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

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).

Monday, March 24, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 

DEFENSE LOGISTICS AGENCY

General Electric Co., Waukesha, Wis., has been awarded a maximum $72,955,840 modification (P00101) exercising the first option period on a two-year base contract (SPM2D1-12-D-8310) with one two-year option and one one-year option period for digital imaging network-picture archive communication system.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is Wisconsin with a March 26, 2016 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2016 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

FLIR Systems Inc., Wilsonville, Ore., has been awarded a maximum $18,191,712 firm-fixed-price contract for weapon system turret unites.  This is a sole-source acquisition.  Location of performance is Oregon with a May 30, 2014 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 Navy working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPRPA1-14-C-U003).

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

Lockheed Martin Corp., Owego, N.Y., has been awarded a maximum $8,053,848 firm-fixed-price contract for radar data processors.  This is a sole-source acquisition.  Location of performance is New York with a Feb. 28, 2017 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 Navy working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPRWA1-13-D-2000-THAG).

AIR FORCE

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

NAVY

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

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

Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded an $8,292,793 modification to a previously awarded firm-fixed-priced contract (N00019-09-C-0069) to exercise an option for the procurement of AN/ARC-210(V) electronic radios and ancillary equipment for a variety of aircraft.   Equipment being procured includes 57 control radio sets, 57 high power amplifiers, 57 low noise amplifier diplexers and 62 receiver transmitters.  Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in May 2015.  Fiscal 2014 aircraft procurement, Navy funds in the amount of $8,292,793 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

ARMY

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

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

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

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

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


*Small Business

Friday, March 21, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT
CONTRACTS
 
ARMY
 
AECOM Technical Services Inc., Los Angeles, Calif., (W912DQ-14-D-3000); CH2M Hill Constructors Inc., Englewood, Colo., (W912DQ-14-D-3001); Environmental Chemical Corp., Burlingame, Calif., (W912DQ-14-D-3002); SAIC-CDM Solutions LLC, Denver, Colo. (W912DQ-14-D-3003); Sevenson Environmental Services Inc., Niagara Falls, N.Y., (W912DQ-14-D-3004); and Shaw Environmental & Infrastructure Inc., Centennial, Colo., (W912DQ-14-D-3005) were awarded a $120,000,000 multiple-award, indefinite-delivery/indefinite-quantity task order contract for environmental remediation and long term response action for the Army Corps of Engineers, Northwestern Division, and the Environmental Protection Agency Region 2.  Funding and performance location will be determined with each order.  Estimated completion date is March 19, 2019.  Bids were solicited via the Internet with 11 received.  Army Corps of Engineers, Kansas City, Mo., is the contracting activity.
 
General Dynamics Ordnance and Tactical Systems Inc, St. Petersburg, Fla., was awarded a $20,575,038 modification (P00009) to contract W52P1J-12-C-0026 to procure M1002 new production cartridges for 120mm tank training ammunition.  Fiscal 2012 other procurement funds in the amount of $93,147; fiscal 2013 other procurement funds in the amount of $292,299 and fiscal 2014 other procurement funds in the amount of $20,189,592 were obligated at the time of the award. Estimated completion date is May 31, 2016. Work will be performed in St. Petersburg, Fla. Army Contracting Command, Rock Island Arsenal, Ill., is the contracting activity.
 
Alliant Techsystems Operations LLC, Plymouth, Minn. was awarded a $19,225,386 modification (P00015) to contract W52P1J-12-C-0027 to procure M1002 new production cartridges for 120mm tank training ammunition.  Fiscal 2014 other procurement funds in the amount of $19,225,386 were obligated at the time of the award.  Estimated completion date is Jan 31, 2016.  Work will be performed in Plymouth, Minn. Army Contracting Command is the contracting activity.
 
General Atomics Aeronautical Systems Inc., Poway, Calif., was awarded a $10,523,125 modification (P00078) to contract W58RGZ-10-C-0068 for five remote ground data terminals, five local ground data terminals, and initial related spares for the Gray Eagle Unmanned Air Vehicle System.  Fiscal 2012 other procurement funds in the amount of $10,523,125 were obligated at the time of the award.  Estimated completion date is Nov. 30, 2018.  Work will be performed in Poway, Calif.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.
 
DEFENSE LOGISTICS AGENCY
 
Allergan USA Inc., Irvine, Calif., has been awarded a maximum $37,242,251 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical surge, re-supply, and sustainment products.  This is a one-year base contract with seven one-year option periods.  This is a competitive acquisition, and fourteen offers were received.  Location of performance is California with a March 20, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 warstopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPME2D0-14-D-0004).
 
NAVY
 
Raytheon Co., El Segundo, Calif., is being awarded $23,651,848 for cost-plus-fixed-fee delivery order 0052 against a previously issued basic ordering agreement (N00019-10-G-0006) for the procurement of 63 ECP-6279 retrofit kits in support of F/A-18 E/F and EA-18G aircraft.  Work will be performed in Forest, Miss. (80 percent) and El Segundo, Calif. (20 percent), and is expected to be completed in August 2016.  Fiscal 2014 aircraft procurement, Navy funds in the amount of $23,651,848 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
 
Centurum Information Technology Inc., Marlton, N.J., is being awarded an $18,158,832 cost-plus-fixed-fee contract to provide depot-level repair and restoration support to include fabrication, manufacturing, re-manufacturing, restoration, repair, overhaul, and calibration involving electro-mechanical and mechanical units both ground and airborne, assemblies, subassemblies, and test equipment.  Support will also include worldwide technical support to the fleet, shore facilities, and government agencies.  This two-year contract includes a one-year option period which, if exercised, would bring the cumulative value of this contract to an estimated $27,618,466.  Work will be performed in San Diego, Calif., and work is expected to be completed March 19, 2016.  Fiscal 2014 operations and maintenance, Navy funds in the amount of $100,000 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  This contract was competitively procured with open competition via the Space and Naval Warfare Systems Center e-Commerce website and the Federal Business Opportunities website, with four offers received with one selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-14-D-0041).
 
Bulltrack-Watts A Joint Venture*, Marysville, Calif., is being awarded $13,349,723 for firm-fixed-price task order KB01under a previously awarded multiple award construction contract (N40192-10-D-2801) for the design and construction of a dehumidified supply storage facility at Polaris Point, Naval Base, Guam.  The warehouse shall also include support areas for office spaces, rest rooms and utility rooms.  The structural system for the facility shall be a reinforced concrete structure with overhead roll-up doors and man-doors providing access into the warehouse.  The work will also provide paved driveways around the warehouse, new parking spaces and secure bicycle racks, stormwater collection and management system, and mechanical systems to include warehouse dehumidification, administrative area air conditioning, and general ventilation.  The task order also contains one unexercised option, which if exercised would increase cumulative task order value to $13,650,996.  Work will be performed in Santa Rita, Guam, and is expected to be completed by March 2016.  Fiscal 2010 and 2014 military construction, Navy contract funds in the amount of $13,349,723 are being obligated on this award and will not expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor Hawaii, Hawaii, is the contracting activity.
 
The Boeing Co., St. Louis, Mo., is being awarded $9,650,433 for firm-fixed-price delivery order 0051 against a previously issued basic ordering agreement (N68335-10-G-0012) for the procurement of major structural repair and maintenance equipment for the F/A-18E/F and EA-18G aircraft.  Work will be performed in St. Louis, Mo., and is expected to be completed in September 2016.  Fiscal 2013 aircraft procurement, Navy funds in the amount of $9,650,433 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.
 
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an $8,500,000 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0004) to procure additional long lead-time efforts required for the incorporation of a drag chute in the Joint Strike Fighter conventional take off and landing air systems for the government of Norway.  Work will be performed in Fort Worth, Texas (55 percent); El Segundo, Calif. (15 percent); Warton, United Kingdom (10 percent); Orlando, Fla. (5 percent); Nashua, N.H. (5 percent); Baltimore, Md. (5 percent); and Cameri, Italy (5 percent), and is expected to be completed in November 2015.  International partner funds in the amount of $8,500,000 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
 
Michael Baker Jr., Inc., Virginia Beach, Va., is being awarded $7,603,530 for firm-fixed-price task order 0048 under a previously awarded indefinite-delivery/indefinite-quantity contract (N62470-10-D-3000) for leak detection testing for Navy, Marine Corps and Defense Logistics Agency Energy Facilities.  The work to be performed provides for services for environmental and engineering assessments at Department of Defense fuel systems including preparing program management documentation, environmental compliance reports and plans, release detection, optimization, and pollution prevention reports in support of DLA Energy fuel facilities, and other facilities of interest to the government at various worldwide locations and in accordance with applicable regulatory guidance.  Work will be performed at various Navy and DoD installations worldwide, and is expected to be completed by March 2016.  Fiscal 2014 Navy working capital contract funds in the amount of $7,603,530 are being obligated on this award and will not expire at the end of the current fiscal year.  One proposal was received for this task order.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.  
 
QinetiQ North America, Waltham, Mass., is being awarded a $6,779,411 modification to previously awarded contract (N00174-13-D-0007) for the procurement of Man Transportable Robotic System (MTRS) MK2 post-production support.  The MTRS MK2 provides military explosive ordnance disposal technicians with a man transportable capability to remotely perform reconnaissance.  Work will be performed in Waltham, Mass., and is expected to be completed by July 2016.  No funds are being obligated at the time of award and contract funds will not expire at the end of the current fiscal year.  The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity.
 
Viasat Inc., Carlsbad, Calif., is being awarded a $6,707,025 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of spares, repairs and satellite support for the ArcLight Mobile Satellite Communication System in support of special projects aircraft and the EP-3 aircraft.  The ArcLight Mobile Satellite Communication System is a high frequency data link for airborne applications that provides a means to transmit data between aircraft, command posts and other military organizations that have access to the system.  Work will be performed in Carlsbad, Calif., and is expected to be completed by March 2019.  Fiscal 2014 operations and maintenance, Navy funding in the amount of $12,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with FAR 6.302-1(a)(2)(iii) - only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-14-D-WT25).
 
WASHINGTON HEADQUARTERS SERVICES
 
HSU Construction, Rockville, Md., (HQ0034-14-D-0004); Athena Construction Group, Dumfries, Va., (HQ0034-14-D-0005); APC Construction, New Orleans, La., (HQ0034-14-D-0006); Cherokee CRC, LLC., Tulsa, Okla., (HQ0034-14-D-0007); FEI Construction Co., Washington, D.C., (HQ0034-14-D-0008), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for design-build or design-bid-build general building construction for various locations under the cognizance of the Washington Headquarters Services area of responsibility.  The aggregate not-to-exceed amount for these multiple award contracts combined is $60,000,000.  The five companies will have the opportunity to bid on each individual task order as they are issued.  Funding and performance location will be determined with each order.   Work will be performed in the WHS area of responsibility.  The expected completion date is March 19, 2019.  Fiscal 2014 Pentagon Reservation Maintenance Revolving Fund contract funds in the amount of $10,000 are being obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via FedBizOpps, with 12 proposals received.  Washington Headquarters Services is the contracting activity.
 
*Small Business

Tuesday, March 18, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT
CONTRACTS

ARMY

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

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

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

DEFENSE LOGISTICS AGENCY

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

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

NAVY

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

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

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

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

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

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

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

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

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

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

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

AIR FORCE

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

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

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

*Small Business

Monday, March 10, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
 NAVY

Lockheed Martin Corp., Baltimore, Md., is being provided funding in the amount of $698,911,656 under previously awarded contract (N00024-11-C-2300) for construction of two fiscal 2014 littoral combat ships.  The three contract line items being funded for each ship are for the basic seaframe construction, selected ship systems integration and test, and selected ship systems equipment.  Work will be performed in Marinette, Wis. (56 percent), Walpole, Mass. (14 percent), Washington, D.C. (12 percent), Oldsmar, Fla. (4 percent), Beloit, Wis. (3 percent), Moorestown, N.J. (2 percent), Minneapolis, Minn. (2 percent), and various locations of less than 1 percent each totaling 7 percent, and is expected to be complete by August 2018.  Fiscal 2014 shipbuilding and conversion, Navy contract funds in the amount of $698,911,656 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Austal USA, Mobile, Ala., is being provided funding in the amount of $683,716,119 under previously awarded contract (N00024-11-C-2301) for construction of two fiscal 2014 littoral combat ships.  The three contract line items being funded for each ship are for the basic seaframe construction, selected ship systems integration and test, and selected ship systems equipment.  Work will be performed in Mobile, Ala. (51 percent), Pittsfield, Mass. (13 percent), Cincinnati, Ohio (4 percent), Baltimore, Md. (2 percent), Burlington, Vt. (2 percent), New Orleans, La. (2 percent), and various locations of less than two percent each totaling 26 percent, and is expected to be complete by June 2018.  Fiscal 2014 shipbuilding and conversion, Navy contract funds in the amount of $683,716,119 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

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

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

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

Northrop Grumman Laser Systems Inc., Apoka, Fla., is being awarded a $12,400,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for special operating force laser aiming marker (SOFLAM), ground laser target designator (GLTD), provision item order spares and repairs.  The SOFLAM/GLTD is a lightweight, integrated, highly specialized, laser target designator viewing device that provides the operator with a ruggedized system utilizing technology designed for terminal guidance of precision munitions.  The SOFLAM/GLTD provides the specialized capability of combining two distinct guidance choices; hand-off to aircraft or standalone terminal guidance.  This requirement not only supports the U.S. but also includes foreign military sales (FMS) to Romania (71.4 percent) and Lithuania (28.6 percent) though the support of Building Partnership Capacity programs.  Work will be performed in Apopka, Fla., and is expected to be completed by March 2018.  FMS contract funds in the amount of $2,366,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with the statutory authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1 - only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-14-D-JQ16).

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

DEFENSE LOGISTICS AGENCY

CTS Cement Manufacturing Corp.*, Cypress, Calif., has been awarded a maximum $13,701,394 modification (P00007) exercising the third option period on a two-year base contract (SPM8EG-10-D-0001) with three one-year option periods for rigid concrete repair.  This is a fixed-price with economic-price-adjustment, indefinite-quantity contract.  Location of performance is California with a March 10, 2015 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

ARMY

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

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

*Small Business

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.

Tuesday, February 18, 2014

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

FROM:  U.S. STATE DEPARTMENT 
CONTRACTS

ARMY

EADS-NA, Herndon, Va., was awarded a $22,856,085 modification (P00766) to contract W58RGZ-06-C-0194 to acquire four UH-72A Lakota helicopters with engine inlet barrier filters and ARC-231 radios.  Fiscal 2014 other procurement, Army funds in the amount of $22,856,085 were obligated at the time of the award.  Estimated completion date is March 31, 2015.  Work will be performed in Columbia, Miss.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Jacobs/Stantec, Fort Worth, Texas, was awarded a $9,500,000 firm-fixed-price contract for architectural and engineering services for Army, Air Force, and other military and civil works projects primarily within the Great Lakes and Ohio River Division boundaries.  Funding and performance location will be determined with each order.  Estimated completion date is Feb. 17, 2019.  One bid was solicited with one received.  Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-14-D-0005).

DEFENSE LOGISTICS AGENCY

Combat Medical Systems LLC*, Fayetteville, N.C., has been awarded a maximum $36,396,530 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various medical and surgical surge, re-supply, and sustainment materials.  This contract is a competitive acquisition, and four offers were received.  This is a one-year base contract with nine one-year option year periods.  Location of performance is North Carolina with a Feb. 17, 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., (SPE2D0-14-D-0001).

Eye Safety Systems Inc., Ketchum, Idaho, has been awarded a maximum $9,804,328 modification (P00004) exercising the third option year on a one-year base contract (SPM2DE-11-D-7549) with four one-year option periods for prescription lens carriers.  This is a fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is Idaho with a March 2, 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.

CORRECTION:  The contract announced Feb 12, 2014 to Honeywell International, Inc., Minneapolis, Minn., had an incorrect contract number. The correct contract number is SPM4A1-11-G-0010 W5A0

*Small Business

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