Showing posts with label U.S. DEFENSE DEPARTMENT CONTRACTORS. Show all posts
Showing posts with label U.S. DEFENSE DEPARTMENT CONTRACTORS. Show all posts

Tuesday, March 18, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT
CONTRACTS

ARMY

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

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

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

DEFENSE LOGISTICS AGENCY

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

Lion Vallen Ltd., Partnership, Dayton, Ohio, has been awarded a maximum $45,727,402 fixed-price with economic-price-adjustment contract providing warehousing, distribution, and logistics support to fulfill organizational clothing and individual equipment requirements. This is a two-year base contract with three one-year option periods. This is a competitive acquisition, and 12 offers were received. Locations of performance are Ohio and Georgia with a March 17, 2016 performance completion date. Using military services are federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM1C1-14-C-0010).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an $118,875,655 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0004) for the repair and replenishment of government-owned Joint Strike Fighter (JSF) aircraft assets. These JSF aircraft assets include spare parts on JSF jets, training devices, support equipment and Autonomic Logistics Information System equipment. Work will be performed in Fort Worth, Texas (35 percent); El Segundo, Calif. (25 percent); Warton, United Kingdom (20 percent); Orlando, Fla. (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent), and is expected to be completed in October 2014. Fiscal 2014 operations and maintenance funds from the Air Force, Marine Corps, Navy, and international partner funds in the amount of $76,399,406 are being obligated on this award, of which $71,494,560 will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($51,980,743; 43.7 percent), U.S. Marine Corps ($43,784,064; 36.8 percent), the U.S. Navy ($15,822,614; 13.3 percent); and the governments of the United Kingdom ($5,741,235; 4.9 percent); the Netherlands ($1,546,999; 1.3 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $65,280,712 modification to a previously awarded cost-plus-award-fee contract (N00019-02-C-3002) for non-recurring efforts for the development of a Common F-35A Conventional Take-Off and Landing Air System comprised of the Air Vehicle and the Autonomic Logistics Global Sustainment System for the governments of Japan and Israel. Work will be performed in Fort Worth, Texas (44 percent); San Diego, Calif. (26 percent); Baltimore, Md. (25 percent) and El Segundo, Calif. (5 percent), and is expected to be completed in December 2017. Foreign military sales funds in the amount of $32,495,254 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the governments of Japan ($32,640,356; 50 percent) and Israel ($32,640,356; 50 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

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

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $50,737,476 cost-plus-incentive-fee, firm-fixed-price contract for non-recurring efforts and integration tasks in support of the development of Japan’s F-35A Conventional Take-Off and Landing Air System, which is comprised of the Air Vehicle and the Autonomic Logistics Global Sustainment System. Work will be performed in Fort Worth, Texas (61 percent); Orlando, Fla. (17 percent); El Segundo, Calif. (10 percent); San Diego, Calif. (8 percent); Baltimore, Md. (3 percent) and Melbourne, Fla. (1 percent), and is expected to be completed in December 2017. Foreign military sales funds in the amount of $20,392,580 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-C-0040).

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

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

Indus Technology Inc.*, San Diego, Calif., is being awarded a potential $21,797,616 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to support the Space and Naval Warfare Systems Center Pacific’s (SSC Pacific) Radio Frequency and Network Systems Support Division to provide satellite communications, radio frequency and navigation systems support services. This is one of three contracts awarded: each awardee will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two, one-year options, which if exercised, would bring the potential value of this contract to an estimated $36,825,493. Work will be performed in San Diego, Calif., and onboard Navy ships, and work is expected to be completed March 17, 2017. Fiscal 2014 operations and maintenance, Navy; shipbuilding and conversion, Navy; other procurement, Navy; and research, development, test and evaluation funds in the amount of $25,000 will be obligated at the time of award, and will not expire at the end of the current fiscal year. This contract was competitively procured via small business set-aside solicitation through publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website. Ten proposals were received and three were selected for award. SSC Pacific, San Diego, Calif., is the contracting activity (N66001-14-D-0034).

Client Solutions Architect*, Mechanicsburg, Pa., is being awarded a potential $21,670,069 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to support the Space and Naval Warfare Systems Center Pacific’s (SSC Pacific) Radio Frequency and Network Systems Support Division to provide satellite communications, radio frequency and navigation systems support services. This is one of three contracts awarded: each awardee will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two, one-year options, which if exercised, would bring the potential value of this contract to an estimated $36,555,425. Work will be performed in San Diego, Calif., onboard Navy ships, and at contractor’s facilities in Mechanicsburg, Pa., and work is expected to be completed March 17, 2017. Fiscal 2014 operations and maintenance, Navy; shipbuilding and conversion, Navy; other procurement, Navy; and research, development, test and evaluation funds in the amount of $25,000 will be obligated at the time of award, and will not expire at the end of the current fiscal year. This contract was competitively procured via small business set-aside solicitation through publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website. Ten proposals were received and three were selected for award. SSC Pacific, San Diego, Calif., is the contracting activity (N66001-14-D-0032).

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

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

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

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

AIR FORCE

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

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

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

*Small Business

Thursday, March 13, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS 

NAVY

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

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

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

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

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

ARMY

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


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

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

AIR FORCE

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

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

DEFENSE LOGISTICS AGENCY

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

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

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

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

MISSILE DEFENSE AGENCY

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

*Small Business

Wednesday, February 19, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR FEBRUARY 19, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

 ARMY

Raptor Training Services, LLC, Orlando, Fla., was awarded a $97,800,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for Special Operations Forces requirements analysis, prototyping, training, operations and rehearsal and for operations and maintenance training support.  Funding and performance location will be determined with each order.  Estimated completion date is Feb. 12, 2019.  Bids were solicited via the Internet with sixteen received.  Army Program Executive Office Simulation, Training & Instrumentation, Orlando, Fla. is the contracting activity (W900KK-14-D-0001).  (Awarded Feb.13, 2014)

Clark Construction Enterprises, LLC, St. Martinville, La. was awarded a $ 39,482,450 firm-fixed-price contract for the construction and installation of new drainage structures; construction of gravel access roads and ramps; installation of traffic control devices, installation of new highway embankment and pavement; installation of temporary water line utilities; and the permanent relocation of water line utilities, including tie-ins and connections, air release valves, and fire hydrants. Fiscal 2014 other procurement funds in the amount of $39,482,450 were obligated at the time of the award.  Estimated completion date is Jan. 1, 2018.  Bids were solicited via the Internet with six received.  Work will be performed in Plaquemines Parish (Venice) La. Army Corps of Engineers, New Orleans, La. is the contracting activity (W912P8-14-C-0019).

DEFENSE LOGISTICS AGENCY

Raytheon Company, McKinney, Texas, has been awarded a maximum $98,189,220 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for surveillance system spare parts.  This contract is a sole-source acquisition.  This is a three-year base contract with no option periods.  Location of performance is Texas with a Feb. 19, 2017 performance completion date.  Using military services are Army and federal civilian agencies.  Type of appropriation is fiscal year 2014 through fiscal year 2017 Army and defense working capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Md., (SPRBL1-14-D-0006).


US Foods, Inc., Lexington, S.C., has been awarded a maximum $72,000,000 fixed-price with economic-price-adjustment, bridge contract for prime vendor food and beverage support.  This contract is a sole-source acquisition.  Location of performance is South Carolina with a Feb. 14, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-14-D-3662). (Awarded Feb. 14, 2014)

NAVY

Raytheon Integrated Defense Systems, Portsmouth, R.I., is being awarded a $35,545,309 fixed-price-incentive contract for the purchase of three AN/AQS-20A sonar, mine detecting sets with ancillary equipment.  The AN/AQS-20A sonar, mine detecting set is a mine hunting and identification system with acoustic and identification sensors housed in an underwater towed body. The acoustic sensors are designed for the detection, classification and localization of bottom, close-tethered, and volume targets in a single pass.  The identification sensor is designed for the identification of bottom mines.  The system will be deployed from the Littoral Combat Ship as part of the Mine Countermeasures Mission Package.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $199,692,601. Work will be performed in Portsmouth, R.I. (56 percent); Tucson, Ariz. (21 percent); Pawcatuck, Conn. (6 percent); Middletown, R.I. (5 percent); Glen Rock, N.J. (2 percent); Windber, Pa. (2 percent); Cincinnati, Ohio (1 percent); Big Lake, Minn. (1 percent); Woodland Hills, Calif. (1 percent); Lewisburg, Tenn. (1 percent); Huntsville, Ala. (1 percent); Poway, Calif. (1 percent); North Springfield, Vt. (1 percent), and Hampton, Va. (1 percent), and is expected to be completed by February 2015.  Fiscal 2013 and 2014 other procurement, Navy contract funds in the amount of $35,545,309 will be obligated and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with two offers received.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-14-C-6302).

BAE Systems Land and Armaments L.P., Louisville, Ky., was awarded a $15,222,617 modification to a previously awarded contract (N00024-09-C-4137) on Feb. 18, 2014, to supply long lead time materials in support of the manufacture of the Virginia Class Submarine propulsors for SSN 792 and SSN 793.  Work will be performed in Louisville, Ky., and is expected to be completed by February 2015.   Fiscal 2013 shipbuilding and conversion, Navy funding in the amount of $7,611,308 will be obligated at time of the award, and funds will not expire at the end of the current fiscal year.  This contract was not competitively procured, in accordance with 10 U.S.C. 2304(c)(1) and FAR 6.302-1, as there is only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Friday, January 31, 2014

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

FROM:  DEFENSE DEPARTMENT 
CONTRACTS

DEFENSE LOGISTICS AGENCY

Avfuel Corporation,* Ann Arbor, Mich., has been awarded a maximum $6,985,104 fixed-price with economic-price-adjustment contract for jet fuel. This contract is a competitive acquisition and two offers were received. Locations of performance are Michigan and Washington with a March 31, 2018 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 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SP0600-14-D-0025).

ARMY

*GTI Systems, Inc., Auburndale, Fla. was awarded a $78,200,000 firm-fixed-price foreign military sales multiyear contract for practice bombs and accoutrements. Funding and work performance location will be determined with each order. Estimated completion date is Sept. 30, 2018. Bids were solicited via the Internet with three received. Army Contracting Command - Rock Island Arsenal Ill, is the contracting activity (W52P1J-14-D-0042).

Employment Source Inc, Fayetteville, N.C. was awarded a $15,755,197 modification (P00002) to contract W91247-D-0007 to provide dining facility attendant services at Ft. Bragg, N.C. Funds and work performance location will be determined with each order. Estimated completion date is Jan. 31, 2015. Army Contracting Command, Ft. Bragg, N.C. is the contracting activity.

Weeks Marine, Inc., Covington, La. was awarded a $10,592,500 firm-fixed-price contract for beach restoration of NASA Wallops Island, Va. Fiscal 2014 other procurement funds in the amount of $10,592,500 were obligated at the time of the award. Estimated completion date is July 18, 2014. Bids were solicited via the Internet with three received. Work will be performed on Wallops Island. Army Corps of Engineers, Norfolk, Va. is the contracting activity (W91236-14-C-0021).

AIR FORCE

Northrop Grumman Information Technology, Inc, Defense Group (formerly Defense Enterprise Solutions), McLean, Va., has been awarded a $26,110,000 modification (P00015) to an existing indefinite-delivery/indefinite-quantity (IDIQ) contract (FA8770-10-D-0001) for Reliability and Maintainability Information Systems (REMIS) Sustainment and Development Services.  The contract modification is to increase the total Not to Exceed Ceiling amount and add Option Period I to extend the ordering period for 24 months on the Basic Contract for legacy Information Technology services for REMIS.  Work will be performed at Beavercreek, Ohio, and is expected to be completed by Jan. 31, 2017.   As this is an extension of an IDIQ that has already met the minimum obligation requirements at the time of initial award, there is no further requirement for a simultaneous obligation of funds, so no funds are being obligated at time of award.  Air Force Life Cycle Management Center/HIAK, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Lockheed Martin Corp., MST Missions Systems and Training, Liverpool, N.Y., has been awarded an $8,534,310 modification (P00017) on an existing firm-fixed-price contract (FA8217-11-C-0005) for the modernization of AN/FPS-117 Long Range Radars via the Essential Parts Replacement Program.  This contract modification provides for the exercise of unpriced options for a quantity of 13 Field Maintenance Equipment Kits to provide spare single point failure items in support of the radar site modernizations in Canada, Alaska, Puerto Rico, Hawaii, and Hill Air Force Base, Utah.  Work will be performed at Liverpool, N.Y. with the kits being delivered to the various locations, and work is expected to be completed by July 30, 2015.  Fiscal 2012 procurement funds in the amount of $3,940,649 and Fiscal 2014 procurement funds in the amount of $4,593,661 are being obligated at time of award. Air Force Life Cycle Management Center/PZZKA, Hill Air Force Base, Utah, is the contracting activity.

TASC Inc., Andover, Mass., has been awarded a $6,933,916 cost-plus-fixed-fee contract for Research and Development on the Solid Rocket Motor Modernization Study. The contractor shall conduct a study, which efforts include develop and investigate propulsion options and impacts for replacement or modernization of the Minuteman III fielded force. Contractor will also conduct a trade study on the Stage III Generalized Energy Management Steering versus Thrust Termination, Roll Control trade study, and conduct Mechanistic Aging & Surveillance. Work will be performed at San Bernardino, Calif., and is expected to be complete by July 31, 2015. This award is the result of Broad Agency Announcement.  Fiscal 2013 Research and Development funds in the amount of $6,933,916  are being obligated at time of award.  Air Force Nuclear Weapons Center/PZBA, Hill Air Force Base, Utah, is the contracting activity. (FA8219-14-C-0003)

NAVY

Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $90,164,920 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0007) to exercise an option for the procurement of 40 AE1107C install engines in support of the MV-22 aircraft for the United States Marine Corps.  Work will be performed in Indianapolis, Ind., and is expected to be completed in November 2015.  Fiscal 2013 and 2014 aircraft procurement, Navy funds in the amount of $90,164,920 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.

Jacobs & HDR Joint Venture, Arlington, Va., is being awarded a maximum $60,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for analysis of Navy and other Department of Defense (DoD) facilities infrastructure for various locations throughout the Naval Facilities Engineering Command's (NAVFAC) area of responsibility (AOR), worldwide.  The work to be performed provides for support of the Navy’s Sustainment, Restoration, and Modernization Program.  No task orders are being issued at this time.  The work will be performed at various Navy and other DoD facilities within the NAVFAC AOR including, but not limited to NAVFAC Mid-Atlantic (20 percent), NAVFAC Southeast (20 percent), NAVFAC Washington (15 percent), NAVFAC Southwest (10 percent), NAVFAC Northwest (10 percent), NAVFAC Midwest (10 percent), NAVFAC Europe Africa Southwest Asia (10 percent) and NAVFAC Pacific AOR (5 percent).  The term of the contract is not to exceed 60 months with an expected completion date of January 2019.  Fiscal 2014 operation and maintenance Navy funds in the amount of $10,000 will be obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-14-D-3005).

General Dynamics Land Systems - Force Protection, Ladson, S.C., is being awarded a $25,960,947 firm-fixed-price contract for the development, design, and production of 468 Seat Survivability Upgrade (SSU) Kits in support of the Program Executive Office Land Systems, Program Manager, Mine Resistant Ambush Protected Vehicles.  The SSU Kit includes energy absorbing seats, 5-point seatbelts, blast mats, internal crew Automatic Fire Extinguisher System reconfiguration, and driver/co-driver compartment upgrades.  The kit also improves interior vehicle layout, reduces egress impedance, and creates intentional stowage locations.  Work will be performed in Ladson, S.C.  The term of the contract is not to exceed 18 months, with an expected completion date of July 2015.  Fiscal 2012 procurement Marine Corps;  Fiscal 2013 research, development, test & evaluation, Marine Corps; Fiscal 2013 other procurement, Navy, and Fiscal 2013 other procurement, Air Force contract funds in the amount of $25,960,947 will be obligated at time of award and all funds will expire at the end of the fiscal year.  This contract was competitively awarded via the Federal Business Opportunities website, with four offers received.  The Marine Corps Systems Command Quantico, Va., is the contracting activity (M67854-14-C-5500).

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $10,322,803 modification to a previously awarded cost-plus-incentive-fee contract (N00019-09-D-0008) for additional Joint Performance Based Logistics support for the Marine Corps MV-22, and the Air Force and Special Forces Operations Command CV-22 aircraft.  Work will be performed in Amarillo, Texas (50 percent) and Philadelphia, Pa. (50 percent), and is expected to be completed in February 2014.  Fiscal 2013 defense-wide procurement, Special Operations Command; Fiscal 2013 aircraft procurement, Air Force; Fiscal 2014 aircraft procurement, Navy; Fiscal 2014 operations and maintenance, Air Force, Special Operations Command and Navy funds in the amount of $10,322,803 will be obligated at time of award, $8,376,278 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

EJB Facilities Services, Arlington, Va., is being awarded a $7,261,421 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite quantity contract for the extension of option award seven 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 to provide base operations support services. The total contract amount after exercise of this modification will be $545,540,549.  Work will be performed at various installations in the NAVFAC Northwest AOR including but not limited to, Wash. (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 March 2014.  Fiscal 2014 operation 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 $7,261,421are being 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 (N44255-05-D-5103).

*Small Business

Search This Blog

Translate

White House.gov Press Office Feed