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

Tuesday, April 1, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR APRIL 1, 2014

U.S. DEFENSE DEPARTMENT 
CONTRACTS
AIR FORCE

The Boeing Co., St. Louis, Mo., has been awarded a maximum $80,000,000 indefinite-delivery/indefinite-quantity contract, for Joint Direct Attack Munitions technical support for studies and analysis, product improvement, upgrades, integration (including, but not limited to, software integration, aircraft integration, and associated hardware) and testing. Work will be performed in Missouri with an expected completion date of March 31, 2019. Fiscal 2014 Air Force procurement funds in the amount of $4,141,039 and fiscal 2014 Navy operations and maintenance funds in amount $145,000 will be obligated at time of award. This award is the result of a sole source acquisition. Air Force Life Cycle Management Center/EBDK, Eglin Air Force Base, Fla., is the contracting activity (FA8681-14-D-0028).

DEFENSE LOGISTICS AGENCY
Petroleum Traders Corp.,* Fort Wayne, Ind., has been awarded a maximum $66,882,605 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Location of performance is Indiana with an April 30, 2017 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8509).
Dennis K. Burke Inc.,** Chelsea, Mass., has been awarded a maximum $65,282,707 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Locations of performance are Massachusetts, Maine, New Hampshire, New York, Rhode Island, and Connecticut with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, Air National Guard, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8521).

Allied Tube & Conduit, Harvey, Ill., (SPE8E6-14-D-0002); Cobra Systems,** Bloomington, N.Y., (SPE8E6-14-D-0003); Iris Kim,** Hampton, Va., (SPE8E6-14-D-0004), have been awarded a maximum $41,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for concertina barbed tape. This is a two-year base contract with three one-year option periods. This contract is a competitive acquisition, and five offers were received. Locations of performance are Illinois, New York, and Virginia with an April 1, 2019 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and Defense Logistics Agency. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Global Montello Group,** Waltham, Mass., has been awarded a maximum $36,202,002 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Location of performance is Massachusetts with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8533).
Sprague Operating Resources LLC,** White Plains, N.Y., has been awarded a maximum $34,898,134 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Locations of performance are New York, Pennsylvania, New Jersey, and Maine with a March 31, 2017 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 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8528).
Air Liquide Industrial US LP, Houston, Texas, has been awarded a maximum $25,310,221 firm-fixed-price contract for gaseous nitrogen. This is a competitive acquisition, and one offer was received. This is a five-year base contract with no option periods. Locations of performance are Texas and California with an April 30, 2019 performance completion date. Using services are federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, San Antonio, Texas, (SPE601-14-D-1516).

Brasseler USA,** Savannah, Ga., has been awarded a maximum $22,335,309 modification (P00003) exercising the second option period on a one-year base contract (SPM2DE-12-D-7458) with four one-year option periods for distribution of general dental supplies. This is a fixed-price with economic-price adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Georgia with an April 8, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Indigo Energy Partners LLC,** Alpharetta, Ga., has been awarded a maximum $20,745,146 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Locations of performance are Georgia and Pennsylvania with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, Air National Guard, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8526).

Naughton Energy Corp.,** Pocono Pines, Pa., has been awarded a maximum $18,217,525 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and thirty-four offers were received. This is a three-year base contract with no option periods. Locations of performance are Pennsylvania and New York with an April 30, 2017 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0238).

Mansfield Oil Co.,** Gainesville, Ga., has been awarded a maximum $14,541,401 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Location of performance is Georgia with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8530).
Riggins Oil,** Vineland, N.J., has been awarded a maximum $9,735,913 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Locations of performance are New Jersey and Pennsylvania with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8531).

Talley Petroleum Enterprises Inc.,** Grantville, Pa., has been awarded a maximum $9,504,864 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and thirty-four offers were received. This is a three-year base contract with no option periods. Location of performance is Pennsylvania with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, Air National Guard, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SP0600-14-D-8527).

Foster Fuels Inc.,** Brookneal, Va., has been awarded a maximum $8,268,245 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and 34 offers were received. This is a three-year base contract with no option periods. Locations of performance are Virginia, Maine, Massachusetts, New Hampshire, New York, Pennsylvania, and Vermont with an April 30, 2017 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8505).

NAVY
URS Federal Inc., Germantown, Md. (N00189-12-D-Z016); Raytheon Technical Services Co. LLC, Sterling, Va. (N00189-12-D-Z017); Technical Software Services Inc.,* Pensacola, Fla. (N00189-12-D-Z018); Camber Corp., Huntsville, Ala. (N00189-12-D-Z019); General Dynamics Information Technology, Fairfax, Va. (N00189-12-D-Z020); Northrop Grumman Corp., Herndon, Va. (N00189-12-D-Z021); Logistic Services International Inc., Jacksonville, Fla. (N00189-12-D-Z022); Sonalysts Inc., Waterford, Conn. (N00189-12-D-Z023); and Kratos Defense and Security Solutions, San Diego, Calif. (N00189-12-D-Z024), are being awarded modifications under previously awarded multiple award contracts to exercise option two of the contracts pursuant to contract clause FAR 52.217-9, option to extend the term of the contract. The contracts provide education training products and services for the Naval Education Training Command in conjunction with Naval Education Training and Professional Development and Technology Center which works to educate Navy sailors in a variety of ways. The maximum contract value, for option two, for all nine contracts combined, is $33,079,710. These nine contractors will compete for task orders under the terms and conditions of the awarded contracts. No funding will be obligated with the exercise of the option, and therefore none of the funding will expire before the end of the current fiscal year. Funding will be provided on individual task orders issued against the contracts during the period of the option. Work will be performed in Pensacola, Fla. (90 percent) and the other 10 percent will be performed at the contractors' locations. Work is expected to be completed April 30, 2015. The NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pa., is the contracting activity.

Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded a $21,319,984 cost-plus-fixed-fee, level of effort, completion type contract to provide the United Kingdom (UK) with engineering and technical support services and deliverable materials for the UK Trident II Missile System. This contract provides for, but is not limited to, technical planning, direction, coordination, and control to assure that UK fleet ballistic missile program requirements are identified and integrated to support planned milestone schedules and emergent requirements, re-entry systems UK resident technical support, operational support hardware, and UK-unique common missile compartment/UK successor support. Work will be performed in Sunnyvale, Calif. (76.4 percent); Cape Canaveral, Fla. (12.5 percent); Coulport, Scotland. (4.4 percent); Aldermaston, England (3.3 percent); St. Mary’s, Ga. (2 percent); Silverdale, Wash. (less than 1 percent), Campbell, Calif. (less than 1 percent), Denver, Colo. (less than 1 percent), other U.S. cities (less than 1 percent); and Italy (various cities) (less than 1 percent), with an expected level-of-effort completion date of March 31, 2015 and deliverable items completion date of June 30, 2016. United Kingdom contract funds are being obligated in the amount of $21,319,984. Contract funds 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)(4). The Department of the Navy, Strategic Systems Programs Office, is the contracting activity (N00030-14-C-0028).

Progeny Systems Corp.,** Manassas, Va., is being awarded a $9,589,064 cost-plus-fixed-fee contract for engineering and technical services in support of the Navy’s AN/UYQ-100 Undersea Warfare Decision Support System. This contract includes options which, if exercised, would bring the cumulative value of this contract to $55,567,452. Work will be performed in Manassas, Va. (67 percent); Patuxent River, Md. (12 percent); Gig Harbor, Wash. (7 percent); Middletown, R.I. (6 percent); Norfolk, Va. (4 percent); and Pearl Harbor, Hawaii (4 percent), and is expected to be completed by March 2015. Fiscal 2013 and 2014 research, development, test and evaluation; fiscal 2014 other procurement, Navy and fiscal 2014 operations and maintenance, Navy funding in the amount of $6,877,411 will be obligated at time of award. Contract funds in the amount of $183,000 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with the Federal Acquisition Regulation 6.302-5. This contract is being awarded as a Phase III Small Business Innovative Research effort, under the Small Business Innovative Development Act of 1982. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-14-C-5209).

Hamilton Sundstrand Corp., Rockford, Ill., is being awarded $7,354,035 for firm-fixed-price delivery order 7006 under a previously awarded contract (N00383-12-D-011N) for repair of the V-22 Osprey aircraft constant frequency generator. Work will be performed in Rockville, Ill., and is expected to be completed in September 2016. Fiscal 2014 Navy working capital funds in the amount of $7,554,035 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

ARMY
Alessi Keyes Construction, North Little Rock, Ark. (W912JF-14-D-0001); AMR Construction LLC, Little Rock, Ark. (W912JF-14-D-0002); Oren Atchley Co., Inc., Fort Smith, Ark. (W912JF-14-D-0003); BES Design/Build LLC, Fairhope, Ala. (W912JF-14-D-0004); Beshears Construction Inc., Fort Smith, Ark. (W912JF-14-D-0005); C&M Contractors Inc., Doniphan, Mo. (W912JF-14-D-0006); Charpie Construction Co., Inc., Hopkinsville, Ky. (W912JF-14-D-0007); CWR Construction Inc., North Little Rock, Ark. (W912JF-14-D-0008); DAV Construction Co., Sherwood, Ark. (W912JF-14-D-0009); Flynco Inc., Little Rock, Ark. (W912JF-14-D-0010); Haralson Property Resources LLC, Memphis, Tenn. (W912JF-14-D-0011); Hernandez Consulting LLC, New Orleans, La. (W912JF-14-D-0012); HGL Construction, Midwest City, Okla. (W912JF-14-D-0013); Hollon Contracting LLC, Dothan, Ala. (W912JF-14-D-0014); J&S Construction Company Inc., Cookeville, Tenn. (W912JF-14-D-0015); Jack Helms Construction Co., Fort Smith, Ark. (W912JF-14-D-0016); Jack Morgan Construction, England, Ark. (W912JF-14-D-0017); Jane Construction LLC, Ozark, Ark. (W912JF-14-D-0018); K&E Construction Inc., South Beebe, Ark. (W912JF-14-D-0019); LJB Construction Inc., Rogers, Ark. (W912JF-14-D-0020); Lobina Construction, Hot Springs, Ark. (W912JF-14-D-0021); McCormick Asphalt Paving & Excavation, Ozark, Ark. (W912JF-14-D-0022); Precise Concrete Works LLC, Memphis, Tenn. (W912JF-14-D-0023); Primestar Construction Corp., Dallas, Texas (W912JF-14-D-0024); RHI Inc., West Haven, Utah (W912JF-14-D-0025); Roederer Construction Inc., LaGrange, Ky. (W912JF-14-D-0026); Ross Sparks Builders, Little Rock, Ark. (W912JF-14-D-0027); Structural Systems Inc., Fort Smith, Ark. (W912JF-14-D-0028); Wilkins Construction, North Little Rock, Ark. (W912JF-14-D-0029), were awarded a $20,000,000 firm-fixed-price indefinite-
delivery/indefinite-quantity contract for the sustainment/repair and maintenance of National Guard military construction projects at Little Rock Air Force Base, Camp Joseph T. Robinson, and Fort Smith Regional Airport. Funding and work location will be determined with each order. Estimated completion date is March 31, 2019. Bids were solicited via the Internet with 29 received. All contractors in this announcement are small businesses. National Guard Bureau, North Little Rock, Ark., is the contracting activity.

Tower Industries Inc., Greenville, Wis., was awarded a $6,598,704 modification (P00013) to contract W52P1J-12-C-0051 to acquire 500-pound practice bombs. Fiscal 2014 other procurement, Army funds in the amount of $7,258,574 were obligated at the time of the award. Estimated completion date is Dec. 30, 2015. Work will be performed in Greenville, Wis. Army Contracting Command, Rock Island Arsenal, Ill., is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES
SAIC/LEIDOS Inc, Reston, Va., is being awarded a $9,499,534 modification (P00019) to firm-fixed-price contract (HQ0034-11-A-0013-0001) for professional engineering services to support the warfare area of developmental, test and evaluation. Work will be performed in Reston, Va. The expected completion date is March 31, 2015. Fiscal 2014 research and development funds are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via Federal Business
Opportunities with seven proposals received. Washington Headquaters Services, Arlington, Va., is the contracting activity.

Logistics Management Institute, McLean, Va., is being awarded a $7,031,240 modification (P00037) to firm-fixed-price contract (HQ0034-10-F-0075) for technical support to Defense Procurement and Acquisition Policy. Work will be performed in Arlington, Falls Church and Alexandria, Va. The expected completion date is Feb. 28, 2015. Fiscal 2014 operations and maintenance funds are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured, with two proposals received. Washington Headquarters Services, Arlington, Va., is the contracting activity.
*Veteran Owned Small Business

**Small Business

Monday, March 31, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

AIR FORCE

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

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

DEFENSE LOGISTICS AGENCY

Federal Contracts Corp.*, Tampa, Fla., has been awarded a maximum $87,500,000 fixed-price with economic-price-adjustment contract for the procurement of commercial type agricultural equipment.  This contract is a competitive acquisition, and nine offers were received.  This contract is one of up to five contracts being issued against solicitation number SPM8EC-11-R-0008 and will be competed amongst other contractors who receive a contract under this solicitation.  Request for quotations will be issued to all five and the resulting contract delivery order(s) will be awarded to the offeror with the lowest price that is technically acceptable.  This is a five-year base contract.  Locations of performance are Florida, Minnesota, and France with a March 30, 2019 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8EC-14-D-0008).

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

ARMY

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

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

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

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

NAVY

Engility Corp., Chantilly, Va., is being awarded a $36,550,954 cost-plus-fixed-fee contract for systems engineering and technical services in support of the Naval Air Warfare Center Aircraft Division’s Software Engineering and Acquisition Management Division.  This contract includes systems integration and software development, platform simulation, integration and laboratory engineering, and software engineering.  These services are in support of the U.S. Navy and governments of Australia, Brazil, Canada, Denmark, Germany, Japan, Norway, Pakistan, South Korea, and Thailand.  Work will be performed in Patuxent River, Md., and is expected to be completed in January 2015.  Navy working capital funds in the amount of $620,000 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  This contract combines purchases for the U.S. Navy ($32,895,854; 90 percent) and the governments of Australia ($365,510; 1 percent); Brazil ($365,510; 1 percent); Canada ($365,510; 1 percent); Denmark ($365,510; 1 percent); Germany ($365,510; 1 percent); Japan ($365,510; 1 percent); Norway ($365,510; 1 percent); Pakistan ($365,510; 1 percent); South Korea ($365,510; 1 percent); and Thailand ($365,510; 1 percent) under the Foreign Military Sales Program.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-14-C-0021).
General Dynamics Bath Iron Works, Bath, Maine, is being awarded a $24,374,445 modification to previously awarded fixed-price incentive contract (N00024-11-C-2306) to exercise an option for DDG 1000 class services.  This contract modification provides additional class services associated with the detail design and construction of DDG 1000 class ships.  This work will provide technical and industrial engineering in the interpretation and application of the detail design to support construction and the maintenance of the ship design.  Work will be performed in Bath, Maine, and is expected to be completed by September 2014.  Fiscal 2014 shipbuilding and conversion, Navy contract funds in the amount of $24,374,445 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

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

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

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

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

WASHINGTON HEADQUARTERS SERVICES

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

MISSILE DEFENSE AGENCY

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

*Small Business

Friday, March 28, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR MARCH 28, 2014

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

 ARMY

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $610,892,663 modification (P00003) to foreign military sales contract W31P4Q-14-C-0034 for the PATRIOT system advanced capability production to include 92 one pack missiles, 50 launcher modification kits and associated ground equipment, tooling, and initial spares.  Fiscal 2013 and fiscal 2014 other procurement funds and other procurement funds, Army in the amount of $873,811,534 from previous modifications were obligated at the time of the award.  Estimated completion date is May 31, 2016.  Work will be performed in Grand Prairie, Lufkin, and El Paso, Texas; Camden, Ariz.; Chelmsford, Mass; Ocala, Fla.; Huntsville, Ala.; and Anaheim, Calif.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

TFAB Ground Systems LLC*, Madison, Ala., was awarded a $76,812,703 modification (P00005) to contract W9124J-12-D-0011 for engine diagnostic systems to ensure readiness of Chinook and Blackhawk helicopter engines.  Funding and work performance location will be determined with each order.  Estimated completion date is May 24, 2018.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

EADS-N.A., Herndon, Va., was awarded a $34,018,858 modification (P00772) to sole-source, foreign military sales contract W58RGZ-06-C-0194 for six Lakota helicopters with the environmental control unit, mission equipment package and airborne radio communication (ARC-231) radios for the Royal Thai Army.  Fiscal 2010 other procurement, Army funds in the amount of $34,018,857 were obligated at the time of the award.  Estimated completion date is April 3, 2015.  Work will be performed in Columbus, Miss.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

BH Defense LLC*, Arlington, Va. was awarded a $12,150,976 modification (P00003) to foreign military sales contract W91247-13-C-0015 to the Iraq International Academy for the education and development of senior Iraqi leadership. Fiscal 2014 other procurement funds in the amount of $12,150,976 were obligated at the time of the award. Estimated completion date is March 31, 2016. Work will be performed in Iraq. Army Contracting Command, Ft. Bragg N.C. is the contracting activity.


L-3 National Security Solutions was awarded a $9,673,703 modification (P00015) to contract W52P1J-13-F-3003 for tier 1 service desk support in the National Capital Region.  Fiscal 2014 operations and maintenance, Army funds in the amount of $1,181,654 were obligated at the time of the award.  Estimated completion date is March 29, 2015.  Work will be performed in Washington, D.C.  Army Contracting Command, Reston, Va., is the contracting activity.

TSI Corp.*, Las Vegas, Nev., was awarded an $8,425,301 modification (P00006) to contract W9124J-12-D-0012 to support engineering design, general maintenance services, service orders/HVAC technical support and heavy equipment operations/maintenance.  Funding and work performance location will be determined with each order.  Estimated completion date is March 31, 2015.  Army Contracting Command, Fort Hood, Texas, is the contracting activity.

Northcon Construction Inc.*, Hayden Idaho, was awarded an $8,000,000 firm-fixed-price contract for the maintenance, repair, upgrade and construction of military and civilian facilities, primarily at Fort Polk, La.  Funding and work performance location will be determined with each order.  Estimated completion date is March 24, 2017.  Bids were solicited via the Internet with 18 received. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-14-D-0021).

NAVY

Black Construction/MACE International Joint Venture, Harmon, Guam, is being awarded a maximum amount $95,000,000 indefinite-delivery/indefinite-quantity contract for design-build/design-bid-build construction projects at the U.S. Navy Support Facility, Diego Garcia.  The work to be performed is for general building type projects to include new construction, repair, renovation, demolition and alteration of facilities.  Facilities include, but are not limited to:  aviation and aircraft, marine, barracks and personnel housing, administrative, warehouse and supply, training, personnel support and service, security level and abasement and handling of hazardous/regulated material, etc.  No task orders are being issued at this time.  The term of this contract is not to exceed 60 months, with an expected completion date of March 2019.  Work will be performed in Diego Garcia, British Indian Ocean Territory.   Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $30,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with two proposals received.  The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-14-D-1303).

General Dynamics Land Systems-Force Protection, Ladson, S.C., is being awarded a $74,655,710 firm-fixed-price contract for the development, design, and production of 916 Cougar egress upgrade kits in support of the Program Executive Officer Land Systems, Program Manager, Mine Resistant Ambush Protected Vehicles.  The kit includes upgrades to four existing vehicle systems: front doors; rear doors; rear steps; and exhaust.  The upgrades are needed to increase survivability for the user in the case of an attack or accident.  Work will be performed in Ladson, S.C., and work is expected to be completed September 2015.  The term of the contract is not to exceed 18 months.  Fiscal 2012 other procurement, Marine Corps; fiscal 2012 other procurement, Navy; fiscal 2013 research, development, test, and evaluation, Navy; and fiscal 2014 operations and maintenance, Marine Corps contract funds in the amount of $65,024,224 will be obligated at the time of award and will expire at the end of the current fiscal year.  Fiscal 2013 other procurement, Navy and fiscal 2013 other procurement, Air Force contract funds in the amount of $9,631,486 will also be obligated at time of award and will not expire until Sept. 30, 2015.  This contract was competitively awarded via the Federal Business Opportunities website, with one offer received.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-14-C-5501).

SERCO, Reston, Va., is being awarded a potential $46,041,918 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide life cycle sustainment, integration, acquisition and technical support for anti-terrorism/force protection Naval Electronic Surveillance Systems to Department of Defense agencies and other government activities as required.  This is one of three contracts awarded: each awardee (CACI, N66001-14-D-0052; Honeywell, N66001-14-D-0053) will have the opportunity to compete for task orders during the ordering period.  This three-year contract includes two, one-year option periods which, if exercised, would bring the potential ceiling value of this award to an estimated $ 77,641,933.  Work will be performed at the contractor’s facilities (60 percent), and at government facilities (40 percent) to include operational platform sites, shore-based sites, and training activities located in the continental United States, Alaska, Hawaii, and locations worldwide.  The period of performance of the base period is from March 28, 2014 through March 27, 2017.  Fiscal 2014 operations and maintenance, Navy, and other procurement, Navy, funds in the amount of $33,000 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 a full and open solicitation (N66001-12-R-0001) and publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website.  Three proposals were received and three were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0054).

Honeywell, Columbia, Md., is being awarded a potential $43,196,813 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide life cycle sustainment, integration, acquisition and technical support for anti-terrorism/force protection Naval Electronic Surveillance Systems to Department of Defense agencies and other government activities as required. This is one of three contracts awarded: each awardee (CACI, N66001-14-D-0052; SERCO, N66001-14-D-0054) will have the opportunity to compete for task orders during the ordering period.  This three-year contract includes two, one-year option periods which, if exercised, would bring the potential ceiling value of this award to an estimated $71,713,083. Work will be performed at the contractor’s facilities (60 percent), and at government facilities (40 percent) to include operational platform sites, shore-based sites, and training activities located in the continental United States, Alaska, Hawaii, and locations worldwide.  The period of performance of the base period is from March 28, 2014 through March 27, 2017.  Fiscal 2014 operations and maintenance, Navy, and other procurement, Navy, funds in the amount of $33,000 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 a full and open solicitation and publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website. Three proposals were received and three were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0053).

CACI Inc., Federal, Chantilly, Va., is being awarded a potential $42,382,869 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide life cycle sustainment, integration, acquisition and technical support for anti-terrorism/force protection Naval Electronic Surveillance Systems to Department of Defense agencies and other government activities as required.  This is one of three contracts awarded: each awardee (Honeywell, N66001-14-D-0053; SERCO, N66001-14-D-0054) will have the opportunity to compete for task orders during the ordering period.  This three-year contract includes two, one-year option periods which, if exercised, would bring the potential ceiling value of this award to an estimated $70,999,791. Work will be performed at the contractor’s facilities (60 percent), and at government facilities (40 percent) to include operational platform sites, shore-based sites, and training activities located in the continental United States, Alaska, Hawaii, and locations worldwide.  The period of performance of the base period is from March 28, 2014 through March 27, 2017.  Fiscal 2014 operations and maintenance, Navy, and other procurement, Navy, funds in the amount of $33,000 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 a full and open solicitation and publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website.  Three proposals were received and three were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0052).

Lion-Vallen Industries, Dayton, Ohio, is being awarded a $20,609,800 firm-fixed-price requirements contract for logistics services to manage, support, and operate the Marine Corps Consolidated Storage Program Individual Issue Facility and Unit Issue Facility warehouse network.  Contractor support consists of managing infantry combat clothing equipment, chemical, biological, radiological, and nuclear defense equipment, special training allowance pool, soft-walled shelters and camouflage netting, and contractor-owned contractor-operated Asset Visibility Capability system.  This contract contains two one-month options which, if exercised, would bring the cumulative value of this contract to $24,761,800.  Work will be performed at the same time in Barstow, Calif. (23 percent); Camp Lejuene, N.C. (18 percent); Camp Pendleton, Calif. (13 percent); Okinawa, Japan (10 percent); Miramar, Calif. (9 percent); Camp Geiger, N.C. (7 percent); Twenty-nine Palms, Calif. (4 percent); Cherry Point, N.C. (4 percent); Kaneohe Bay, Hawaii (3 percent); Yuma, Ariz. (2 percent); Beaufort, S.C. (2 percent); Iwakuni, Japan (2 percent); New River, N.C. (2 percent); and Bridgeport, Calif. (1 percent).  Work is expected to be completed January 2015.  If options are exercised, work will continue through March 2015.  Fiscal 2014 operation and maintenance funds in amount of $20,609,800 will be obligated at the time of award, and will expire at the end of the current fiscal year.  This contract was competitively procured via solicitations on the Navy Electronic Commerce Online website, with two proposals received.  The Marine Corps Logistics Command, Albany, Ga., is the contracting activity (M67004-14-D-0003).

Canadian Commercial Corp., Ottawa, Ontario, Canada, is being awarded a $16,394,215 firm-fixed-price contract to repair four items required to support the P-3 aircraft.  Work will be performed at Fort Lauderdale, Fla., (80 percent) and Ontario, Canada (20 percent), and work is expected to be completed by March 28, 2019.  Fiscal 2014 Navy working capital funds will be used on the contract, but no funds will be obligated at the time of award.  No contract funds will expire before the end of the current fiscal year.  This contract was a non-competitive requirement in accordance with 10 U.S.C. 2304(c)(1).  NAVSUP Weapons Systems Support, Philadelphia, Pa., is the contracting activity (N00383-14-D-019F).

Lockheed Martin Corp., Owego, N.Y., is being awarded $13,065,996 for firm-fixed-price delivery order GCAR under previously awarded a Defense Logistics Agency basic ordering agreement (SPRPA1-09-G-002Y) for the acquisition of 19 radar receiver processors used in support of the MH 60R helicopter.  This announcement involves a foreign military sale for the government of Australia (100 percent).  Work will be performed at Owego N.Y (56 percent) and Syracuse N.Y. (44 percent), and work is expected to be completed by March 2017.  Foreign military sales funds in the amount of $13,065,996 will be obligated at the time of award.  These funds will not expire before the end of the current fiscal year.  This was a non-competitive requirement in accordance with FAR 6.302.1.  The NAVSUP Weapons System Support, Philadelphia Pa., is the contracting activity.

Moran Towing Corp., New Canaan, Conn., is being awarded an $11,147,644 firm-fixed-price contract for seven time-chartered, U.S.-flagged tractor tugs for day-to-day operations in Norfolk, Va., and surrounding waters, including ship handling, docking and undocking services.  This contract includes a three one-year options and one 11-month option which, if exercised, would bring the cumulative value of this contract to $58,104,254.  Work will be performed in Norfolk, Va., and surrounding waters, and is expected to be completed by February 2019.  Fiscal 2014 working capital funds in the amount of $5,882,090 are being obligated at the time of award.  Contract funds will expire at the end of the current fiscal year.  This contract was competitively procured with over 100 proposals solicited via the Federal Business Opportunities website, with one offer received.  Military Sealift Command, Washington, D.C., is the contracting activity (N00033-14-C-2108).

Insitu Inc., Bingen, Wash., is being awarded $8,355,422 for firm-fixed-price delivery order 0025 against a previously issued basic ordering agreement (N00019-12-G-0008) for the hardware and services required to operate, maintain, and support previously procured RQ-21A EOC unmanned aircraft systems in support of overseas contingency operations.  Hardware and services to be provided include spare and consumable parts and in-theatre field service representatives to supplement Marine Corps operators and maintainers.  Work will be performed in Bingen, Wash., and is expected to be completed in December 2014.  Fiscal 2014 operations and maintenance, overseas contingency operations Marine Corps funds in the amount of $8,355,422 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Washington Patriot Construction*, Gig Harbor, Wash., is being awarded $8,299,445 for firm-fixed-price task order 0018 under a previously awarded multiple award construction contract (N44255-10-D-5008) for relocation and consolidation of Puget Sound Naval Shipyard and Intermediate Maintenance Facility Shop and Administrative Facilities at Naval Base Kitsap-Bangor.  The work to be performed provides for construction of a new facility to house relocated three existing Naval Support Operations.  Work will be performed in Silverdale, Wash., and is expected to be completed by October 2015.  Fiscal 2011 military construction, Navy contract funds in the amount of $8,299,445 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, Northwest, Silverdale, Wash., is the contracting activity.

CH2M Hill Inc., Virginia Beach, Va., is being awarded $7,333,250 for cost-plus-award-fee task order 0019 under a previously awarded indefinite-delivery/indefinite-quantity, architect-engineering contract (N62470-11-D-8012) for Comprehensive Environmental Response, Compensation, and Liability Act Munitions Response sites investigations, Title II services, program support services, and community relations at the former Vieques Naval Training Range and Naval Ammunition Support Detachment.  Work will be performed in Vieques, Puerto Rico, and is expected to be completed by December 2018.  Fiscal 2014 environmental restoration, Navy contract funds in the amount of $7,333,250 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.

Maersk Line, Ltd., Norfolk, Va., is being issued a $7,117,355 modification under a previously awarded firm-fixed-price contract (N00033-13-C-2505) to exercise a three-month option for the operation and maintenance of five U.S. Navy ocean surveillance ships and two U.S. Navy missile range instrumentation ships.  The ships support the Navy’s surveillance towed array sensor system operations and the U.S. Air Force’s dual band radar monitoring operations.  Work will be performed at sea worldwide, and is expected to be completed by July 2014.  Fiscal 2014 working capital funds in the amount of $7,117,355 are being obligated at the time of award, and will not expire at the end of the fiscal year.  The Military Sealift Command, Washington, D.C., is the contracting activity.

Vigor Industrial LLC, Portland, Ore., is being awarded a $6,875,938 firm-fixed-price contract for a 68-calendar day mid-term shipyard availability of USNS Guadalupe (T-AO 200).  Work will include 72,000-hour main engine maintenance; main engine turbocharger overhaul; port shaft brake overhaul; starboard power take-off clutch/coupling overhaul, deck non-skid preservation; roller door replacement; and gypsy winch overhauls.  Guadalupe’s primary mission is to provide fuel to U.S. Navy ships at sea and jet fuel to aircraft assigned to aircraft carriers.  The contract includes options which, if exercised, would bring the total contract value to $8,153,218.  Work will be performed in Portland, Ore., and is expected to be completed by July 2014.  Fiscal 2014 working capital contract funds in the amount of $6,875,938 are being obligated at the time of award, and will expire at the end of the current fiscal year. This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website, with two offers received.  Military Sealift Command Washington, D.C., is the contracting activity (N00033-14-C-7501).

AIR FORCE

Matrix Research Inc., Dayton, Ohio, has been awarded a not-to-exceed $45,085,000 indefinite-delivery/indefinite-quantity contract for development and demonstration of supportable and manufacturable low observable (LO) technologies.  This program will develop, demonstrate, and transition supportable and manufacturable technologies that will reduce the production and life cycle sustainment burden of LO treatments, materials, repairs, and processes.  Work will be performed in Dayton, Ohio and is expected to be completed by April 2020.  Fiscal 2014 research, development, test and evaluation funds in the amount of $975,000 will be obligated at award on individual task orders.  This was a competitive award based on Broad Agency Announcement BAA-RQKM-2013-0013, with a total of two proposals received.  The Air Force Research Laboratory/RQK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-5400).

Kaman Precision Products Inc., Orlando, Fla., has been awarded a $41,634,163 modification (P00012) to firm-fixed-price contract FA8681-13-C-0029 for Lot 11 production of Joint Programmable Fuze systems.  The contract modification provides for the exercise of an option for an additional quantity of 10,001 state-of-the-art fuze systems being produced under the basic contract.  The location of performance is Orlando, Fla., and work is expected to be completed by April 2016.  Fiscal 2013 procurement funds in the amount of $1,519,495; fiscal 2014 procurement funds in the amount of $36,280,545 and fiscal 2014 overseas contingency operations funds in the amount of $3,834,123 will be obligated at award.  Air Force Life Cycle Management Center/EBDK, Eglin Air Force Base, Fla., is the contracting activity.

General Electric Aviation, Cincinnati, Ohio, has been awarded an estimated $24,902,353 firm-fixed-price contract for out-of-warranty repairs of the F138 engine.  Work will be performed in Ohio and is expected to be completed March 31, 2016.  No funds are being obligated at award.  The award is a result of a sole-source acquisition.  The Oklahoma City Air Logistics Center Propulsion Contracting Office, Oklahoma City, Okla., is the contracting activity (FA8124-14-D-0003).

Sierra Nevada Corp., Sparks, Nev., has been awarded a $14,022,709 firm-fixed-price, cost-plus-fixed-fee contract for contractor logistics support of the precision strike package on the AC-130W aircraft, Stinger II Program.  Work will be performed at Cannon Air Force Base, N.M., and is expected to be completed March 31, 2015.  Contractor logistics support employees also deploy with aircraft in support of special operations missions.  The award is the result of a sole-source acquisition.  Fiscal 2014 operations and maintenance funds in the amount of $10,936,854 will be obligated at award.  The contracting activity is the Air Force Life Cycle Management Center, Special Operation Forces Contracting Division, Robins Air Force Base, Ga., (FA8509-14-C-0001).

Cubic Defense Applications Inc., San Diego, Calif., has been awarded a $6,883,316 firm-fixed-price, cost-plus-fixed-fee and cost contract for the procurement of P5 Combat Training System (P5CTS) Depot follow-on CLS.  The P5CTS consists of the airborne subsystem, or "pod" and the ground subsystem.  The contract is for CLS for the procurement of supply chain/inventory management spares replenishment; repair and overhaul; demilitarization and disposal; systems/sustaining engineering and system integration.  The location of performance is San Diego, Calif., for the ground subsystem and Fort Walton Beach, Fla., for the airborne subsystem.  The work is expected to be complete by March 5, 2015.  Fiscal 2014 operations and maintenance funds in the amount of $6,883,316 are being obligated at award.  This award is the result of a sole-source acquisition.  Air Force Life Cycle Management Center/EBYK, Eglin Air Force Base, Fla., is the contracting activity (FA8678-14-C-0005).

DEFENSE LOGISTICS AGENCY

Science Application International Corp., Fairfield, N.J., has been awarded a maximum $40,000,000 four-month prime vendor bridge modification (P00035) on contract (SPM500-02-D-0121) for maintenance, repair, and operations.  This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is New Jersey with a July 31, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

US Foods Inc., Fairburn, Ga., has been awarded a maximum $27,418,049 five-month prime vendor bridge contract (SPM300-14-D-3747) for food and beverage support.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is Georgia with an Aug. 30, 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.

Federal Resources Supply Co., Stevenville, Md., has been awarded a maximum $24,240,094 fixed-price with economic-price-adjustment contract for medical test equipment and accessories.  This is a competitive acquisition and six offers were received.  This is a five-year base contract with no option periods.  Location of performance is Maryland with a March 27, 2019 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2DH-14-D-8222).

Sysco Eastern Maryland, Pokomoke City, Md., has been awarded a maximum $21,375,000 five-month prime vendor bridge contract (SPM300-14-D-3751) for food and beverage support.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is Maryland with an Aug. 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.

Triumph Gear Systems, Park City, Utah, has been awarded a maximum $19,991,773 firm-fixed-price, indefinite-quantity/indefinite-quantity contract for aircraft parts and support.  This is a sole-source acquisition.  This is a three-year base contract with two one-year option periods.  Location of performance is Utah with a Dec. 31, 2020 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 through fiscal 2020 Navy working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPRPA1-14-D-001W).

Willbros Government Services, Tulsa, Okla., has been awarded a maximum $14,229,960 firm-fixed-price contract for fuel services.  This is a competitive acquisition, and five offers were received.  This is a five-year base contract with three five-year option periods.  Locations of performance are Oklahoma and Arizona with an April 30, 2019 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 Energy, Fort Belvoir, Va., (SP0600-14-C-5409).

Sysco Foodservice Alabama, Calera, Ala., has been awarded a maximum $12,488,422 five-month prime vendor bridge contract (SPM300-14-D-3745) for food and beverage support.  This is a fixed-price with economic-price-adjustment contract.  Locations of performance are Alabama and Florida with an Aug. 30, 2014 performance completion date.  Using military services are Army and Air Force.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

SupplyCore Inc., Rockford, Ill.,* has been awarded a maximum $10,000,000 four-month prime vendor bridge modification (P00035) on contract (SPM500-02-D-0122) for maintenance, repair, and operations.  This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is Illinois with a July 31, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

*Small Business

Thursday, March 27, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR MARCH 27, 2014

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

AIR FORCE

The Centech Group Inc.*, Falls Church, Va.,( FA8732-14-D-0010); Epsilon Systems Solutions Inc.*, San Diego, Calif., (FA8732-14-D-0011); Smartronix Inc.*, Hollywood, Md., (FA8732-14-D-0012); SMS Data Products Group Inc.*, McLean, Va., (FA8732-14-D-0013); Indus Corp.*, Vienna, Va., (FA8732-14-D-0014); Technica Corp.*, Sterling, Va., (FA8732-14-D-0015); Telos Corp.*, Ashburn, Va., (FA8732-14-D-0016); Sumaria Systems Inc.*, Danvers, Mass., (FA8732-14-D-0017); BTAS Inc.*, Beavercreek, Ohio, (FA8732-14-D-0018); American Systems Corp.*, Chantilly, Va., (FA8732-14-D-0019); STG, Inc.*, Reston, Va., (FA8732-14-D-0020) and MicroTechnologies LLC*, Vienna, Va., (FA8732-14-D-0021) have been awarded a maximum $5,790,000,000 multiple-award, indefinite-delivery/indefinite-quantity (ID/IQ) contract for Network-Centric Solutions-2 (NETCENTS-2) network operations and infrastructure solutions. This contract vehicle will provide solutions to support network operations, core enterprise services and infrastructure development and operations, includes network management/defense, services oriented architecture infrastructure, enterprise level security/management and implementation/operations, telephony infrastructure and services. This contract vehicle is the mandatory source for all Air Force units purchasing services that fall under the scope of the contract, and it is available for use by Army, Navy, other department of defense and federal agencies. Funding and the location of performance will be cited on individual task orders issued against this IDIQ. Each company will receive a minimum guarantee of $2,500 at award. The ordering period is a three year basic period with four 12-month options, if exercised, resulting in seven years of ordering. Task orders are limited to five years of performance, and performance may extend three years beyond the expiration of ordering. This award is the result of a small-business competition; offers were solicited electronically through the Hanscom Electronic Request for Proposal Bulletin Board and FedBizOpps, and twenty-nine offers were received. The contracting activity is Air Force Life Cycle Management Center/HICK, Maxwell Air Force Base-Gunter Annex, Ala.

Northrop Grumman Technical Services Inc., Hill Air Force Base, Utah, has been awarded a $13,719,542 modification to cost-plus-award fee F42610-98-C-0001 for sustaining engineering services for the ICBM weapon system. The location of performance is Utah with an expected completion date of Sept. 30, 2014. Fiscal 2014 operations and maintenance funds in the amount of $12,925,702 are being obligated at award. Air Force Nuclear Weapon Center/PZBE, Hill Air Force Base, Utah, is the contracting activity.

ARMY

Hensel Phelps Construction, Chantilly, Va., was awarded a $245,125,000 firm-fixed-price contract for construction of the Joint Operations Center, Fort George G. Meade, Md. Work will be performed at Fort George G. Meade, Md. Estimated completion date is March 26, 2017. Fiscal 2014 military construction funds in the amount of $57,000,000 were obligated at the time of the award. Bids were solicited via the Internet with five received. U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-14-C-0016).

Lockheed Martin Corp., Liverpool, N.Y., was awarded a $145,921,161 modification (P00022) to contract W15P7T-12-C-C015 for an additional thirteen AN/TPQ-53 radar systems, along with 13 corresponding sets of on-board spares. Work will be performed in Liverpool, N.Y. Estimated completion date is Nov. 30, 2016. Fiscal 2014 other procurement, Army funds in the amount of $145,921,161 were obligated at the time of the award. Army Contracting Command, Aberdeen, Md., is the contracting activity.

Northrop Grumman Technical Services, Sierra Vista, Ariz., was awarded a $20,236,014 modification (P00020) to contract W58RGZ-13-C-0010 for contractor logistic services for the Hunter unmanned aircraft system. Work will be performed in Sierra Vista, Ariz., and Afghanistan. Estimated completion date is March 30, 2015. Fiscal 2014 operations and maintenance, Army funds in the amount of $5,236,014 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Manson Construction Co. Seattle, Wash. was awarded a $16,822,500 firm-fixed-price contract for dredging along the U.S. West Coast. Work will be performed in Astoria, Ore., and in San Francisco and Humboldt, Calif. Estimated completion date is Sept. 15, 2014. Fiscal 2014 operations and maintenance, Army funds in the amount of $16,822,500 were obligated at the time of the award. Bids were solicited via the Internet with two received. U.S. Army Corps of Engineers, Portland, Ore., is the contracting activity (W9127N-14-C-0018).

ICx Technologies Inc., doing business as Agentase Inc., Elkridge, Md., was awarded a $12,316,540 modification (P00090) to contract W911SR-08-C-0075 to procure 12 dismounted reconnaissance sets, kits, and outfits army configuration systems. Work will be performed in Elkridge, Md. Estimated completion date is March 25, 2015. Fiscal 2014 research, development, testing and evaluation funds in the amount of $12,316,540 were obligated at the time of the award. Army Contracting Command, Aberdeen, Md., is the contracting activity.

Chimes District of Columbia,Inc., Baltimore, Md., was awarded an $11,548,303 modification (P00002) to contract W91247-12-D-0029 for custodial services at Fort Bragg, N.C. Funding and work location will be determined with each order. Estimated completion date is March 31, 2015. Army Contracting Command, Fort Bragg, N.C., is the contracting activity.

NAVY

Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $106,999,970 undefinitized contract action to provide intermediate, depot level maintenance and related logistics support for approximately 223 in-service T-45 F405-RR-401 Adour engines. Work will be performed at the Naval Air Station (NAS) Meridian, Miss (47 percent); NAS Kingsville, Texas (46 percent); NAS Pensacola, Fla. (6 percent); and NAS Patuxent River, Md. (1 percent), and is expected to be completed in March 2015. No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-D-0016).
Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded a $59,703,818 modification to a previously awarded advanced acquisition contract (N00019-13-C-0023) for the procurement of long-lead items for the manufacture and delivery of 15 Lot 12 UH-1Y Build New Aircraft and 11 Lot 12 AH-1Z Build New Aircraft for the Marine Corps. Work will be performed in Fort Worth, Texas (60 percent) and Amarillo, Texas (40 percent), and is expected to be completed in September 2015. Fiscal 2014 aircraft procurement, Navy funds in the amount of $59,703,818 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.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $52,141,562 modification to a previously awarded cost-plus-incentive-fee contract (N00019-02-C-3002) to execute phase 3 of the Joint Strike Fighter Autonomics Logistics Information System (ALIS) Standard Operating Unit Version 2 (SOUv2) capability development effort. Phase 3 includes integration of the SOUv2 with the ALIS sustainment system and the F-35 air system. Work will be performed in Orlando, Fla. (70 percent) and Fort Worth, Texas (30 percent), and is expected to be completed in August 2015. Fiscal 2013 research, development, test and evaluation, Air Force ($9,067,217) and fiscal 2014 research, development, test and evaluation Navy ($14,396,512) and Marine Corps ($14,309,644) funds in the amount of $37,773,373 will be obligated at time of award, $9,067,217 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Guam MACC Builders A Joint Venture, Honolulu, Hawaii, is being awarded $45,450,600 for firm-fixed-price task order 0003 under a previously awarded multiple award construction contract (N62742-10-D-1309) for the design and construction of a high bay maintenance hangar to support forward operations and maintenance functions for the Unmanned Aircraft System MQ-4C Broad Area Maritime Surveillance platform at Andersen Air Force Base, Guam. The MQ-4C requires interior and enclosed maintenance space to accomplish scheduled inspections, airframe repairs, pre- and post-flight operations, as well as technical order compliance and aircraft modifications. The task order also contains two unexercised options, which if exercised would increase cumulative task order value to $46,719,102. Work will be performed in Yigo, Guam, and is expected to be completed by April 2016. Fiscal 2010 and fiscal 2014 military construction, Navy and fiscal 2014 other procurement, Navy contract funds in the amount of $45,450,600 are obligated on this award and will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

BAE Systems Information and Electronics, Nashua, N.H., is being awarded a $37,443,252 firm-fixed-price contract to procure 1,372 Advanced Precision Kill Weapon Systems (APKWS) II WGU-59/B Guidance Section, the Navy shipping and storage container; and supporting programmatic documentation for the APKWS II WGU-59/B Guidance Sections. Work will be performed in Nashua, N.H. (70 percent); and Austin, Texas (30 percent), and is expected to be completed in September 2015. Fiscal 2014 procurement ammunition, Navy and Marine Corps, and overseas contingency operations funds in the amount of $37,443,252 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-0044).

Exelis Inc., Information Systems Division, Herndon, Va., is being awarded a $17,789,717 modification to previously awarded contract (N00174-11-D-0002) for the continued procurement of post-production maintenance support of Navy crew fixed site systems and procurement and support of the transmitting set, counter measure AN/PLT-4 systems. This action fills a requirement for equipment, maintenance and support for the Joint Service Explosive Ordnance Disposal Counter Radio Controlled Improvised Explosive Device Electronic Warfare (JSEOD CREW) program and for continued maintenance and support, including original equipment manufacturer field service representatives, for Legacy Navy CREW systems. The JSEOD CREW program provides all military explosive ordnance disposal (EOD) services with a new electronic warfare capability to counter the threat from improvised explosive devices. JSEOD protects EOD forces of all services, including those currently located in Operating Enduring Freedom, Afghanistan. Work will be performed in Boalsburg, Pa., and is expected to be completed by March 2015. 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.

PAE Applied Technologies LLC, Fort Worth, Texas, is being awarded a $15,403,392 cost-plus-fixed-fee contract to meet the operations maintenance and logistics support of all range systems, equipment, government furnished databases and management systems and also determine, supply, and provide system support responsibilities, which include logistics support of isolated range equipment on, around, above and under the waters of San Clemente Island. The contract contains options, which if exercised, will bring the contract value to $167,597,135. Work will be performed in San Diego, Calif., and is expected to be completed by Sept. 30, 2014. If all options are exercised, work will continue through March 31, 2019. Fiscal 2014 operations and maintenance, Navy funds in the amount of $2,000,000 will be obligated at the time of award, and will expire at the end of the current fiscal year. This was competitively solicited through the Federal Business Opportunities website, with one offer received. The NAVSUP Fleet Logistics Center, San Diego, Calif., is the contracting activity (N00244-14-C-0007).

Sikorsky Aircraft Corp., Stratford, Conn., is being awarded a $14,947,975 cost-plus-fixed-fee delivery order against a previously awarded Basic Ordering Agreement (N00019-14-G-0004) under the Cabin Interior Phase IIA Program, to include a cabin redesign to reduce the total gross weight allowing for greater lift capability of the VH-3D In-Service Presidential Helicopter. Work will be performed in Stratford, Conn. (98 percent) and Quantico, Va. (2 percent), and is expected to be completed in July 2016. Fiscal 2014 aircraft procurement, Navy contract funds in the amount of $14,947,975 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.
Bell Helicopter Textron Inc., Hurst, Texas, is being awarded an $11,413,510 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0009) to exercise an option to provide systems engineering and program management support for the production and delivery of AH-1Z and UH-1Y aircraft for the Marine Corps. Work will be performed in Hurst, Texas, and is expected to be completed in December 2014. Fiscal 2014 aircraft procurement, Navy funds in the amount of $11,413,510 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.

DEFENSE LOGISTICS AGENCY

Cardinal Health Inc., Waukegan, Ill, has been awarded a maximum $16,760,817 modification (P00007) exercising the second option period on a one-year base contract (SPM2DE-12-D-7346) with four one-year option periods for various laboratory supplies. This is a fixed-price with economic-price adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Illinois with an April 12, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Veyance Technologies Inc., Fairlawn, Ohio, has been awarded a maximum $10,638,028 firm-fixed-price contract for track shoe assemblies for the M88 vehicle. This is a competitive acquisition, and two offers were received. Location of performance is Ohio with a Jan. 21, 2015 performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 through fiscal 2015 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Mich., (SPRDL1-14-C-0071).
*Small Business

Wednesday, March 26, 2014

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

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

Siemens Medical Solutions Inc., Malvern, Pa., has been awarded a maximum $1,789,537,539 modification (P00101) exercising the fifth option period on a one-year base contract (SPM2D1-09-D-8314) with seven one-year option periods for radiology systems, subsystems, accessories, service, and repair and  parts.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Pennsylvania with a March 30, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Hitachi Medical Systems America Inc., Twinsburg, Ohio, has been awarded a maximum $90,254,284 modification (P00017) exercising the fifth option period on a one-year base contract (SPM2D1-09-D-8331) with seven one-year option periods for radiology systems, components, upgrades, accessories, and installation.  This is a fixed-price with economic-price adjustment contract.  Location of performance is Ohio with a March 29, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

Gulfstream Aerospace Corp., Savannah, Ga., has been awarded a maximum $102,062,349 modification (P00002) exercising option period one on firm-fixed-price, indefinite-delivery/indefinite-quantity contract (FA8106-13-D-0002) for contractor logistics support services to the C-20 and C-37 fleet for Air Force, Army, Navy, Marines, and Coast Guard.  Work will be performed worldwide, and is expected to be completed by Jan. 31, 2015.  Fiscal 2014 operations and maintenance, Air Force, Army, Navy, Marines, and Coast Guard funds in the amount of $60,841,191 are being obligated at time of award.  Air Force Life Cycle Management Center/WLKLB, Tinker Air Force Base, Okla., is the contracting activity.

The Raytheon Co., El Segundo, Calif., has been awarded a maximum $33,680,614 cost-plus-fixed-fee contract for the hypertemporal imaging space experiment payload.  The primary objective of the hypertemporal imaging space experiment payload effort is to design, fabricate, test, and deliver a space-flight ready instrument capable of conducting hypertemporal imaging from a geosynchronous earth orbit.  Work will be performed in El Segundo, Calif., and is expected to be completed in January 2017.  Fiscal 2013 and 2014 research, development, test and evaluation funds in the amount of $6,387,630 are being obligated at award.  This award is the result of a broad agency announcement, and two proposals were received.  Detachment 8, Air Force Research Laboratory, Kirtland Air Force Base, N.M., is the contracting activity (FA9453-14-C-0211).  

Beechcraft Corp., Wichita, Kan., has been awarded a $24,500,000 firm-fixed-price and cost- reimbursable, indefinite-delivery/indefinite-quantity contract for King Air 350 aircraft maintenance training.  Contractor provided training shall be based on standard commercial-off-the shelf configured King Air 350 proline 21 avionics.  Work will be performed at New Al-Muthana Airbase, Iraq and Wichita, Kan., and is expected to be completed by Dec. 31, 2015.  This award is the result of a sole-source acquisition.  This is 100 percent foreign military sales for Iraq.  338 Specialized Contracting Squadron, Joint Base San Antonio, Randolph Air Force Base, Texas, is the contracting activity (FA3002-14-D-0003).

Newbegin Enterprise Inc.*, Johnson City, Tenn., has been awarded a $15,000,000 modification (P00005) on indefinite-quantity/indefinite-delivery contract (FA4803-11-D-0001) to exercise option year three for U.S. Air Forces Central (USAFCENT) Internet-Based Contractor Operated Part Store.  The contract modification provides for the contractor to provide automotive and related vehicle parts, automotive chemicals, corrosion control materials, upholstery material, and accessories for USAFCENT vehicles/equipment located in USAFCENT area of responsibility.  Fiscal 2014 operations and maintenance funding for this modification will be issued against individual delivery orders.  Work will be performed at Johnson City, Tenn., and is expected to be completed March 31, 2015.  20th Contracting Squadron, Shaw Air Force Base, S.C., is the contracting activity.

NAVY

L-3 Communications Vertex Aerospace LLC, Madison, Miss., is being awarded a $58,488,748 indefinite-delivery, requirements contract to provide logistics services and materials for organizational, intermediate, and depot level maintenance required to support T45TS aircraft based at Naval Air Station (NAS) Meridian, Miss.; NAS Kingsville, Texas; and NAS Pensacola, Fla.  This requirement also includes the support and maintenance of the T-45 aircraft at all operational sites, numerous outlying fields, and various detachment sites.  Work will be performed in Kingsville, Texas (58 percent); Meridian, Miss. (36 percent); and Pensacola, Fla. (6 percent), and is expected to be completed in July 2014.  Contract funds will not be obligated at time of award.  Funds will be obligated on individual delivery orders as they are issued.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-D-0019).

Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $39,599,668 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) for the procurement of 26,495 V-22 flight hours and 26 low power MV-22 repairs under the Mission Care™ contract.  Work will be performed in Oakland, Calif. (70 percent) and Indianapolis, Ind. (30 percent), and is expected to be completed in February 2015.  Fiscal 2014 operations and maintenance, Navy and U.S. Special Operations funds in the amount of $39,599,668 are being obligated on this award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

CasePro Inc., San Antonio, Texas (N62645-14-D-5003); Catalyst Professional Services Inc.*, Colorado Springs, Colo. (N62645-14-D-5004); Cherokee Medical Services LLC*, Stillwell, Okla. (N62645-14-D-5005); Chesapeake Educational Services LLC*, Vienna, Va. (N62645-14-D-5006); OMV Medical Inc., Takoma Park, Md. (N62645-14-D-5007); Professional Performance Development Group Inc., San Antonio, Texas (N62645-14-D-5008); Saratoga Medical Center Inc.*, Fairfax, Va. (N62645-14-D-5009); TCMP Staffing Services LLC, Springfield, Va. (N62645-14-D-5010) are each being awarded a nine-month, firm-fixed-priced, indefinite-delivery/indefinite-quantity, multiple-award task order bridge contract to continue extending physician, allied health, nursing, technologist, technician and assistant services currently being provided in support of the Naval Hospital Jacksonville, Fla.; Naval Health Clinic Pensacola, Fla.; Naval Health Clinic Corpus Christi, Texas, and their affiliated clinics within Florida, Georgia, Indiana, Kansas, Louisiana, Mississippi, Tennessee and Texas.  The aggregate not-to-exceed amount for these multiple award contracts combined is $28,000,000.  Work will be performed in Jacksonville, Fla. (46 percent); Pensacola, Fla. (44 percent); Corpus Christi, Texas (10 percent) and affiliated clinics within Florida, Georgia, Indiana, Kansas, Louisiana, Mississippi, Tennessee and Texas, and work is expected to be completed January 31, 2015.  Fiscal 2014 Defense Health Program contract funding in the amount of $21,391,455 will be obligated at the time of award.  Contract funds in the amount of $5,000,000 will expire at the end of the current fiscal year.  Other funding initiatives such as psychological health/traumatic brain injury, overseas contingency operations and wounded, ill, and injured may be used.  These contracts were issued as sole source requirements in accordance with 10 U.S.C. 2304(c)(1)-only one responsible source or only a limited number of responsible sources.  The Naval Medical Logistics Command, Fort Detrick, Md., is the contracting activity.

General Dynamics-Advanced Information Systems, Pittsfield, Mass., is being awarded a $10,485,397 cost-plus-incentive-fee modification to previously awarded contract (N00024-09-C-6206) for fiscal 2014 and 2015 multi-purpose processor (MPP) cabinet and the Total Ship Monitoring System (TSMS).  The contract provides funding for the development and production of the MPPs and TSMS (TI-14) for the U.S. submarine fleet.  Work will be performed in Pittsfield, Mass. (70 percent), and Fairfax, Va. (30 percent), and is expected to be completed by December 2015.  Fiscal 2014 shipbuilding and conversion, Navy; fiscal 2014 other procurement, Navy; fiscal 2014 research, development, test and evaluation; and fiscal 2014 operations and maintenance, Navy contract funds in the amount $5,736,478 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.

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Conn., is being awarded a $10,242,104 modification to a previously awarded advance acquisition contract (N00019-13-C-0016) for long-lead components, parts and materials associated with the low rate initial production Lot VIII of eight F135 conventional take off and landing propulsion systems for the governments of Japan (6) and Israel (2).  Work will be performed in East Hartford, Conn. (67 percent); Bristol, United Kingdom (16.5 percent); and Indianapolis, Ind. (16.5 percent), and is expected to be completed in September 2016.  Foreign military sales funds in the amount of $10,242,104 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract combines purchases for the governments of Japan; ($7,681,578; 75 percent); and Israel ($2,560,526; 25 percent) under the Foreign Military Sales Program.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Detyens Shipyards Inc.*, North Charleston, S.C., is being awarded an $8,529,497 firm-fixed-price contract for a 55-calendar day regular overhaul and dry-docking of USNS Laramie (T-AO 203).  Work will include clean and gas free tanks, voids, and cofferdams; deck non-skid resurfacing; ballast tank preservation, cylinder head and liner overhaul, main engine turbo overhaul, cargo system wire replacement; cargo console mechanical support; auxiliary boiler maintenance and inspection; annual lifeboat certification; house ventilation system cleaning; docking and undocking; propeller system maintenance and hub replacement; overhauling sea valves; and underwater hull cleaning and painting.  Laramie’s primary mission is to provide fuel to U.S. Navy ships at sea and jet fuel to aircraft assigned to aircraft carriers.  The contract includes options, which, if exercised, would bring the cumulative value of this contract to $9,520,492.  Work will be performed in Charleston, S.C., and is expected to be completed by June 2014.  Fiscal 2014 Navy working capital funds in the amount of $8,529,497 are obligated and will expire at the end of the current fiscal year.  This contract was competitively procured as a small business set-aside, with proposals solicited via the Federal Business Opportunities website, with two proposals received.  The U.S. Navy’s Military Sealift Command, Washington, D.C., is the contracting activity (N32205-14-C-1001).

ARMY

Olin Corp.-Winchester Division, East Alton, Ill., was awarded a $28,748,479 modification (P00036) to contract W52P1J-11-C-0038 to exercise option period three to procure .50 caliber and 5.56mm ammunition.  Fiscal 2013 other procurement funds in the amount of $2,132,226 and fiscal 2014 other procurement funds in the amount of $21,124,202 were obligated at the time of the award.  Estimated completion date is Sept 30, 2016.  Work will be performed at East Alton, Ill.  Army Contracting Command, Rock Island Arsenal, Ill., is the contracting activity.

Holland and Holland, Hinesville, Ga., was awarded a $9,035,374 modification (P00004) to indefinite-delivery/indefinite-quantity contract W9124M-12-D-0005 for paving at Fort Stewart, Ga.  Funding and performance locations will be determined with each order.  Estimated completion date is March 31, 2015.  Army Contracting Command, Fort Stewart, Ga., is the contracting activity.

*Small Business

Tuesday, March 25, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

NAVY

Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $698,032,385 fixed-price-incentive, firm target, advanced acquisition contract to procure long lead parts, materials and components in support of 57 Low Rate Initial Production Lot IX F-35 Lightning II Joint Strike Fighter (JSF) aircraft, including: 26 F-35A Conventional Takeoff and Landing (CTOL) aircraft for the Air Force; six F-35B Short Takeoff Vertical Landing (STOVL) aircraft for the Marine Corps; two F-35C Carrier Variant aircraft for the Navy; six F-35A CTOL aircraft for the government of Norway; one F-35A CTOL for the government of Italy; seven F-35A CTOL aircraft for the government of Israel; two CTOL aircraft for the government of Japan; six F-35B STOVL for the United Kingdom, and one F-35B STOVL aircraft for the government of Italy.  Work will be performed in Fort Worth, Texas, and is expected to be completed in May 2015.  Fiscal 2014 aircraft procurement, Air Force, Marine Corps, Navy funds and international partner funds in the amount of $698,032,384 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1).   The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-C-0002).
Lockheed Martin Mission Systems and Training, Moorestown, N.J., is being awarded a $93,049,896 modification to previously awarded contract (N00024-14-C-5114) to exercise options for production of Aegis Ashore Missile Defense System (AAMDS) in Poland and to provide multi-year procurement funding for Aegis Weapon System (AWS) MK 7 equipment sets.  Work will be performed in Moorestown, N.J. (85.5 percent), Clearwater, Fla. (13.1 percent), and Akron, Ohio (1.4 percent), and is expected to be completed by September 2021.  Fiscal 2014 defense wide procurement and fiscal 2013 shipbuilding and conversion, Navy contract funds in the amount of $93,049,896 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.

Sikorsky Aircraft Corp., Stratford, Conn., is being awarded a $21,624,392 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-07-D-0004) to exercise an option for special progressive aircraft rework for one VH-3D and twoVH-60N presidential helicopters, including two months of field level support.  Work will be performed in Stratford, Conn. (99 percent) and Quantico, Va. (1 percent), and is expected to be completed in September 2014.  No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Raytheon Integrated Defense Systems, Portsmouth, R.I., is being awarded a $17,683,352 modification to previously awarded contract (N00024-10-C-6307) to fabricate, assemble, test and deliver three Airborne Mine Neutralization System (AMNS) low-rate initial production systems and provide engineering services and support.  The AMNS will explosively neutralize bottom and moored mines using an expendable mine neutralize device.  The system will be deployed from the MH-60 helicopter as part of the littoral combat ship mine countermeasures mission module.  Work will be performed in Portsmouth, R.I., and is expected to be completed May 2016.  Fiscal 2012 and 2013 other procurement, Navy funds in the amount of $17,683,352 will be obligated at time of award.  Contract funds in the amount of $5,180,655 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington D.C., is the contracting activity.

AIR FORCE

Lockheed Martin Aeronautics Co., Marietta, Ga., has been awarded an $84,289,101 cost-plus-incentive-fee contract for the C-5 Core Mission Computer/Color Weather Radar Engineering, Manufacturing and Development Program. Work will be performed at Marietta, Ga., and is expected to be completed by March 31, 2017.  This award is the result of a sole-source acquisition.  Fiscal 2013 aircraft procurement funds in the amount of $11,120,000 are being obligated at time of award.  Air Force Life Cycle Management Center/WLSK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-14-C-6596).

DEFENSE LOGISTICS AGENCY

Philips Medical Systems, Andover, Mass., has been awarded a maximum $77,172,660 modification (P00102) exercising the fifth option period on a one-year base contract (SPM2D1-09-D-8349) with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables, spare and repair parts, and training.  This is a fixed-price with economic-price adjustment contract.  Location of performance is Massachusetts with a March 29, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Landmark Aviation Miami LLC, Miami, Fla., has been awarded a maximum $6,602,581 fixed-price with economic-price-adjustment contract for into-plane aircraft fuel services.  This is a competitive acquisition, and one offer was received.  Location of performance is Florida with a March 31, 2017 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 2017 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0061).

ARMY

Cardno TEC-GMI Joint Venture, Charlottesville, Va. (W9126G-14-D-0012); HDR Environmental, Operations and Construction Inc., Englewood, Colo. (W9126G-14-D-0013); Leidons Inc., Reston, Va. (W9126-14-D-0014); and URS/Arcadis, Dallas, Texas (W9126-14-D-0015), were awarded a maximum $27,750,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award task order contract for environmental consulting support services for the U.S. Army Corps of Engineers.  Primary emphasis of the contract is assistance for the southwest Fort Worth district.  The contract consists of an unrestricted business pool of contractors to support military and civilian entities with their compliance with environmental laws and regulations.  Funding and performance locations will be determined with each order.  Each company will receive minimum guarantee of $2,500 at award.  Bids were solicited via the Web with four received.  The estimated completion date is March 24, 2017.  The U.S. Army Corps of Engineers-Fort Worth District, Fort Worth, Texas, is the contracting activity.

Professional Contract Services Inc., Austin, Texas, was awarded a $14,594,454 firm-fixed-price sole-source contract for full food and dining facility attendant support services.  Fiscal 2014 operations and maintenance, Army funding will be obligated on future task orders.  Work will be performed in Fort Hood, Texas, with an estimated completion date of March 31, 2015.  The U.S. Army Contracting Command-Fort Hood, Fort Hood, Texas, is the contracting activity (W91151-10-D-0001).

Search This Blog

Translate

White House.gov Press Office Feed