Showing posts with label WASHINGTON HEADQUARTERS SERVICES. Show all posts
Showing posts with label WASHINGTON HEADQUARTERS SERVICES. Show all posts

Monday, March 31, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

AIR FORCE

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

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

DEFENSE LOGISTICS AGENCY

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

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

ARMY

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

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

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

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

NAVY

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

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

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

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

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

WASHINGTON HEADQUARTERS SERVICES

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

MISSILE DEFENSE AGENCY

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

*Small Business

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, December 19, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR DECEMBER 19, 2013

FROM:  U.S. DEFENSE DEPARTMENT

CONTRACTS

DEFENSE LOGISTICS AGENCY

Pacific Unlimited Inc., Barrigada, Guam, has been awarded a maximum $262,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for subsistence prime vendor support for various customers in Guam.  This contract is a competitive acquisition and there were three offers.  Location of performance is Guam with an April 17, 2019 performance completion date.  This is a 64-month base contract with no option periods.  Using military services are Navy 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.; (SPM300-14-D-3735).  (Awarded on Dec. 18, 2013)

TXU Energy Retail Company LLC, Irving, Texas, has been awarded a maximum $24,753,778 fixed-price with economic-price-adjustment contract for electricity and ancillary services.  This contract is a competitive acquisition and five offers were received.  This is a 36 month contract.  Location of performance is Texas with a Jan. 30, 2017 performance completion date.  Using service is National Aeronautics and Space Administration.  Type of appropriation is fiscal 2014 service funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SPE600-14-D-8002). (Awarded on Dec. 17, 2013)

Federal Prison Industries, Washington, D.C., has been awarded a maximum $15,948,000 modification (P00012) exercising the second one-year option period on a one-year base contract (SPM1C1-12-D-F503) with two one-year option periods for extreme cold wet weather trousers.  This is a firm-fixed-price contract.  Locations of performance are District of Columbia and Kentucky with a Dec. 24, 2014 performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Northrop Grumman, Woodland Hills, Calif., has been awarded a maximum $7,784,925 un-definitized contract for the manufacture and delivery of computers for Navy support services.  This contract is a sole source acquisition.  Location of performance is California with a December 2015 performance completion date.  This is a two-year base contract.  Using military service is Navy.  Type of appropriation is fiscal 2014 Navy funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.; (SPRPA1-09-G-001Z-5011).

AIR FORCE

Lockheed Martin Missiles and Fire Control, Orlando, Fla., has been awarded a $232,545,447 firm-fixed price and cost-plus-fixed-fee contract for the joint air to surface standoff missile (JASSM) baseline missiles (190 each) and JASSM extended range (ER) missiles (40 each), systems engineering, foreign military sales test assets, ER avionics bulkhead value engineering change proposal - cost share savings, tooling and test equipment, Baseline JASSM Weapon Systems Evaluation Program and Obsolescence Management Oversight.  Work will be performed at Orlando, Fla., and Troy, Ala., and expected to be completed by Nov. 30, 2016.  This award is a result of a sole source acquisition and one offer was solicited and one offer was received.  Fiscal 2012 and 2013 missile procurement funds in the amount of $232,545,447 are being obligated at time of award.  This contract is three percent foreign military sales for Finland and Australia.  Air Force Life Cycle Management Center/ EBJK, Eglin Air Force Base, Fla., is the contracting activity (FA8682-14-C-0069).

Lockheed Martin Missiles and Fire Control, Orlando, Fla., has been awarded a $216,475,072 firm-fixed-price and cost-plus-fixed-fee contract for the Joint Air to Surface Standoff Missile (JASSM) Baseline Missiles (150 each) and JASSM Extended Range (ER) Missiles (60 each), ER Avionics Bulkhead Value Engineering Change Proposal - Cost Share Savings, and Obsolescence Management Oversight.  Work will be performed at Orlando, Fla., and Troy, Ala., and expected to be completed by Nov. 30, 2016.   This award is a result of a sole source acquisition and one offer was solicited and one offer was received.  Fiscal 2013 and 2014 missile procurement funds in the amount of $216,475,072 are being obligated at time of award. Air Force Life Cycle Management Center/EBJK, Eglin Air Force Base, Fla., is the contracting activity (FA8682-14-C-0084).

Raytheon Missiles Systems, Tucson Ariz., has been awarded a $40,000,000 indefinite-delivery/indefinite-quantity contract for system improvements to include design, development, and test of the AIM-120D missile.  Work will be performed at Tucson, Ariz., and is expected to be complete by March 31, 2015.  This award is the result of a sole source acquisition.  Fiscal 2013 and 2014 research, development, test and evaluation funds in the amount of $3,993,942 are being obligated at time of award. Air Force Life Cycle Management Center/EBA, Eglin Air Force Base, Fla., is the contracting activity (FA8675-14-D-0082).

Raytheon Network Centric Systems, Aberdeen Proving Ground, Md., has been awarded a $12,878,000, firm-fixed-price contract for Identification Friend or Foe (IFF) AN/APX-114 Interrogators. The contractor will provide 94 IFFs for the Royal Saudi Air Force.  Work will be performed at Largo, Fla., and is expected to be complete Sept. 29, 2017.  This award is the result of a sole-source acquisition. This contract is 100 percent in support of foreign military sales for Saudi Arabia.  Air Force Life Cycle Management Center/WNKCB, Robins AFB, Ga., is the contracting activity. (FA8540-14-C-0002)

Raytheon Network Centric Systems, Aberdeen Proving Ground, Md., has been awarded an $11,662,862 firm-fixed-price contract for identification friend or foe (IFF) AN/APX-119 transponders.  The contractor will provide 94 IFFs for the Royal Saudi Air Force.  Work will be performed at Largo, Fla., and AEC Saudi Arabia, and is expected to be complete July 31, 2017.  This award is the result of a sole source acquisition.  This contract is 100 percent in support of foreign military sales for Saudi Arabia.  Air Force Life Cycle Management Center/WNKCB, Robins Air Force Base, Ga., is the contracting activity. (FA8540-14-C-0003)

Lockheed Martin Missiles and Fire Control, Orlando, Fla., has been awarded an $8,808,979 (not-to-exceed) firm-fixed-price modification (P00004) on an existing contract (FA8540-12-C-0012) for sniper advanced targeting pods (ATP) for the Royal Saudi Air Force.  The contractor will provide compact multiband data link software and firmware configuration support on the RSAF's F-15SA aircraft and provide resources required for the management, fabrication, repair, support, testing and shipping of its non-developmental item sniper ATP system.  Work will be performed at Orlando, Fla., and is expected to be complete by November 2016.  This award is the result of a source directed acquisition and is 100 percent foreign military sales for Saudi Arabia. Air Force Life Cycle Management Center/WNKCB, Robins Air Force Base, Ga., is the contracting activity.

ARMY

General Dynamics C4 Systems Inc., Scottsdale, Ariz., was awarded a $107,309,000 modification (P00402) to contract W15P7T-04-C-E405 to procure 1500 Manpack radio kits and 500 dismount kits.  Fiscal 2014 other procurement, Army funds in the amount of $106,410,000 were obligated at the time of the award.  Estimated completion date is Jan. 30, 2015.  Bids were solicited via the Internet with two received.  Work will be performed in Scottsdale, Ariz.  Army Contracting Command, Aberdeen, Md., is the contracting activity.

DynCorp International LLC, Fort Worth, Texas, was awarded a $80,333,657 modification (P00008) to contract W58RGZ-13-C-0040 for aviation maintenance supporting Operation Enduring Freedom.  This requirement includes restoring aircraft to fully mission capable status, aircraft modifications, and maintenance support to various Army units and combat aviation brigades.  Fiscal 2014 cost-plus-fixed-fee funds in the amount of $80,333,657 were obligated at the time of the award.  Estimated completion date is Dec. 31, 2014.  Bids were solicited via the Internet with three received.  Work will be performed in Afghanistan.  Army Contracting Command, Redstone Arsenal (Aviation), Ala., is the contracting activity.

Booz Allen Hamilton Inc., McLean, Va., was awarded a $49,916,668 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract for the dematerialization-centric intelligence surveillance and reconnaissance effort to perform analyses, assessments, studies, and operational exercises of technologies and systems.  Funding and work location will be determined with each order.  Estimated completion date is Dec. 18, 2016. Bids were solicited via the Internet with 999 received. Army Contracting Command, Adelphi, Md., is the contracting activity (W911QX-14-D-0001).

Kongsberg Defence & Aerospace AS, Kongsberg, Norway, was awarded a $37,872,000 modification (P00048) to contract W15QKN-12-C-0103 for maintenance of the M153 common remotely operated weapon station. Fiscal 2014 operations and maintenance, Army funds in the amount of $37,872,000 were obligated at the time of the award.  Estimated completion date is Aug. 16, 2017.  Bids were solicited via the Internet with two received.  Work will be performed in Johnstown, Pa.  Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.

Sundt Construction Inc., Tempe, Ariz., was awarded a $32,787,350 firm-fixed-price contract for runway repair at Minot Air Force Base, N.D.  Fiscal 2014 other procurement funds in the amount of $32,787,350 were obligated at the time of the award.  Estimated completion date is Oct. 15, 2014.  Bids were solicited via the Internet with nine received.  Work will be performed at Minot Air Force Base.  Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-14-C-0003).

King Aerospace Inc., Addison, Texas, was awarded a $32,353,000 modification (P00213) to contract W58RGZ-05-C-0302 for life cycle support for the airborne reconnaissance low DeHaveilland Dash 7 aircraft fleet.  Fiscal 2014 operations and maintenance, Army funds in the amount of $32,353,000 were obligated at the time of the award.  Estimated completion date is Dec. 31, 2014.  One bid was solicited with one received. Work will be performed in El Paso, Texas.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

L-3 Fuzing and Ordnance Systems Inc., Cincinnati, Ohio, was awarded a $25,938,211 modification (P00024) to contract W15QKN-10-C-0015 for the production of 40,842 M734A1 fuses and 99,791 M783 fuses. Fiscal 2014 other procurement funds in the amount of $25,938,211 were obligated at the time of the award.  Estimated completion date is Oct. 31, 2015.  Bids were solicited via the Internet with one received.  Work will be performed in Cincinnati, Ohio.  Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.

Oshkosh Corp., Oshkosh, Wis., was awarded a $21,159,240 modification (0010) to contract W56HZV-12-G-0010 for the procurement of 5,733 tire and engine automatic fire extinguishing system kits for use on the Mine Resistant Ambush Protected all-terrain vehicle.  Fiscal 2014 other procurement Army funds in the amount of $17,197,719 were obligated at the time of the award.  Estimated completion date is Sept. 30 2014.  One bid was solicited with one received.  Work will be performed in Oshkosh, Wis.  Army Contracting Command, Tank and Automotive, Mich., is the contracting activity.

Honeywell International Inc., Aerospace, Phoenix, Ariz., was awarded a $15,795,824 modification (P00012) to contract W56HZV-12-C-0344 for the repair and overhaul of AGT1500 engines used in the Abrams family of vehicles.  Fiscal 2014 other procurement funds in the amount of $15,795,824 were obligated at the time of the award.  Estimated completion date is Dec. 31, 2014.  Bids were solicited via the Internet with one received.  Work will be performed in Phoenix, Ariz., and Aniston, Ala. Army Contracting Command, Tank and Automotive, Warren, Mich., is the contracting activity.

Northrop Grumman, Huntsville, Ala. was awarded a $10,270,794 modification (P00098) to contract W31P4Q-08-C-0418 for Research and Development for Advance Electronic Protect, Integrated Air and Missile Defense System of Systems capability, IAMD Battle Command System (IBCS System Development and Demonstration).  Fiscal 2014 research, development, testing and evaluation funds in the amount of $9,900,000 and fiscal 2014 other procurement funds in the amount of $370,794 were obligated at the time of the award.  Estimated completion date is Sept. 30, 2015.  Two bids were solicited with two received.  Work will be performed in Huntsville, Ala.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

DynCorp International LLC, Fort Worth, Texas, was awarded a $9,527,589 modification (P00041) to contract W58RGZ-13-C-0042 for aviation maintenance reset, installation of modification work orders, and auxiliary maintenance support.  Fiscal 2014 operations and maintenance, Army funds in the amount of $9,527,589 were obligated at the time of the award.  Estimated completion date is June 30, 2017.  Bids were solicited via the Internet with eight received.  Work will be performed at Fort Hood, Texas.  Army Contracting Command, Redstone Arsenal (Aviation), Ala., is the contracting activity.

Burns & McDonnell Engineering Co., Kansas City, Mo., was awarded a $9,500,000 firm-fixed-price contract for military and civil works projects primarily within the Great Lakes and Ohio River division.  Funding and performance location will be determined by each order.  Estimated completion date is Dec. 12, 2018.  Bids were solicited via the Internet with 35 received.  Army Corps of Engineers, Louisville, Ky., is the contracting activity.

Agate Construction Co., Inc., Clermont, N.J., was awarded a $7,592,200 firm-fixed-price contract for operation and maintenance of Emergency Supplement Project to provide repairs to the North Jetty at Barnegat Inlet, N.J.  Fiscal 2014 other procurement funds in the amount of $7,592,200 were obligated at the time of the award.  Estimated completion date is Sept. 15, 2014.  Bids were solicited via the Internet with four received.  Work will be performed in Toms River, N.J.  Army Corps of Engineers, Philadelphia, Pa., is the contracting activity (W912BU-14-C-0003).

NAVY

Lockheed Martin Corp., Mission Support and Training, Orlando, Fla., is being awarded a $103,865,047 modification to a previously awarded cost-plus-incentive-fee, system design and development contract (N68335-10-C-0225) to exercise two options for the procurement of 36 electronic Consolidated Automated Support System (eCASS) low rate initial production units.  Systems being procured include:  eCASS radio frequency systems (36), self-maintenance and test calibration operational test program sets (10), calibration equipment kits (10), shore installation kits (36), ship installation kits (4), test program set development environment suites (5) and installations (18).  Work will be performed in Orlando, Fla. (33 percent); Hunt Valley, Md. (32 percent); Irvine, Calif. (11 percent); San Diego, Calif. (9 percent); North Reading, Mass. (6 percent); Dallas, Texas (3 percent); Tallman, N.Y. (3 percent); Everett, Wash. (2 percent) and various other locations within the continental United States (1 percent), and is expected to be completed in March 2015.  Fiscal 2013 and 2014 aircraft procurement, Navy contract funds in the amount of $103,865,047 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., Archbald, Pa., is being awarded an $84,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of Enhanced Laser Guided Training Rounds for the U. S. Navy.  Work will be performed in Archbald, Pa., and is expected to be completed in September 2016.  Fiscal 2013 and 2014 weapons procurement, Navy contract funds in the amount of $18,582,062 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-D-0008).

Lockheed Martin Space Systems Co., Sunnyvale, Calif., is being awarded a $61,092,053 cost-plus-fixed-fee contract for engineering services and various low-value missile test hardware to support common missile compartment (CMC) strategic weapon systems (SWS) integration and design/development for nozzle shield retention testing and for architectural and engineering services for design and modification services for the SWS Ashore Program.  This contract provides for integrating the Trident II missile and reentry SWS subsystems into the CMC for the Ohio replacement and United Kingdom (UK) successor programs and designing a testing fixture for nozzle shield retention, and designing an integrated test facility that will be compatible with existing and new submarine fleets.  Efforts will address integration impacts to the deployed and expected future configurations of the Trident II SWS.  Work will be performed at Cape Canaveral, Fla. (52 percent); Sunnyvale, Calif. (33 percent); Magna, Utah (7 percent); Groton, Conn. (2 percent); Titusville, Fla. (1 percent); and other locations of less than one percent, with an expected completion date of Dec. 18, 2018.  The maximum dollar value is $61,092,053.  Fiscal 2014, 2015, and 2016 research, development, test and evaluation contract funds in the amounts of $35,219,047, $9,510,217, and $6,711,826 respectively; fiscal 2014 operations and maintenance, Navy contract funds in the amount of $21,100; fiscal 2014 weapons procurement, Navy contract funds in the amount of $3,914,186; and fiscal 2014, 2015, and 2016 United Kingdom contract funds in the amounts of $3,913,228, $1,056,691, and $745,758 respectively are being obligated at time of award.  Contract funds in the amount of $21,100 will expire at the end of the current fiscal year.  This contract was a sole source acquisition in accordance with 10 U.S.C. 2304(c)(1).  Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-14-C-0013).

Raytheon Co., Fullerton, Calif., is being awarded a $55,150,107 modification to a previously awarded cost-plus-incentive-fee contract (N00019-08-C-0034) for complete analyses of the Joint Precision Approach and Landing Systems (JPALS) and system requirements definition, development of manufacturing and production strategy, conduct risk reduction activities supporting JPALS requirements, and management and planning of the JPALS program technical and business objectives.  Work will be performed in Fullerton, Calif. (64 percent) and Cedar Rapids, Iowa (36 percent), and is expected to be completed in July 2015.  Fiscal 2014 research, development, test and evaluation, Navy contract funds in the amount of $6,000,000 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.

Teledyne Microwave Solutions, Rancho Cordova, Calif., is being awarded a $49,152,320 firm-fixed-price requirements contract for the repair of 1,600 10 KT traveling wave tubes for the AN-SPY-1 radar program within the AEGIS weapon system.  Work will be performed at the Rancho Cordova, Calif., and work is expected to be completed by Dec. 31, 2020.  Fiscal 2014 Navy working capital funds in the amount of $7,617,812 will be obligated at the time of award, and will not expire before of the current fiscal year.  The contract was not competitively procured (sole source) in accordance with 10 U.S.C. 2304(c)(1).  NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-14-D-D002).

Raytheon Co., Integrated Defense Systems, San Diego, Calif., is being awarded a $41,585,979 modification to previously awarded cost-plus-incentive-fee contract (N00024-08-C-5122) for fiscal 2014-2017 continuing platform systems engineering agent support of the Ship Self Defense System MK 2 to complete development of CVN/Amphibious Modernization Advanced Capability Build 12/Technical Insertion 12.  Work will be performed in San Diego, Calif. (99 percent), and Middletown, R.I. (1 percent), and is expected to be completed by September 2017.  Fiscal 2014 research, development, test and evaluation funds in the amount of $13,500,000 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.

EDO Corp., Defense System, North Amityville, N.Y., a subsidiary of Exelis, Inc.*, is being awarded a $39,041,621 firm-fixed-price contract for the procurement of 450 BRU-55A/A bomb racks for the Navy.  Work will be performed in North Amityville, N.J., and is expected to be completed in November 2016.  Fiscal 2013 and 2014 aircraft procurement, Navy contract funds in the amount of $39,041,621 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-C-0007).

Lockheed Martin Corp., Mission Systems and Training, Moorestown, N.J., is being awarded a $37,089,502 modification to previously awarded contract (N00024-13-C-5116) to exercise options for Aegis combat system engineering agent (CSEA) efforts for the design, development, integration, test and delivery of computer program baselines and associated technology insertion hardware design support for the next/future Advanced Capability Build.  Work will be performed in Moorestown, N.J. (98.9 percent), and Fairfax, Va. (1.1 percent), and is expected to be completed by December 2014.  Fiscal 2014 research, development, test and evaluation and fiscal 2011 shipbuilding and conversion, Navy funding in the amount of $6,701,000 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.

Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded an $11,163,306 modification to a previously awarded advanced acquisition contract (N00019-13-C-0023) for additional logistics products and services in support of the H-1 upgrade effort, including logistic management support, technical material for maintenance planning, design interface, supply/material support, support of support equipment/technical data, distribution and inventory management/packaging, handling storage and transportation, logistics management information, supportability analysis and technical manuals for the Marine Corps.  Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2014. Fiscal 2014 aircraft procurement, Navy contract funds in the amount of $2,790,827 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.

Heil Trailer International Co., doing business as Kalyn/Siebert, Gatesville, Texas, is being awarded $10,554,880 for firm-fixed-price delivery order 0016 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-10-D-5069) to purchase 76 Flatrack refueling capability (FRC) full rate production units.  The FRC is a self-contained and transportable fueling system.  The FRC fuels tactical vehicles, stationary equipment, and dispense and remove fuel from fixed and rotary wing aircraft.  The primary mission for the FRC will be to distribute fuel in the Marine Air-Ground Task Force Expeditionary and combat environment. Work will be performed in Gatesville, Texas, and is expected to be completed by Sept. 30, 2015.  Fiscal 2013 procurement Marine Corps funds in the amount of $10,554,990 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, withoffers received.  Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Northrop Grumman Guidance and Electronic, Woodland Hills, Calif., is being awarded a $10,551,915 firm-fixed-price contract for the fabrication, test, and delivery of 45 low rate initial production technical refresh AH-1Z and UH-1Y helicopters mission computers in support of Marine Corps helicopters.  Work will be performed in Woodland Hills, Calif., and is expected to be completed in October 2015.  Fiscal 2012 aircraft procurement, Navy contract funds in the amount of $10,551,915 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-14-C-0020).

Intergraph Government Solutions, Madison, Ala., is being awarded a $10,231,549 indefinite-delivery/indefinite-quantity contract for the purchase of ruggedized hardware for multiple ship classes, designed to withstand shipboard environmental qualifications.  This contract contains a six month option, which if exercised, would bring the contract value to $15,347,323. Work will be performed in Madison, Ala., and work is expected to be completed by December 2014.  If the option is exercised, work will be completed June 2015.  No funds will be obligated at the time of award.  Fiscal 2014 Navy working capital funds in the amount of $420,000 will be obligated at the time of award.  Funds will not expire before the end of the current fiscal year.  This contract was not competitively procured (sole source) in accordance with 10 U.S.C. 2304(c)(1).  NAVSUP Fleet Logistics Center Norfolk, Mechanicsburg Site, Mechanicsburg, Pa., is the contracting activity (N00189-14-D-Q003).

MISSILE DEFENSE AGENCY


Raytheon Co., Integrated Defense Systems, Woburn, Mass., is being awarded a $27,230,781 modification (P00017), sole source, firm-fixed-price to contract (HQ0147-12-C-0005), under a foreign military sales (FMS) case to the United Arab Emirates (UAE), to provide initial spares for the AN/TPY-2 radars being delivered as part of a whole FMS case as an element of the Terminal High Altitude Area Defense System.  The value of this contract modification is, increasing the total contract value from $624,603,783 to $651,834,564. The work will be performed in Woburn, Mass., and UAE.  The period of performance is through March 30, 2015.  UAE FMS funds in the amount of $27,230,781 will be used to fund this effort.  The Missile Defense Agency, Huntsville, Ala., is the contracting activity (HQ0147).

WASHINGTON HEADQUARTERS SERVICES

NOVA Corp., Chambersburg, Pa., is being awarded a one year modification on firm-fixed-price contract (HQ0034-12-C-0011) for $6,942,234 to provide information technology support for the Office of Secretary of Defense.  Work will be performed primarily in Arlington, Va. The estimated completion date is Dec. 31, 2014.  Washington Headquarters Services, Washington, D.C. is the contracting activity.

*Small Disadvantaged, In HubZone Business

Wednesday, November 20, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR NOVEMBER 20, 2013

FROM:  U.S. DEFENSE DEPARTMENT 

NAVY

Pacific Architects and Engineers Applied Technologies, Fort Worth, Texas, is being awarded a $44,577,164 indefinite-delivery/indefinite-quantity contract for the development, testing, and installation of the SureTrak Surveillance System for the U.S. Navy, U.S. Air Force, the National Aeronautics and Space Administration, and governments in Africa under the foreign military sales program.  The SureTrak System is a state-of-the-art, fully integrated, multi-sensor, data acquisition and display system used for airspace surveillance, waterway clearance, shoreline surveillance, and environmental monitoring functions.  Work will be performed at the Naval Air Warfare Center (NAWC) Aircraft Division, Patuxent River, Md. (10 percent); NASA Wallops Test Facility, Wallops, Va. (4 percent); Vandenberg Air Force Base, Lompoc, Calif. (2 percent); Patrick Air Force Base, Fla. (2 percent); NAWC Weapons Division, Pt. Mugu, Calif. (1 percent); Naval Surface Warfare Center, Dahlgren, Va. (1 percent); and at various locations outside the United States (80 percent), and is expected to be completed in November 2017.  No funds will be obligated at time of award; funds will be obligated on individual orders as they are issued.  This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1).  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-14-D-0001).

The Boeing Co., Seattle, Wash., is being awarded a $26,879,866 modification to a previously awarded fixed-price-incentive-firm contract (N00019-12-C-0112) to exercise an option for the diminishing manufacturing sources re-design in support of the U.S. Navy P-8A Full Rate Production Lot I aircraft.  Work will be performed in Seattle, Wash., and is expected to be completed in April 2017.  Fiscal 2014 aircraft procurement, Navy contract funds in the amount of $26,879,866 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.

Vigor Marine LLC, Portland, Ore., is being awarded a $12,954,046 firm-fixed-price contract for a 120-calendar day post shakedown availability, regular overhaul and dry-docking availability of missile range instrumentation ship the USNS Howard O. Lorenzen (T-AGM 25).  Work will include fuel oil fill; transfer and overflow systems modifications; main diesel engine fuel oil service piping modifications; relocation of AC seawater pumps; docking and undocking; and underwater hull cleaning and painting.  Lorenzen’s primary mission is to monitor missile launches and collect data.  The contract includes options which, if exercised, would bring the cumulative value of this contract to $15,214,713.  Work will be performed in Portland, Ore., and is expected to be completed by April 2014.  Working capital contract funds in the amount of $12,954,046 are obligated for fiscal 2014 and will expire at the end of the current fiscal year.  This contract was competitively procured with proposals solicited via the Military Sealift Command procurement page and the Federal Business Opportunities website, with two offers received.  The U.S. Navy’s Military Sealift Command, Washington, D.C., is the contracting activity (N32205-14-C-2001).

Glidepath Technologies*, Harrisburg, Pa., is being awarded a $12,205,945 firm-fixed-price indefinite-delivery/indefinite-quantity contract for the procurement of up to 40 each AN/SPN-41B Azimuth and elevation radomes for the U.S. Navy.  The radomes provide protection for the AN/SPN-41B transmitting set from environmental conditions existing on U.S. Navy aircraft carrier and amphibious assault class ships.  Work will be performed in Harrisburg, Pa., and is expected to be completed in November 2018.  Fiscal 2012 shipbuilding and conversion, Navy contract funds in the amount of $310,806 are being obligated on this award, none of which will expire at the end of the current year.  This contract was competitively procured as a full and open competition via an electronic request for proposals, with one offer received.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-14-D-0010).

General Dynamics National Steel and Shipbuilding Co., San Diego, Calif., is being awarded a $12,144,761 modification to previously awarded contract (N00024-12-C-2400) to exercise the option for the fitting-out availability of the USS Somerset (LPD 25).  Specific efforts include engineering, planning, management, labor and material in support of the fitting-out availability.  Work will be performed in San Diego, Calif., and is expected to be completed by December 2014.  Fiscal 2014 shipbuilding and conversion, Navy; fiscal 2014 operations and maintenance, Navy; and fiscal 2013 other procurement, Navy funding in the amount of $730,431 will be obligated at time of award.  Contract funds in the amount of $215,383 will expire at the end of the current fiscal year.  This contract was competitively procured with four proposals received.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

The Boeing Co., Defense and Space Group, Seattle Wash., is being awarded at $10,119,307 firm-fixed-price requirements contract to repair 559 items required to support the P8 aircraft.  Work will be performed in Dallas, Texas, and is expected to be completed by Sept. 30, 2015.  No funds will be obligated at the time of award.  Fiscal 2014 aircraft procurement funds will be used on task orders as they are issued.  No funds will expire at the end of the current fiscal year.  This sole source contract was not competitively procured in accordance with FAR 6.302-1.  NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity (N00383-14-D-006F).

General Dynamics Electric Boat Corp., Groton, Conn., is being awarded an $8,766,998 cost-plus-fixed-fee modification to the previously awarded contract (N00024-13-C-4311) to provide a Nuclear Regional Maintenance Department in support of operational nuclear submarines at the Naval Submarine Support Facility, Naval Submarine Base, New London, Conn.  Electric Boat will continue to provide staff and operate a Nuclear Regional Maintenance Department at the Naval Submarine Base, in support of returning mission ready submarines to the fleet.  The contract will also require project management, technical analysis, engineering and planning, training, inspection and nuclear services to accomplish intermediate-level nuclear submarine maintenance, modernization, and repairs in support of operational nuclear submarines, including maintaining and modernizing government-owned facilities and equipment and providing off-hull support of submarine maintenance.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $163,999,997.  Work will be performed in New London, Conn., and is expected to be completed by March 2014.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $8,766,998 will be obligated at time of award and will 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) - 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.

General Dynamics Electric Boat Corp., Groton, Conn., is being awarded an $8,000,000 cost-plus-fixed-fee modification to previously awarded contract (N00024-13-C-4308) to exercise options to provide non-nuclear submarine repair work on Groton based submarines under the New England Maintenance Manpower Initiative (NEMMI).  Under the terms of the contract, Electric Boat will provide NEMMI tasks in support of non-nuclear maintenance, modernization and repair of operational nuclear powered submarines, floating dry docks, support and service craft and plant equipment assigned to the Naval Submarine Support Facility, New London, Conn.  Work will be performed in New London, Conn., and is expected to be completed by December 2014.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $8,000,000 will be obligated at time of award and will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Exelis Inc., Fort Wayne, Ind., is being awarded a $7,028,919 indefinite-delivery/indefinite-quantity contract for the procurement of up to 62 radar signal simulators in support of the MH-60R and S70-B aircraft for the U.S Navy (33), the Government of Australia (27), and the Government of Brazil (2) under the foreign military sales program.  Work will be performed in Fort Wayne, Ind., and is expected to be completed in November 2017.  FMS funds in the amount of $1,093,932 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 the FAR 6.302-1.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-14-D-0005).

ARMY

Carothers Construction, Inc., Oxford, Miss., was awarded a $24,622,000 firm-fixed-price contract with options, case contract line item numbers (CLINs) 0001-0003 and optional CLINs 0004-0007, 0009-0010 for the construction of a replacement general purpose warehouse at New Cumberland, Pa.  Construction includes a permanent, non-combustible, general-purpose warehouse with concrete floors and 20 foot clear stacking height.  Estimated completion date is July 18, 2015.  Fiscal 2014 military construction funds in the amount of 24,622,000 were obligated.  Bids were solicited via the Internet with nine received.  Army Corps of Engineers, Baltimore, Md. is the contracting agency (W912DR-14-C-0005).

POND – FSB (joint venture), Norcross, Ga., was awarded a $13,000,000 firm-fixed-price, indefinite-delivery contract for architect, engineer services to support the Air Force KC-46A aircraft beddown within the continental United States.  Estimated completion date is Nov. 19, 2018.  Bids were solicited via the Internet with fifty-seven received. Funding and location will be determined with each order.  Army Corps of Engineers, Mobile, Ala., is the contracting agency (W91278-14-D-0001).

DEFENSE LOGISTICS AGENCY

Sterling Foods, LLC, San Antonio, Texas, has been awarded a maximum $32,785,593 modification (P00006) exercising the second one-year option period on a one-year base contract (SPM3S1-12-D-Z100) with four one-year option periods for bakery components used in the meal-ready-to-eat program.  This is a firm-fixed-price contract.  Location of performance is Texas with a Dec. 31, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. (Awarded Nov. 17)

Coast Citrus Distributors,* San Diego, Calif., has been awarded a maximum $15,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh fruit and vegetable support.  This contract is a competitive acquisition, and two offers were received.  Location of performance is California with a May 19, 2015 performance completion date.  This contract is an 18-month base period with two 18-month option-year periods.  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., (SPE300-14-D-P230).

American Innotek Inc.*, Escondido, Calif., has been awarded a maximum $12,000,000 fixed-price with economic-price-adjustment contract for disposable solid waste relief bags.  This contract is a sole-source acquisition.  Location of performance is California with a Nov. 20, 2015 performance completion date.  This contract is a two-year base period with three one-year option periods.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8ES-14-D-0002).

Excel Garment Manufacturing LTD.**, El Paso, Texas, has been awarded a maximum $7,125,286 firm-fixed-price contract for men’s and women’s rip-stop airmen battle uniform coats and trousers, maternity coats, and slacks.  This contract is a competitive acquisition, and five offers were received. Location of performance is Texas with a Nov. 19, 2014, performance completion date.  This contract is a one-year base period with four one-year option periods. Using military service is Air Force.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM1C1-14-D-1054).

WASHINGTON HEADQUARTERS SERVICES

Muscogee Nation Business Enterprise, Okmuglee, Okla., is being awarded an $8,218,006 firm-fixed-price contract for life support services to the Department of Defense Task Force for Business and Stability Operations.  These services will provide basic necessities, complex security, and personnel security details for safe travel in the immediate region around the Western Area of Responsibility in Afghanistan.  Work will be performed primarily in Herat, Afghanistan.  This contract was awarded as a sole-source acquisition.  The estimated completion date is July 31, 2014.  Washington Headquarters Services, Washington, D.C., is the contracting activity (HQ0034-13-C-0101).

*Small Business

**Small Business in HUBZone

Search This Blog

Translate

White House.gov Press Office Feed