one bid received. The Army Intelligence and Security Command, Fort Belvoir, Va., is the contracting activity (W911W4-14-C-0006).

Donal L. Mooney LLC, San Antonio, Texas, is being awarded a $23,717,819 firm-fixed-price, indefinite-delivery/indefinite-quantity, sole-source contract to provide licensed vocational nurses at San Antonio Military Medical Center over the period of one year. Work will be performed in San Antonio, and is expected to be completed in March 2015. Funding will be obligated with each order. The Army Medical Command, Fort Sam Houston, Texas, is the contracting activity (W81K00-14-D-0015).

MedTrust LLC, San Antonio, Texas, is being awarded a $20,746,074 firm-fixed-price, indefinite-delivery/indefinite-quantity, sole-source contract to provide registered nurses of various specialties, ranging from clinical to intensive care to the burn unit. Performance location will be determined with each order. Funding will be obligated on each order. The estimated completion date of the contract is September 2014. The Army Medical Command, Fort Sam Houston, Texas, is the contracting activity (W81K00-14-D-0014).

Baum, Romstedt Technology Research Corp., Vienna, Va., is being awarded a $9,608,333 time-and-materials contract to provide operational and field-support services for the Mine Resistant Ambush Protected vehicle. Work will be performed in Afghanistan; Warren, Mich.; Vienna, Va.; El Paso, Texas; and Chambersburg, Penn., and is expected to be completed in December 2014. A combination of fiscal 2014 operations and maintenance funds and fiscal 2014 procurement funds are being obligated on this award.  Fifteen bids were solicited, with five bids received. The Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-A-A909).


*Small Business

Friday, March 21, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR MARCH 21, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

AIR FORCE

ManTech SRS, Technologies, Inc., Arlington, Va., has been awarded a $15,515,683 cost-plus-fixed-fee modification (P00024) to an existing contract (FA8811-10-C-0002) to exercise term one, option one for systems engineering, product assurance, program safety, systems security, risk management, and launch integration management for the Launch and Range Systems Directorate.  Work will be performed at Los Angeles Air Force Base, Calif., Cape Canaveral Air Force Station, Fla., and Vandenberg AFB, Calif., and is expected to be completed by March 22, 2015.  Fiscal 2013 procurement funds for $13,930,481 and 2014 operations and maintenance funds for $871,635 are being obligated at time of award.   Space and Missile Systems Center/LRK, Los Angeles AFB, Calif., is the contracting activity.

ARMY

ASI Government, Inc., Arlington, Va., (W52P1J-14-D-0018); Engility Corporation, Alexandria, Va., (W52P1J-14-D-0019); Logistics Management Institute, McLean, Va., (W52P1J-14-D-0020); Sysorex Government Services, Inc. *, Herndon, Va., (W52P1J-14-D-0032); Suntiva, LLC*, Falls Church, Va., (W52P1J-14-D-0033); and Zantech IT Services, Inc*., Tysons Corner, Va., (W52P1J-14-D-0034) were awarded a maximum $461,000,000 indefinite-delivery/indefinite-quantity, multiple-award contract for program management support services for the Program Executive Office Enterprise Information Systems headquarters, directorates, project/product offices and related organizations.  The contract will provide for the full range of program management support in the functional areas of project/product management; business process reengineering; information systems security; contingency planning; and physical security. Each company will receive a minimum guarantee of $20,000 and compete for task orders under the IDIQ. Funding and performance locations will be determined with each order. The estimated completion date is March 13, 2019. Bids were solicited via the Internet with twenty-four received. Army Contracting Command, Rock Island Arsenal, Ill., is the contracting activity.

AAI Corp. Hunt Valley, Md., was awarded a $38,523,230 modification (P00120) to contract W58RGZ-08-C-0023 to purchase five tactical common data link retrofit kits and mobile maintenance facility spares sets for the shadow unmanned aircraft systems for the U.S. Marine Corps.  Fiscal 2014 other procurement funds in the amount of $38,523,230 were obligated at the time of the award.  Estimated completion date is May 31, 2017.  Work will be performed at Hunt Valley, Md.  Army Contracting Command is the contracting activity.

The Mason & Hanger Group, Inc., Lexington, Ky., was awarded a $9,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract for architectural and engineering services, Army reserve projects nationwide and military projects within the Great Lakes and Ohio River Division mission boundaries.  Funding and performance location will be determined with each order.  Estimated completion date is March 20, 2019.  Bids were solicited via the Internet with thirty-two received.  Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-14-D-0007).

DEFENSE LOGISTICS AGENCY

Government Scientific Source, Inc.,** Reston, Va., has been awarded a maximum $333,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for selection of distributor who will make available for purchase medical laboratory supplies and wares.  This is a one-year base contract with four one-year option periods.  This is a competitive acquisition, and four offers were received.  Location of performance is Virginia with a March 20, 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 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2DE-14-D-7350).


Raytheon Company, Space and Airborne Systems, McKinney, Texas, has been awarded a maximum $7,420,000 firm-fixed-price contract for system electronic units.  This is a sixteen-month base contract with no option periods.  This is a sole-source acquisition.  Location of performance is Texas with a July 31, 2015 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal year 2014 Navy working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPRPA1-14-G-001X-1003).

NAVY

Raytheon Co., Integrated Defense Systems, Sudbury, Mass., is being awarded a $45,057,874 modification to previously awarded contract (N00024-13-C-5115) for the production of one AN/SPY-1D(V) Transmitter Group and select Missile Fire Control System MK 99 equipment to support Aegis Ashore Missile Defense System in Poland.  Work will be performed in Andover, Mass. (78.3 percent); Sudbury, Mass. (19.3 percent); Canada (1 percent); Moorestown, N.J. (0.9 percent); and Norfolk, Va. (0.5 percent), and is expected to be completed by March 2016.  Fiscal 2014 defense procurement contract funds in the amount of $45,057,874 will be obligated at the 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.

Chugach Federal Solutions Inc.*, Anchorage, Alaska, is being awarded a $30,862,237 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operations support at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR).  The maximum dollar value including the base period and five option periods performance is $275,822,190.  The work to be performed provides for, but is not limited to, all management and administration, visual services, security operations services, fire and emergency services, facilities management services, facility investment services, medical facility investment services, pest control services, integrated solid waste services, pavement clearance services, base support vehicle and equipment services, environmental services, and utilities services to provide base operations support services.  Work will be performed at various installations in the NAVFAC Northwest AOR including but not limited to, Washington (95 percent), Alaska (1 percent), Idaho (1 percent), Montana (1 percent), Oregon (1 percent), and Wyoming (1 percent), and work is expected to be completed September 2014.  Fiscal 2014 operation and maintenance, Navy; fiscal 2014 Navy working capital funds; and fiscal 2014 defense health program contract funds in the amount of $11,239,788 will be obligated at time of award.  Funds in the amount of $6,583,257 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with nine proposals received.  The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-14-D-9000).

Raytheon Co., McKinney, Texas, is being awarded $17,707,050 for modification 0044-01 to previously awarded firm-fixed-price contract (N00164-12-G-JQ66) for 19 Multi-Spectral Targeting Systems for U.S. Navy MH-60R/S helicopters.  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 all tri-service and NATO laser guided munitions.  Work will be performed in McKinney, Texas, and is expected to be completed by March 2016.  Fiscal 2014 aircraft procurement Navy contract funds in the amount of $17,707,050 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

The Boeing Company, Huntington Beach, Calif., has been awarded a $30,673,934 cost-plus-fixed-fee contract. The work will support the Defense Advanced Research Projects Agency's Airborne Launch Assist Space Access program.  Work will be performed in Huntington Beach, Calif. (53 percent); Houston, Texas (13 percent); Redondo Beach, Calif. (13 percent); Santa Maria, Calif. (11 percent); Bothell, Wash. (2 percent); Simsbury, Conn. (5 percent); Titusville, Fla. (2 percent); Joplin, Mo. (1 percent); Ontario, Calif. (1 percent). The estimated completion date is Feb. 20, 2015.  Fiscal 2013 research and development funds in the amount of $22,041,570 are being obligated at time of award. The contracting activity is DARPA, Arlington, Va., (HR0011-14-C-0051).

U.S. TRANSPORTATION COMMAND

American Auto Logistics, Limited Partnership, Park Ridge, N.J., is being awarded a $25,000,000 delivery order modification to previously awarded delivery order DAMT01-03-D-0184-0009 to provide for Department of Defense-sponsored shipments of privately owned vehicles belonging to military service members and DOD civilian employees.  Work will be performed at multiple locations both within and outside of the continental U.S., with an expected completion date of April 30, 2014. Fiscal year 2014 Transportation Working Capital Funds of $25,000,000 are being obligated at the time of modification execution. The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill.


*Small Business
**Veteran Owned Small Business

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

FROM:  U.S. DEFENSE DEPARTMENT
CONTRACTS
 
ARMY
 
AECOM Technical Services Inc., Los Angeles, Calif., (W912DQ-14-D-3000); CH2M Hill Constructors Inc., Englewood, Colo., (W912DQ-14-D-3001); Environmental Chemical Corp., Burlingame, Calif., (W912DQ-14-D-3002); SAIC-CDM Solutions LLC, Denver, Colo. (W912DQ-14-D-3003); Sevenson Environmental Services Inc., Niagara Falls, N.Y., (W912DQ-14-D-3004); and Shaw Environmental & Infrastructure Inc., Centennial, Colo., (W912DQ-14-D-3005) were awarded a $120,000,000 multiple-award, indefinite-delivery/indefinite-quantity task order contract for environmental remediation and long term response action for the Army Corps of Engineers, Northwestern Division, and the Environmental Protection Agency Region 2.  Funding and performance location will be determined with each order.  Estimated completion date is March 19, 2019.  Bids were solicited via the Internet with 11 received.  Army Corps of Engineers, Kansas City, Mo., is the contracting activity.
 
General Dynamics Ordnance and Tactical Systems Inc, St. Petersburg, Fla., was awarded a $20,575,038 modification (P00009) to contract W52P1J-12-C-0026 to procure M1002 new production cartridges for 120mm tank training ammunition.  Fiscal 2012 other procurement funds in the amount of $93,147; fiscal 2013 other procurement funds in the amount of $292,299 and fiscal 2014 other procurement funds in the amount of $20,189,592 were obligated at the time of the award. Estimated completion date is May 31, 2016. Work will be performed in St. Petersburg, Fla. Army Contracting Command, Rock Island Arsenal, Ill., is the contracting activity.
 
Alliant Techsystems Operations LLC, Plymouth, Minn. was awarded a $19,225,386 modification (P00015) to contract W52P1J-12-C-0027 to procure M1002 new production cartridges for 120mm tank training ammunition.  Fiscal 2014 other procurement funds in the amount of $19,225,386 were obligated at the time of the award.  Estimated completion date is Jan 31, 2016.  Work will be performed in Plymouth, Minn. Army Contracting Command is the contracting activity.
 
General Atomics Aeronautical Systems Inc., Poway, Calif., was awarded a $10,523,125 modification (P00078) to contract W58RGZ-10-C-0068 for five remote ground data terminals, five local ground data terminals, and initial related spares for the Gray Eagle Unmanned Air Vehicle System.  Fiscal 2012 other procurement funds in the amount of $10,523,125 were obligated at the time of the award.  Estimated completion date is Nov. 30, 2018.  Work will be performed in Poway, Calif.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.
 
DEFENSE LOGISTICS AGENCY
 
Allergan USA Inc., Irvine, Calif., has been awarded a maximum $37,242,251 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical surge, re-supply, and sustainment products.  This is a one-year base contract with seven one-year option periods.  This is a competitive acquisition, and fourteen offers were received.  Location of performance is California with a March 20, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 warstopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPME2D0-14-D-0004).
 
NAVY
 
Raytheon Co., El Segundo, Calif., is being awarded $23,651,848 for cost-plus-fixed-fee delivery order 0052 against a previously issued basic ordering agreement (N00019-10-G-0006) for the procurement of 63 ECP-6279 retrofit kits in support of F/A-18 E/F and EA-18G aircraft.  Work will be performed in Forest, Miss. (80 percent) and El Segundo, Calif. (20 percent), and is expected to be completed in August 2016.  Fiscal 2014 aircraft procurement, Navy funds in the amount of $23,651,848 are being 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.
 
Centurum Information Technology Inc., Marlton, N.J., is being awarded an $18,158,832 cost-plus-fixed-fee contract to provide depot-level repair and restoration support to include fabrication, manufacturing, re-manufacturing, restoration, repair, overhaul, and calibration involving electro-mechanical and mechanical units both ground and airborne, assemblies, subassemblies, and test equipment.  Support will also include worldwide technical support to the fleet, shore facilities, and government agencies.  This two-year contract includes a one-year option period which, if exercised, would bring the cumulative value of this contract to an estimated $27,618,466.  Work will be performed in San Diego, Calif., and work is expected to be completed March 19, 2016.  Fiscal 2014 operations and maintenance, Navy funds in the amount of $100,000 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 with open competition via the Space and Naval Warfare Systems Center e-Commerce website and the Federal Business Opportunities website, with four offers received with one selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-14-D-0041).
 
Bulltrack-Watts A Joint Venture*, Marysville, Calif., is being awarded $13,349,723 for firm-fixed-price task order KB01under a previously awarded multiple award construction contract (N40192-10-D-2801) for the design and construction of a dehumidified supply storage facility at Polaris Point, Naval Base, Guam.  The warehouse shall also include support areas for office spaces, rest rooms and utility rooms.  The structural system for the facility shall be a reinforced concrete structure with overhead roll-up doors and man-doors providing access into the warehouse.  The work will also provide paved driveways around the warehouse, new parking spaces and secure bicycle racks, stormwater collection and management system, and mechanical systems to include warehouse dehumidification, administrative area air conditioning, and general ventilation.  The task order also contains one unexercised option, which if exercised would increase cumulative task order value to $13,650,996.  Work will be performed in Santa Rita, Guam, and is expected to be completed by March 2016.  Fiscal 2010 and 2014 military construction, Navy contract funds in the amount of $13,349,723 are being obligated on this award and will not expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor Hawaii, Hawaii, is the contracting activity.
 
The Boeing Co., St. Louis, Mo., is being awarded $9,650,433 for firm-fixed-price delivery order 0051 against a previously issued basic ordering agreement (N68335-10-G-0012) for the 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 September 2016.  Fiscal 2013 aircraft procurement, Navy funds in the amount of $9,650,433 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.
 
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an $8,500,000 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0004) to procure additional long lead-time efforts required for the incorporation of a drag chute in the Joint Strike Fighter conventional take off and landing air systems for the government of Norway.  Work will be performed in Fort Worth, Texas (55 percent); El Segundo, Calif. (15 percent); Warton, United Kingdom (10 percent); Orlando, Fla. (5 percent); Nashua, N.H. (5 percent); Baltimore, Md. (5 percent); and Cameri, Italy (5 percent), and is expected to be completed in November 2015.  International partner funds in the amount of $8,500,000 are being 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.
 
Michael Baker Jr., Inc., Virginia Beach, Va., is being awarded $7,603,530 for firm-fixed-price task order 0048 under a previously awarded indefinite-delivery/indefinite-quantity contract (N62470-10-D-3000) for leak detection testing for Navy, Marine Corps and Defense Logistics Agency Energy Facilities.  The work to be performed provides for services for environmental and engineering assessments at Department of Defense fuel systems including preparing program management documentation, environmental compliance reports and plans, release detection, optimization, and pollution prevention reports in support of DLA Energy fuel facilities, and other facilities of interest to the government at various worldwide locations and in accordance with applicable regulatory guidance.  Work will be performed at various Navy and DoD installations worldwide, and is expected to be completed by March 2016.  Fiscal 2014 Navy working capital contract funds in the amount of $7,603,530 are being obligated on this award and will not expire at the end of the current fiscal year.  One proposal was received for this task order.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.  
 
QinetiQ North America, Waltham, Mass., is being awarded a $6,779,411 modification to previously awarded contract (N00174-13-D-0007) for the procurement of Man Transportable Robotic System (MTRS) MK2 post-production support.  The MTRS MK2 provides military explosive ordnance disposal technicians with a man transportable capability to remotely perform reconnaissance.  Work will be performed in Waltham, Mass., and is expected to be completed by July 2016.  No funds are being obligated at the time of award and contract funds will not expire at the end of the current fiscal year.  The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity.
 
Viasat Inc., Carlsbad, Calif., is being awarded a $6,707,025 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of spares, repairs and satellite support for the ArcLight Mobile Satellite Communication System in support of special projects aircraft and the EP-3 aircraft.  The ArcLight Mobile Satellite Communication System is a high frequency data link for airborne applications that provides a means to transmit data between aircraft, command posts and other military organizations that have access to the system.  Work will be performed in Carlsbad, Calif., and is expected to be completed by March 2019.  Fiscal 2014 operations and maintenance, Navy funding in the amount of $12,000 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, Crane, Ind., is the contracting activity (N00164-14-D-WT25).
 
WASHINGTON HEADQUARTERS SERVICES
 
HSU Construction, Rockville, Md., (HQ0034-14-D-0004); Athena Construction Group, Dumfries, Va., (HQ0034-14-D-0005); APC Construction, New Orleans, La., (HQ0034-14-D-0006); Cherokee CRC, LLC., Tulsa, Okla., (HQ0034-14-D-0007); FEI Construction Co., Washington, D.C., (HQ0034-14-D-0008), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for design-build or design-bid-build general building construction for various locations under the cognizance of the Washington Headquarters Services area of responsibility.  The aggregate not-to-exceed amount for these multiple award contracts combined is $60,000,000.  The five companies will have the opportunity to bid on each individual task order as they are issued.  Funding and performance location will be determined with each order.   Work will be performed in the WHS area of responsibility.  The expected completion date is March 19, 2019.  Fiscal 2014 Pentagon Reservation Maintenance Revolving Fund contract funds in the amount of $10,000 are being obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via FedBizOpps, with 12 proposals received.  Washington Headquarters Services is the contracting activity.
 
*Small Business

Tuesday, March 18, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT
CONTRACTS

ARMY

Textron Marine Land Systems, New Orleans, La., was awarded a $22,466,146 modification (P00043) to foreign military sales contract W56HZV-11-C-0114 for an additional 10 months of field service representative services, which include deprocessing of the Mobile Strike Force vehicles and training for the Afghan Army. Fiscal 2013 other procurement funds in the amount of $22,466,146 were obligated at the time of the award. Estimated completion date is Dec. 31, 2014. Work will be performed in Afghanistan. Army Contracting Command, Warren, Mich., is the contracting activity.

Boeing Co., Ridley Park, Pa., was awarded a $15,800,000 cost-plus-fixed-fee for the design, development, build, and test of a CH-47F Block II Lightweight Fuel System as part of the Airframe Component Improvement Program. Fiscal 2014 other appropriation funds and work will be performed at Ridley Park, Pa. The estimated completion date is March 15, 2017. Bids were solicited via the Web with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-04-G-0023).

Advanced Design Corp.*, Lorton, Va., was awarded an $8,420,987 cost-plus-fixed-fee contract for field service technician support to gather data from helmet sensors used to examine mild-traumatic brain injury (concussion). Fiscal 2014 operations and maintenance, Army funds in the amount of $8,420,987 were obligated at the time of the award. Estimated completion date is May 17, 2017. Bids were solicited via the Internet with ten received. Work will be performed in Afghanistan. Army Contracting Command, Aberdeen, Md., is the contracting activity (W91CRB-14-C-0011).

DEFENSE LOGISTICS AGENCY

Zimmer US, Inc., Warsaw, Ind., has been awarded a maximum $65,642,304 modification (P00010) exercising the third option period on a one-year base contract (SPM2DE-11-D-7232) with five one-year option periods for orthopedic hip, knee, spine, and extremity trauma implant procedural packages. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Indiana with a Mar. 24, 2015 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Lion Vallen Ltd., Partnership, Dayton, Ohio, has been awarded a maximum $45,727,402 fixed-price with economic-price-adjustment contract providing warehousing, distribution, and logistics support to fulfill organizational clothing and individual equipment requirements. This is a two-year base contract with three one-year option periods. This is a competitive acquisition, and 12 offers were received. Locations of performance are Ohio and Georgia with a March 17, 2016 performance completion date. Using military services are 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., (SPM1C1-14-C-0010).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an $118,875,655 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0004) for the repair and replenishment of government-owned Joint Strike Fighter (JSF) aircraft assets. These JSF aircraft assets include spare parts on JSF jets, training devices, support equipment and Autonomic Logistics Information System equipment. 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 October 2014. Fiscal 2014 operations and maintenance funds from the Air Force, Marine Corps, Navy, and international partner funds in the amount of $76,399,406 are being obligated on this award, of which $71,494,560 will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($51,980,743; 43.7 percent), U.S. Marine Corps ($43,784,064; 36.8 percent), the U.S. Navy ($15,822,614; 13.3 percent); and the governments of the United Kingdom ($5,741,235; 4.9 percent); the Netherlands ($1,546,999; 1.3 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $65,280,712 modification to a previously awarded cost-plus-award-fee contract (N00019-02-C-3002) for non-recurring efforts for the development of a Common F-35A Conventional Take-Off and Landing Air System comprised of the Air Vehicle and the Autonomic Logistics Global Sustainment System for the governments of Japan and Israel. Work will be performed in Fort Worth, Texas (44 percent); San Diego, Calif. (26 percent); Baltimore, Md. (25 percent) and El Segundo, Calif. (5 percent), and is expected to be completed in December 2017. Foreign military sales funds in the amount of $32,495,254 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the governments of Japan ($32,640,356; 50 percent) and Israel ($32,640,356; 50 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

General Dynamics National Steel and Shipbuilding Co., San Diego, Calif., is being awarded a $62,574,394 modification to previously awarded cost-plus-award-fee contract (N00024-08-C-4410) for the USS Pearl Harbor (LSD 52) fiscal 2014 extended dry-dock phased maintenance availability. An extended dry-dock phased maintenance availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in San Diego, Calif., and is expected to be completed by July 2015. Fiscal 2014 operations and maintenance, Navy and fiscal 2013 other procurement, Navy funding in the amount of $62,574,394 will be obligated at time of award. Contract funds in the amount of $34,415,917 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $50,737,476 cost-plus-incentive-fee, firm-fixed-price contract for non-recurring efforts and integration tasks in support of the development of Japan’s F-35A Conventional Take-Off and Landing Air System, which is comprised of the Air Vehicle and the Autonomic Logistics Global Sustainment System. Work will be performed in Fort Worth, Texas (61 percent); Orlando, Fla. (17 percent); El Segundo, Calif. (10 percent); San Diego, Calif. (8 percent); Baltimore, Md. (3 percent) and Melbourne, Fla. (1 percent), and is expected to be completed in December 2017. Foreign military sales funds in the amount of $20,392,580 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 Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-C-0040).

BAE Systems, Jacksonville, Fla., is being awarded a $27,370,048 modification to a previously awarded multi-ship, multi-option cost-plus incentive fee contract (N40024-10-C-4406) to provide ship repairs, hull, machinery, electrical, electronics, ship alterations and piping as required. Work will be performed in Jacksonville, Fla., and is expected to be completed by October 2014. Fiscal 2014 operations and maintenance, Navy funding in the amount of $27,370,048 will be obligated at the time of the award, all of which, will expire at the end of the current fiscal year. The Southeast Regional Maintenance Center, Jacksonville, Fla., is the contracting activity.

Alion Science and Technology Corp., Burr Ridge, Ill., was awarded a $24,000,000 ceiling-priced indefinite-delivery/indefinite-quantity contract for the procurement of Live Virtual Constructive Modeling and Simulation (LVCMS) Anti-submarine Warfare (ASW) Virtual At Sea Training (VAST). The LVCMS and ASW VAST family of training systems are networked, personal computer-based deployable trainers designed to support integrated and coordinated ASW tactical training, Anti-Access Area Denial and Cyber Warfare using Joint Semi Automated Forces Navy Training Baseline simulation. Work will be performed in Orlando, Fla., and is expected to be completed in October 2019. Fiscal 2014 research, development, test and evaluation, Navy funds in the amount of $10,000 was obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured through an electronic request for proposals and one offer was received. The Naval Air Warfare Center Training Systems Division, Orlando, Fla. is the contracting activity (N61340-14-D-0002).

Indus Technology Inc.*, San Diego, Calif., is being awarded a potential $21,797,616 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to support the Space and Naval Warfare Systems Center Pacific’s (SSC Pacific) Radio Frequency and Network Systems Support Division to provide satellite communications, radio frequency and navigation systems support services. This is one of three contracts awarded: each awardee will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two, one-year options, which if exercised, would bring the potential value of this contract to an estimated $36,825,493. Work will be performed in San Diego, Calif., and onboard Navy ships, and work is expected to be completed March 17, 2017. Fiscal 2014 operations and maintenance, Navy; shipbuilding and conversion, Navy; other procurement, Navy; and research, development, test and evaluation funds in the amount of $25,000 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 small business set-aside solicitation through publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website. Ten proposals were received and three were selected for award. SSC Pacific, San Diego, Calif., is the contracting activity (N66001-14-D-0034).

Client Solutions Architect*, Mechanicsburg, Pa., is being awarded a potential $21,670,069 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to support the Space and Naval Warfare Systems Center Pacific’s (SSC Pacific) Radio Frequency and Network Systems Support Division to provide satellite communications, radio frequency and navigation systems support services. This is one of three contracts awarded: each awardee will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two, one-year options, which if exercised, would bring the potential value of this contract to an estimated $36,555,425. Work will be performed in San Diego, Calif., onboard Navy ships, and at contractor’s facilities in Mechanicsburg, Pa., and work is expected to be completed March 17, 2017. Fiscal 2014 operations and maintenance, Navy; shipbuilding and conversion, Navy; other procurement, Navy; and research, development, test and evaluation funds in the amount of $25,000 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 small business set-aside solicitation through publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website. Ten proposals were received and three were selected for award. SSC Pacific, San Diego, Calif., is the contracting activity (N66001-14-D-0032).

Watts-Healy Tibbitts a Joint Venture, Honolulu, Hawaii, was awarded $18,608,004 for firm-fixed-price task order KB03 under a previously awarded multiple award construction contract (N62478-09-D-4019) for the construction of a drydock waterfront facility at Joint Base Pearl Harbor-Hickam. The work to be performed provides for the construction of a new low rise waterfront facility, concrete slab-on-grade, and pile supported foundation. The project includes shop spaces, meeting/conference rooms, break rooms, and administrative, engineering, project management and project team spaces. The task order also contains one unexercised option, which if exercised would increase the cumulative task order value to $20,289,031. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by December 2015. Fiscal 2010 and 2014 military construction, Navy contract funds in the amount of $18,608,004 are being obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Pearl Harbor, Hawaii, is the contracting activity. (Awarded March 17, 2014)

Black and Veatch Special Projects Corp., Overland Park, Kan., is being awarded a maximum amount $9,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for professional services for management and maintenance of the Navy’s electrical and mechanical utility systems for various locations under the cognizance of the Naval Facilities Engineering Command (NAVFAC), Atlantic area of responsibility (AOR). The work to be performed is to conduct research, analysis and provide recommendations to assist in the management and maintenance of the Navy’s electric and mechanical utility systems including electric and steam production; electric and steam distribution; natural gas; and energy. No task orders are being awarded at this time. Work will be performed in the NAVFAC Atlantic AOR. The term of the contract is not to exceed 36 months with an expected completion date of March 2017. Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $10,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-14-D-6011).

Huntington Ingalls Inc.-Newport News Shipbuilding, Newport News, Va., is being awarded an undefinitized contract action with a not-to-exceed value of $8,624,008 on a previously awarded cost-plus-fixed fee contract (N00024-14-G-2114) for fiscal 2014 propulsion plant engineering activity support for CVN 68 class. This effort will provide engineering services in support of life-cycle management of the systems identified for the CVN 68 class. The contract includes options which have not yet been priced. Work will be performed in Newport News, Va., and is expected to complete by March 2015. Fiscal 2014 operations and maintenance, Navy funds in the amount of $ 8,624,008 will be obligated at the time of award. Contract funds will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with CVN BOA Class J&A 20,883 (E). The Supervisor of Shipbuilding Conversion and Repair, Newport News, Va., is the contracting activity.

Lockheed Martin, Mission Systems and Training, Moorestown, N.J., is being awarded an $8,138,640 modification to previously awarded contract (N00024-12-C-4309) to exercise fiscal 2014 options and fund the lifetime sustainment and support services for installed Aegis Weapon Systems (AWS). The contract will provide for support of the critical modernization programs currently in process for the AWS as well as logistics and sustainment support for the in-service Aegis ship fleet in order to prevent delays in the delivery of the AWS upgrades and schedule and operational impacts to the effected ship availabilities. Work will be performed in Moorestown, N.J. (81 percent) and Mt. Laurel, N.J. (19 percent) and is expected to be completed by June 2017. Fiscal 2014 other procurement, Navy; fiscal 2014 operations and maintenance, Navy and fiscal 2014 research, development, test and evaluation, Missile Defense Agency contract funds in the amount of $8,138,640 will be obligated at time of award. Fiscal 2014 operations and maintenance, Navy funding in the amount of $694,829 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington D.C., is the contracting activity.

AIR FORCE

Computer Science Corp., Falls Church, Va., has been awarded a $7,387,413 cost-plus-fixed-fee task order (RL01) to an existing contract (HC1028-08-D-1027) for Global Decision Support Systems (GDSS) application support services. Contracted support includes GDSS system releases in a non-service-interrupted process that addresses system sustainment, support to fielding and operational maintenance and administrative support to meet financial and programmatic reporting needs. Work will be performed at O'Fallon, Ill., and is expected to be completed by Sept. 30, 2014. This is a sole-source bridge task order to bridge period from expiration of current contract (March 15, 2014) to full performance of the follow-on contract which will be competed via full and open competition. Fiscal 2014 transportation working capital and operating funds in the amount of $7,387,413 are being obligated at time of award. 763 Specialized Contracting Squadron/PKC, Scott Air Force Base, Ill., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $6,882,489 firm-fixed-price modification (P00026) to contract (FA8615-10-C-6051) to develop, deliver and install 20 advanced countermeasure electronics system-system integrity (ACES SI) retrofit kits, modify 24 radar warning receivers and procure three electronic warfare memory loader verifiers for F-16C/D (16 C’s and 4 D’s) Block 52 aircraft. Work will be performed at Fort Worth, Texas, and is expected to be completed by Oct. 19, 2015. This award is the result of a source-directed/sole-source acquisition and is 100 percent foreign military sales for Egypt. Air Force Life Cycle Management Center/WWMK, Wright-Patterson, Air Force Base, Ohio, is the contracting activity.
WASHINGTON HEADQUARTERS SERVICES

QUALX Corp., Vienna, Va., is being awarded an $8,878,297 modification to firm-fixed-price contract (HQ0034-12-F-0213) for records management support services, including development of governance strategy and document conversion from paper-based to electronic enterprise content management. Work will be performed in Vienna, Va., Arlington, Va., Alexandria, Va., and College Park, Md. This contract was competitively processed, among Service-Disabled Veteran-Owned Small Business through the General Services Administration, with one bid received. The estimated completion date is March 16, 2017. Fiscal 2014 operations and maintenance funds are being obligated on award. Washington Headquarters Services, Washington, D.C. is the contracting activity.

*Small Business

Friday, March 14, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
 NAVY

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

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

ARMY

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

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

AIR FORCE

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

MISSILE DEFENSE AGENCY

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


*Small Business

Thursday, March 13, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS 

NAVY

Exelis Inc., Clifton, N.J., is being awarded a $91,701,414 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0002) to exercise an option for the manufacture and delivery of 42 AN/ALQ-214(V)4 on-board jammer (OBJ) systems.  The AN/ALQ-214(V)4/5 is an OBJ component of the integrated defensive electronic counter measures system.  It is a self-protection radio frequency (RF) countermeasures system used by Navy F/A-18C/D/E/F strike fighter aircraft against RF guided surface-to-air and air-to-air threats (missiles).  Work will be performed in Clifton, N.J. (31 percent); San Jose, Calif. (26 percent); San Diego, Calif. (11 percent); Rancho Cordova, Calif. ( 5 percent);  Mountain View, Calif. (4 percent); Hudson, N.H. (2 percent); West Springfield, Mass.(2 percent); and various locations within the United States (19 percent); and is expected to be completed in November 2016.  Fiscal 2013 and 2014 aircraft procurement, Navy funds in the amount of $91,701,414 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting.

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

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

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

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

ARMY

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


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

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

AIR FORCE

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

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

DEFENSE LOGISTICS AGENCY

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

CORRECTION:   The contract announced March 4, 2014 to Universal Sodexho had the incorrect modification and length of time on the contract. The correct announcement should read:
Universal Sodexho, Tacoma, Wash., has been awarded a maximum $10,800,000 exercising the sixth modification (P00027) on a three-month bridge contract (SPM500-05-D-BP07) with three one-year option periods for maintenance, repair and operations supplies for the Korea Region. This is a firm-fixed-price, indefinite delivery/indefinite quantity contract. Location of performance is Washington with a June 30, 2014 performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

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

MISSILE DEFENSE AGENCY

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

*Small Business

Wednesday, March 12, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
NAVY

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

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

ARMY

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

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

DEFENSE LOGISTICS AGENCY

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

MISSILE DEFENSE AGENCY

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

*Small Business
**Small Disadvantaged Business

Monday, March 10, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR MARCH 10, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
 NAVY

Lockheed Martin Corp., Baltimore, Md., is being provided funding in the amount of $698,911,656 under previously awarded contract (N00024-11-C-2300) for construction of two fiscal 2014 littoral combat ships.  The three contract line items being funded for each ship are for the basic seaframe construction, selected ship systems integration and test, and selected ship systems equipment.  Work will be performed in Marinette, Wis. (56 percent), Walpole, Mass. (14 percent), Washington, D.C. (12 percent), Oldsmar, Fla. (4 percent), Beloit, Wis. (3 percent), Moorestown, N.J. (2 percent), Minneapolis, Minn. (2 percent), and various locations of less than 1 percent each totaling 7 percent, and is expected to be complete by August 2018.  Fiscal 2014 shipbuilding and conversion, Navy contract funds in the amount of $698,911,656 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.

Austal USA, Mobile, Ala., is being provided funding in the amount of $683,716,119 under previously awarded contract (N00024-11-C-2301) for construction of two fiscal 2014 littoral combat ships.  The three contract line items being funded for each ship are for the basic seaframe construction, selected ship systems integration and test, and selected ship systems equipment.  Work will be performed in Mobile, Ala. (51 percent), Pittsfield, Mass. (13 percent), Cincinnati, Ohio (4 percent), Baltimore, Md. (2 percent), Burlington, Vt. (2 percent), New Orleans, La. (2 percent), and various locations of less than two percent each totaling 26 percent, and is expected to be complete by June 2018.  Fiscal 2014 shipbuilding and conversion, Navy contract funds in the amount of $683,716,119 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.

Communications & Power Industries, Beverly, Mass. (N00164-14-D-GR39), and L-3 Communications, Williamsport Pa. (N00164-14-D-GR65), are each being awarded firm-fixed-price, five-year, indefinite-delivery/indefinite-quantity, multiple-award contract with a cumulative value of $67,715,539 for the evaluation, rebuild and new production of double-duty cross field amplifiers utilized in the AN/SPY-1D(V) Radar System.  Double-duty cross field amplifiers are used on Navy destroyers and Aegis Ashore systems, and by foreign militaries for radar power amplification.  Initial delivery orders in the amount of $184,985 for Communications & Power Industries and $168,000 for L-3 will be awarded as the minimum ordering amount at time of award; subsequent orders will be competed between the two awardees.  This contract combines purchases for the U.S. Navy (95 percent) and the governments of Australia (2 percent), Spain (1 percent), Japan (1 percent) and South Korea (1 percent) under the Foreign Military Sales Program.  Work will be performed in Beverly Mass. (50 percent), and Williamsport Pa. (50 percent), and is expected to be completed by March 2019.  Fiscal 2014 shipbuilding and conversion, Navy funding in the amount of $352,985 will be obligated at the time of the award and will not expire at the end of the current fiscal year.  These contracts were not competitively procured in accordance with 10 U.S.C. 2304(c)(1). The Naval Surface Warfare Center, Crane, Ind., is the contracting activity.

Electric Boat Corp., Groton, Conn., is being awarded a $57,167,957 cost-plus-fixed-fee modification to the previously awarded contract (N00024-03-C-2101) for the planning and execution of the USS Minnesota (SSN 783) post shakedown availability (PSA).  Electric Boat will also procure long lead time material in preparation to accomplish the maintenance, repair, alterations, testing, and other work on the USS Minnesota during its scheduled PSA.  Work will be performed in Groton, Conn. (99 percent) and Quonset Point, R.I. (1 percent), and is expected to be completed by February 2015.  Fiscal 2008, 2013 and 2014 shipbuilding and conversion, Navy funding in the amount of $37,575,000 will be obligated at time of the award.  Contract funds will not expire at the end of the current fiscal year.  The Supervisor of Shipbuilding Conversion and Repair, Groton, Conn., is the contracting activity.

Sierra Nevada Corp., Sparks, Nev., is being awarded a $43,488,133 modification to a previously awarded contract (N00174-09-D-0003) for the procurement and support of the transmitting set, countermeasures AN/PLT-5 to support explosive ordnance disposal (EOD) personnel.  Joint service EOD forces have a requirement for man-portable equipment and support for the EOD Counter Radio Controlled Improvised Explosive Device Electronic Warfare (CREW) program.  The EOD CREW program provides all military EOD services with an electronic warfare capability to counter the threat from improvised explosive devices.  Work will be performed in Sparks, Nev., and is expected to be completed by March 2015.  No funds will be obligated at the time of award and contract funds will not expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity.

Northrop Grumman Laser Systems Inc., Apoka, Fla., is being awarded a $12,400,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for special operating force laser aiming marker (SOFLAM), ground laser target designator (GLTD), provision item order spares and repairs.  The SOFLAM/GLTD is a lightweight, integrated, highly specialized, laser target designator viewing device that provides the operator with a ruggedized system utilizing technology designed for terminal guidance of precision munitions.  The SOFLAM/GLTD provides the specialized capability of combining two distinct guidance choices; hand-off to aircraft or standalone terminal guidance.  This requirement not only supports the U.S. but also includes foreign military sales (FMS) to Romania (71.4 percent) and Lithuania (28.6 percent) though the support of Building Partnership Capacity programs.  Work will be performed in Apopka, Fla., and is expected to be completed by March 2018.  FMS contract funds in the amount of $2,366,000 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 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 (N00164-14-D-JQ16).

Correction:  The Seaport-e rolling admission contract originally announced on Nov. 19, 2013 inadvertently left off seven winning companies.  Included in this announcement should have been ASG Solutions Corp., doing business as American Systems Group San Diego, Calif.; ANSOL Inc., San Diego, Calif.; BlueWater Federal Solutions Inc., Chantilly, Va.; CTI Resource Management Services Inc., Jacksonville, Fla.; GBL Systems Corp., Camarillo, Calif.; Roccomar Inc., Falls Church, Va.; and Hodges Transportation Inc., doing business as Nevada Automotive Test Center, Silver Springs, Nev.

DEFENSE LOGISTICS AGENCY

CTS Cement Manufacturing Corp.*, Cypress, Calif., has been awarded a maximum $13,701,394 modification (P00007) exercising the third option period on a two-year base contract (SPM8EG-10-D-0001) with three one-year option periods for rigid concrete repair.  This is a fixed-price with economic-price-adjustment, indefinite-quantity contract.  Location of performance is California with a March 10, 2015 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  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.

ARMY

Defense Engineering Inc., Alexandria, Va., was awarded a $12,313,615 firm-fixed-price, multi-year contract for enterprise data storage services for the U.S. Information Technology Agency, Storage Services Branch.  Fiscal 2014 operations and maintenance, Army funds in the amount of $10,813,615 were obligated at the time of the award.  Estimated completion date is Feb. 28, 2019.  Twelve bids were solicited with five received.  Work will be performed in Washington, D.C.  Army Contracting Command, Rock Island Arsenal, Ill., is the contracting activity (W52P1J-14-F-3003).

IBM Corp. Bethesda, Md. was awarded an $8,465,976 modification (2A0328) to contract W91QUZ-06-D-0010 to exercise option year three of the Army Learning Management System which delivers training around the clock training for soldiers and Army civilians.  Fiscal 2014 operations and maintenance, Army funds in the amount of $4,121,993 were obligated at the time of the award.  Estimated completion date is March 20, 2015.  Work will be performed at Fort Eustis, Va.  Army Contracting Command, Fort Eustis, Va., is the contracting activity.

*Small Business

Friday, March 7, 2014

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

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

Tactical & Survival Specialties Inc.**, Harrisonburg, Va., (SPM8EJ-14-D-0003); W.S. Darley & Co.*, Itasca, Ill., (SPM8EJ-14-D-0004); ADS Inc.*, Virginia Beach, Va., (SPM8EJ-14-D-0005); Federal Resources Supply Co.*, Stevensville, Md., (SPM8EJ-14-D-0006); Source One Distributors Inc.***, Wellington, Fla., (SPM8EJ-14-D-0007); H Squared Inc., doing business as Quantico Tactical**, Aberdeen, N.C., (SPM8EJ-14-D-0008), have been awarded a maximum $10,000,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for support of special operational equipment tailored logistics support program.  This is a two-year base contract with three one-year option periods.  This contract is a competitive acquisition and 20 offers were received.  Locations of performance are Virginia, Illinois, Maryland, Florida, and North Carolina with a March 6, 2016 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 2016 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Tactical & Survival Specialties, Inc.**, Harrisonburg, Va., (SPM8EJ-09-D-0001); W.S. Darley & Co.*, Itasca, Ill., (SPM8EJ-09-D-0002); Atlantic Diving Supply, Inc.*, Virginia Beach, Va., (SPM8EJ-09-D-0002); Source One Distributors Inc.***, Wellington, Fla., (SPM8EJ-09-D-0004), have been awarded a maximum $84,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for various types of tactical, survival, and rescue equipment.  This is a two-month base contract with no option periods.  This contract is a competitive acquisition, and 14 offers were received.  Locations of performance are Virginia, Illinois, and Florida with a May 8, 2014 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.

Sysco Central Florida, Ocoee, Fla., has been awarded a maximum $39,375,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support.  This contract is a competitive acquisition and one offer was received.  This is a two-year base contract with one one-year option and one two-year option periods.  Location of performance is Florida with an April 16, 2019 performance completion date.  Using military services are Army, Navy, Air Force, and Job Corps.  Subsistence outside of the continental United States (OCONUS) prime vendors will order from this contract in support of OCONUS 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-3000).

Shore Terminals LLC, doing business as NuStar, San Antonio, Texas, has been awarded a maximum $32,333,197 modification (P00075) exercising the third option period on a five-year base contract (SP0600-99-C-5926) with three five-year option periods for petroleum storage services.  This is a firm-fixed-price contract.  Locations of performance are Texas and California with a March 6, 2019 performance completion date.  Using military services are Army, Air Force, and Marine Corps.  Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

Pentaq Manufacturing Corp.****, Sabana Grande, Puerto Rico, has been awarded a maximum $27,244,510 modification (P00102) exercising the first option period on a one-year base contract (SPM1C1-13-D-1036) with four one-year option periods for various coats.  This is a firm-fixed-price contract.  Locations of performance are Puerto Rico and Mississippi with a March 17, 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.

Raytheon Co., Space and Airborne Systems, El Segundo, Calif., has been awarded a maximum $8,970,000 firm-fixed-price contract for aircraft circuit card assemblies.  This contract is a sole-source acquisition.  This is a five-year base contract with no option periods.  Location of performance is California with a Nov. 30, 2016 performance completion date.  Using military service is Navy, Canada, and Australia.  Type of appropriation is fiscal 2013 through fiscal year 2016 Navy and foreign military sales funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPRPA1-11-G-003X-5006).

Imperial Sales Co.*, Watsonville, Calif., has been awarded a maximum $8,152,137 modification (P00202) exercising the third option period on a one-year base contract (SPM3S1-11-D-Z188) with four one-year option periods for various commercial components for unitized group rations.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is California with a March 10, 2015 performance completion date.  Using military services are Army and Marine Corps.  Type of appropriation is fiscal 2013 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

NAVY

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $76,100,722 modification to the previously awarded V-22 fixed-price-incentive-fee lot 17-21 multiyear contract (N00019-12-C-2001).  This modification exercises an option for the manufacture and delivery of one CV-22 tiltrotor aircraft for the U.S. Air Force.  Work will be performed in Fort Worth, Texas (24.6 percent); Ridley Park, Pa. (19.2 percent), Amarillo, Texas (10.4 percent), Dallas, Texas (4.3 percent); East Aurora, N.Y. (2.5 percent); Park City, Utah (1.7 percent); El Segundo, Calif. (1.3 percent); Endicott, N.Y. (1 percent); Ontario, Canada (.9 percent); Tempe, Ariz. (.8 percent); Rome, N.Y. (.7 percent); Torrance, Calif. (.7 percent); Luton, United Kingdom (.6 percent); Clifton, N.J. (.6 percent); Salisbury, Md. (.6 percent); Los Angeles, Calif. (.6 percent); Cobham, United Kingdom (.6 percent); Irvine, Calif. (.6 percent); San Diego, Calif. (.5 percent); Yakima, Wash. (.5 percent); Brea, Calif. (.5 percent); Rockmart, Ga. (.5 percent); McKinney, Texas (.4 percent); Albuquerque, N.M. (.4 percent); Whitehall, Mich. (.4 percent); Wolverhampton, United Kingdom (.4 percent); Tucson, Ariz. (.4 percent); Erie, Pa. (.3 percent); Vergennes, Vt. (.3 percent); Kilgore, Texas (.3 percent); Shelby, N.C. (.3 percent); Avon, Ohio (.2 percent); Santa Clarita, Calif. (.2 percent); Garden City, N.Y. (.2 percent); El Cajon, Calif. (.2 percent); Corinth, Texas (.2 percent); Sylmar, Calif. (.2 percent); Westbury, N.Y. (.1 percent); and various other locations inside and outside the United States (21.8 percent), and is expected to be completed in December 2016.  Fiscal 2014 aircraft procurement, Air Force and Special Operations Command funds in the amount of $76,100,722 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.

Vigor Shipyards Inc., Seattle, Wash., is being awarded a $30,703,417 cost-plus-incentive-fee, cost-plus-award-fee contract to definitize a previously awarded undefinitized contract action (N00024-11-C-4401) for repair and alteration of naval assets.  This body of work is being awarded under an existing five-year contract for planning and execution of repair and alteration to surface ships while in drydock. The USS Momsen (DDG 92) will be undergoing a docking selected restricted availability which is the opportunity in the ship’s life cycle to primarily conduct repair and alteration to systems and hull not available when the ship is waterborne.  Work will be performed in Seattle, Wash., and is expected to be completed by October 2014.  Fiscal 2014 operations and maintenance, Navy funding in the amount of $8,405,188 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Wash., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $7,696,166 undefinitized modification to the previously awarded low rate initial production lot 6 advanced acquisition contract (N00019-11-C-0083) for the F-35 Lightning II Joint Strike Fighter aircraft.  This modification provides for the procurement of non-recurring sustainment activities for the government of the United Kingdom, to include procurement of site activation planning efforts for Royal Air Force Marham.  Work will be performed in Warton, United Kingdom (65 percent); and Fort Worth, Texas (35 percent), and is expected to be completed in June 2014.  International partner funds in the amount of $3,848,083 will be obligated at time of award, none of which expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

ARMY

D&S Consultants Inc., doing business as DSCI, Eatontown, N.J., has been awarded an $8,734,140 firm-fixed-price, sole-source contract for Information Technology operations and maintenance support services for United States Southern Command Joint Task Force-Guantanamo Bay, Cuba.  Work will be performed in Cuba with Sept. 6, 2014 estimated completion date.  Fiscal 2014 operations and maintenance Army funds in the amount of $6,833,026 were obligated at time of award.  U.S. Army Contracting Command – Fort Sam Houston, Texas is the contracting activity (W912CL-14-C-0008).


Ronal Industries Inc.*, Troy, Mich. was awarded a $7,422,150 firm-fixed-price, multi-year indefinite-delivery/indefinite-quantity contract for 2,075 fan vaneaxials for the M109 howitzer.  Funding and work performance location will be determined with each order.  Estimated completion date is July, 31, 2019.  Bids were solicited via the Internet with two received.  Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-14-D-0042).

*Small Business
**Service-Disabled Veteran Owned Small Business
***Veteran Owned Small Business
****Small Disadvantaged Business

Search This Blog

Translate

White House.gov Press Office Feed