DOD Awarded Contracts
NAVY
Systems Engineering Associates Corp., Middletown, R.I., is being awarded an $11,178,285 cost-plus-fixed-fee contract to provide engineering, technical, and logistic support services in support of submarine imaging, electronic warfare, communication, antenna, and special project programs. This contract will provide a bridge to allow for continuation of support to the Undersea Warfare Electromagnetic Department until the follow-on Seaport-e task order is awarded. Work will be performed in Middletown R.I. (60 percent), and Newport, R.I. (40 percent), and is expected to be completed by July 2012. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Undersea Warfare Center Division Newport, Newport, R.I., is the contracting activity (N66604-12-C-0865).
ERAPSCO, Inc., Columbia City, Ind., is being awarded a $10,538,501 firm-fixed-price contract for 2,006 AN/SSQ-101A sonobuoys in support of Navy antisubmarine forces for the mission of detection, classification, and localization of adversary submarines during peacetime and combat operations. Work will be performed in DeLeon Springs, Fla. (53 percent), and Columbia City, Ind. (47 percent), and is expected to be completed in April 2014. Contract funds in the amount of $257,421 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 Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-12-C-0047).
P&S Construction, Inc.*, North Chelmsford, Mass., is being awarded $9,527,000 for firm-fixed-price task order 0009 under a previously awarded multiple award construction contract (N40192-10-D-2804) for design and construction of the Conventional Munitions Maintenance Facility at Andersen Air Force Base. The facility will consist of drive-through work bays, office space, bench stock/tool room, a break/training/ready room, administrative space, and supporting functions to include electrical, communications, mechanical, compressor room, and a janitor’s closet. The project also includes site infrastructure improvements and utilities necessary to support the facility. Work will be performed in Yigo, Guam, and is expected to be completed by July 2014. Contract funds will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.
American Medical Depot*, Opa-Locka, Fla., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $400,000,000 for integrated operating room, components, system options and accessories, upgrades, training, maintenance services, and turnkey installation. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were four responses to the Web proposal. Type of appropriation is fiscal 2012 Defense Working Capital Funds. The date of performance completion is April 24, 2017. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM2D1-12-D-8211).
Steris Corp., Mentor, Ohio, was awarded a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $400,000,000 for integrated operating room, components, system options and accessories, upgrades, training, maintenance services, and turnkey installation. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were four responses to the Web proposal. Type of appropriation is fiscal 2012 Defense Working Capital Funds. The date of performance completion is April 24, 2017. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM2D1-12-D-8212).
NAVY
Charles Stark Draper Laboratories, Inc., Cambridge, Mass., is being awarded a $236,700,323 firm-fixed-priced, fixed-price-incentive, cost-plus-fixed-fee, cost-plus-incentive-fee contract to provide for Strategic Systems Program alteration material required for the production of the Trident II (D5) Missile guidance system. Work will be performed in Pittsfield Mass. (42.2 percent); Cambridge, Mass. (26.7 percent); Clearwater, Fla. (22.3 percent); El Segundo, Calif. (7.2 percent); and Tarrytown, N.Y. (1.6 percent). Work is expected to be completed Sept. 30, 2016. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Strategic Systems Program, Washington, D.C., is the contracting activity (N00030-12-C-0005).
Research and Engineering Development, L.L.C.*, Lexington Park, Md., is being awarded a $19,986,247 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-10-D-0001) for acquisition, engineering, analysis, development and integration services in support of irregular warfare efforts sponsored by the Naval Air Systems Command, AIR-4.5. Work will be performed in Patuxent River, Md. (80 percent), and various locations outside the United States (20 percent). Work is expected to be completed in December 2012. Contract funds will not expire at the end of the current fiscal year. No funds to be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.
Walbridge Aldinger Co., Detroit, Mich., is being awarded $17,695,000 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N40085-10-D-5331) for water tank replacement at Marine Corps Base, Camp Lejeune. The work to be performed provides for demolition of eight elevated storage tanks and the construction of seven new, elevated storage tanks to replace the demolished tanks. The new, elevated storage tanks will consist of a mix of composite tanks, steel fluted tanks, and a hydropillar style tank. The tanks will range in size from 100,000 gallons to 750,000 gallons. Work will be performed in Jacksonville, N.C., and is expected to be completed by April 2014. Contract funds will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.
Progeny Systems Corp.*, Manassas, Va., is being awarded a $16,238,064 cost-plus-fixed-fee modification to previously awarded contract (N00024-11-C-6296) for Small Business Innovative Research Phase III engineering and technical support services in support of technology infusion methodology for commercial off-the-shelf (COTS) based systems. This effort includes the services involving software development, procurement of COTS products and hardware/software integration for submarine and undersea warfare weapon systems. Work will be performed in Manassas, Va., and is expected to be completed by April 2013. Contract funds in the amount of $16,238,064 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Battelle Memorial Institute, Columbus, Ohio, is being awarded $15,000,000 modification under a previously awarded cost-plus-fixed-fee contract (N62583-11-D-0515) to exercise the first option period for environmental services and technology support at Naval Facilities Engineering Service Center, Port Hueneme. The work to be performed will satisfy overall operational objectives of Navy and Marine Corps installations, and to other federal organizations worldwide. Support services include technology implementation, technical consultation, research and development, testing and evaluation, administrative support, range cleanup, sustainability and management, site operation and maintenance, climate change initiatives, green and sustainable remediation practices development, leadership in environmental and energy design support, and training. No funds will be obligated with this award. After award of this option, the total cumulative contract value will be $30,000,000. No task orders are being issued at this time. Work will be performed at various installations worldwide. Work for this option period is expected to be completed April 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Specialty Center Acquisitions, Port Hueneme, Calif., is the contracting activity.
Remington Arms Company, L.L.C., Ilion, N.Y., was awarded an $83,924,089 firm-fixed-price contract. The award will provide for the procurement of 24,000 M4A1 carbines. Work will be performed in Ilion, with an estimated completion date of April 12, 2017. The bid was solicited through the Internet, with six bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-D-0056).
Ellwood National Forge, Irvine, Pa., was awarded a $58,979,985 firm-fixed-price contract. The award will provide for the procurement of BLU-109 empty case assemblies and containers. Work will be performed in Irvine, Pa., with an estimated completion date of Sept. 30, 2014. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-12-C-0036).
DTI Associates, Inc., Arlington, Va., was awarded a $50,000,000 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. The award will provide for the services in support of theoretical studies and engineering research support. Work location will be determined with each task order, with an estimated completion date of April 18, 2017. Four bids were solicited, with four bids received. The U.S. Army Mission and Installation Contracting Command, White Sands Missile Range, N.M., is the contracting activity (W9124Q-08-D-0802).
Inland Dredging Co., L.L.C., Dyersburg, Tenn., was awarded a $45,000,000 firm-fixed-price contract. The award will provide for the maintenance dredging services in support of navigation projects in Alabama, Mississippi, and Florida. Work location will be determined with each task order, with an estimated completion date of June 2, 2013. The bid was solicited through the Internet, with five bids received. The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-12-D-0023).
CACI-WGI, Chantilly, Va., was awarded a $32,500,000 cost-plus-fixed-fee contract. The award will provide for the services in support of the Joint Improvised Explosive Device Defeat Organization. Work location will be determined with each task order, with an estimated completion date of April 3, 2013. The bid was solicited through the Internet, with six bids received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-08-D-0027).
PCL Construction Services, Inc., Denver, Colo., was awarded a $32,123,257 firm-fixed-price contract. The award will provide for the design and build services for a two-bay phase maintenance dock. Work will be performed in Minot Air Force Base, N.D., with an estimated completion date of Oct. 17, 2014. There were 270 bids solicited, with six bids received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-12-C-0013).
General Dynamics Land Systems, Sterling Heights, Mich., was awarded a $31,073,677 firm-fixed-price contract. The award will provide for the procurement of 46 Abrams M1A2 system enhancement package V2 vehicles. Work will be performed in Lima, Ohio, Scranton, Pa., Anniston, Ala., and Tallahassee, Fla., with an estimated completion date of Nov. 30, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-C-0198).
Raytheon Co., McKinney, Texas, was awarded a $19,727,764 cost-plus-fixed-fee contract. The award will provide for the engineering and manufacturing development phase for the Light Armored Vehicle Anti-Tank Modernization Program. Work will be performed in McKinney and in Goleta, Ga., with an estimated completion date of April 15, 2019. The bid was solicited through the Internet, with two bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-C-0046).
Oshkosh Corp., Oshkosh, Wis., was awarded a $16,090,170 firm-fixed-price contract. The award will provide for the services in support of the Mine Resistant Ambush Protected All-Terrain Vehicle. Work will be performed in Afghanistan, Japan, Germany, and Oshkosh, Wis., with an estimated completion date of Dec. 31, 2012. Five bids were solicited, with five bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-D-0111).
Battelle Memorial Institute, Columbus, Ohio, was awarded a $15,000,000 firm-fixed-price contract. The award will provide for the environmental consulting services for various projects located throughout the Northeastern United States and adjacent waters. Work location will be determined with each task order, with an estimated completion date of April 15, 2017. The bid was solicited through the Internet, with three bids received. The U.S. Army Corps of Engineers, Concord, Mass., is the contracting activity (W912WJ-12-D-0004).
Strata Corp., Grand Forks, N.D., was awarded a $10,777,390 firm-fixed-price contract. The award will provide for the repair services of Runway 11 end keel section, Minot Air Force Base, N.D. Work will be performed in Minot Air Force Base, with an estimated completion date of Aug. 31, 2012. The bid was solicited through the Internet, with five bids received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-12-C-0007).
Greenleaf Construction Co., Inc., Kansas City, Mo., was awarded a $10,544,965 firm-fixed-price contract. The award will provide for the design and construction of an Army Reserve Center at Loveland, Colo. Work will be performed in Loveland, with an estimated completion date of Dec. 1, 2013. The bid was solicited through the Internet, with nine bids received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-12-C-0028).
General Dynamics Lands System, Sterling Heights, Mich., was awarded a $10,000,000 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract for technical services in support of the Abrams Tank Program. Work will be performed in Sterling Heights, with an estimated completion date of Dec. 19, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-07-C-0046).
Intelligent Automation Corp./Honeywell, Poway, Calif., was awarded a $9,900,000 firm-fixed-price, time-and-material contract. The award will provide for the modification of an existing contract to supply aviation diagnostics support services. Work location will be determined with each task order, with an estimated comp letion date of June 2, 2014. The bid was solicited through the Internet, with one bid received. The Aviation Applied Technology Directorate, Fort Eustis, Va., is the contracting activity (W911W6-09-D-0013).
The Boeing Co., Ridley Park, Pa., was awarded a $9,611,350 cost-plus-fixed-fee contract. The award will provide for the addition of a rotor brake system on the Australian Defense Force CH-47 aircraft. Work will be performed in Ridley Park, Pa., with an estimated completion date of April 30, 2015. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-04-G-0023).
TSI Corp., Las Vegas, Nev., was awarded a $7,779,819 firm-fixed-price contract. The award will provide for the services in support of Fort Hood’s Directorate of Public Works. Work location will be determined with each task order, with an estimated completion date of March 31, 2017. The bid was solicited through the Internet, with 15 bids received. The U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-12-D-0012).
Mike Hooks, Inc., Westlake, La., was awarded a $7,700,000 firm-fixed-price contract. The award will provide for the maintenance dredging and disposal services. Work will be performed in Plaquemines Parish, La., with an estimated completion date of Nov. 29, 2012. The bid was solicited through the Internet, with three bids received. The U.S. Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-12-C-0024).
ITT Corp., Clifton, N.J., is being awarded a $47,530,000 firm-fixed-price contract to procure 15 AN/ALQ-211(V); four airborne integrated defensive electronic warfare suites; and two sets of antenna couplers for support production. The effort is in support of the Royal Air Force Oman F-16 C/D model production aircraft. The location of the performance is Clifton, N.J. Work is to be completed by Dec. 31, 2014. WR-ALC/GRWKB, Robins Air Force Base, Ga., is the contracting activity (FA8540-12-C-0014).
Custom Manufacturing & Engineering, Inc., Pinellas Park, Fla., is being awarded an $8,617,312 firm-fixed-price requirements-type contract for the flight control system test set used by all Air Force programs. The flight control system test set tests, calibrates, and trouble shoots weapon systems equipment with reduced vertical separation minimum. The test sets generate regulated pilot and static pressures for evaluating aircraft pneumatic instruments, air data systems, and auxiliary equipment. The location of the performance is Pinellas Park, Fla. Work is to be completed by April 24, 2018. WR-ALC/GRVKBB, Robins Air Force Base, Ga., is the contracting activity (FA8533-12-D-0001).
WASHINGTON HEADQUARTERS SERVICE
Atlas Group, Fairfax, Va., is being awarded a $9,139,591 firm-fixed-price contract to provide technical and program support services for the Office of Small Business Programs in the functional areas of: policy management; congressional liaison; integrated performance management; subcontracting policy and program; workforce development; studies and analysis; Small Business Innovation Research Program; Small Business Technology Transfer Program; Mentor Protege Pilot Program; business and financial management; advocacy, outreach and strategic planning; and the Indian Incentive Program. Work will be performed in Alexandria, Va., with an estimated completion date of April 30, 2017. The bid was solicited through the Internet, with six bids received. Washington Headquarters Service is the contracting activity (HQ0034-12-D-0006).
NAVY
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $68,284,013 modification to the previously awarded cost-plus-incentive-fee F-35 Lightning II Joint Strike Fighter (JSF) Low Rate Initial Production II contract (N00019-07-C-0097) for changes to the configuration baseline hardware or software resulting from the JSF development effort. This modification defines the contractor’s responsibility to incorporate government-authorized changes for the U.S. Air Force conventional take-off and landing and the U.S. Marine Corps short take-off vertical landing aircraft and provides funding for such efforts. Work will be performed in Fort Worth, Texas, and is expected to span multiple years. Contract funds will not expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($37,684,013; 55.2 percent) and the U.S. Navy ($30,600,000; 44.8). 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 $45,900,000 modification to the previously awarded cost-plus-incentive-fee F-35 Lightning II Joint Strike Fighter (JSF) Low Rate Initial Production III contract (N00019-08-C-0028) for changes to the configuration baseline hardware or software resulting from the JSF development effort. This modification defines the contractor’s responsibility to incorporate government-authorized changes for the U.S. Marine Corps and United Kingdom short take-off vertical landing aircraft, and provides funding for such efforts. Work will be performed in Fort Worth, Texas, and is expected to span multiple years. Contract funds will not expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy ($37,500,000; 77.8 percent) and the United Kingdom ($10,200,000; 22.2 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
King Aerospace, Inc., Addison, Texas, is being awarded a not-to-exceed $11,068,310 indefinite-delivery requirements contract for C-9B contractor logistics support services for a quantity of six aircraft. This effort includes base site operations, depot planned maintenance interval inspections and engine shop visits. Funds will be obligated on individual delivery orders as they are issued. Work will be performed in Addison, Texas (38.5 percent); Ardmore, Okla. (35 percent); Whidbey Island, Wash. (14 percent); Cherry Point, N.C. (8 percent); and Miami, Fla. (4.5 percent). Work is expected to be completed in May 2013. This contract was competitively procured via an electronic request for proposals, and two offers were received. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-12-D-0014).
Northrop Grumman Systems Corp., Melville, N.Y., is being awarded an $8,840,092 modification to previously awarded contract (N00024-10-C-5343) for the delivery of AN/SPQ-9B cooperative engagement capability interface kits and antenna group upgrade kits for use on Navy ships. The AN/SPQ-9B radar system provides the capability to detect and track low-flying, high-speed, small radar cross section anti-ship missile targets in heavy clutter environments. Work will be performed in Baltimore, Md. (80 percent); Melville, N.Y. (15 percent); and Norwalk, Conn. (5 percent). Work is expected to be completed by May 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Northrop Grumman Systems Corp., San Diego, Calif., is being awarded an undefinitized contract action with a not-to-exceed ceiling of $262,336,248. The contract provides for the development, manufacture, and test of two vertical take-off and landing tactical unmanned aerial vehicles (VTUAVs); production of six air vehicles; and spare parts in support of the VTUAV endurance upgrade rapid deployment capability effort. Work will be performed in Moss Point, Miss. (47 percent); San Diego, Calif. (46 percent); and Yuma, Ariz. (7 percent). Work is expected to be completed in May 2014. Contract funds in the amount of $24,890,203 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 (N00019-12-C-0059).
Amee Bay, L.L.C.*, Anchorage, Alaska (N65236-12-D-3872); Chugach Federal Solutions, Inc.*, Anchorage, Alaska (N65236-12-D-3873); Client Solution Architects, L.L.C.*, Mechanicsburg, Pa. (N65236-12-D-3874); Imagine One StraCon Venture, L.L.C.*, Fort Worth, Texas (N65236-12-D-3875); and UEC Electronics, L.L.C.*, Hanahan, S.C. (N65236-12-D-3876), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, performance-based, multiple award contracts, with provisions for fixed-price-incentive and firm-fixed-price orders, to provide command, control, communications, computers, combat systems, intelligence, surveillance, reconnaissance (C5ISR) electronics and communications services and solutions in support of mission capabilities within the production, installation and in-service support portfolio to provide integration and test of interoperable C5ISR capabilities that fulfill mission requirements for surface and sub-surface platforms through large-scale integration. These contracts include options, which, if exercised, would bring the cumulative value of these multiple award contracts to a combine estimated $98,000,000. These five contractors may compete for the task orders under the terms and conditions of the awarded contracts. The work will be performed in Charleston, S.C., and is expected to be completed by April 2013. If all options are exercised, work could continue until April 2017. Contract funds will not expire at the end of the current fiscal year. These contracts were competitively procured with proposals solicited and five offers received via the Commerce Business Daily’s Federal Business Opportunities website, and the SPAWAR E-Commerce Central website. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.
DEFENSE LOGISTICS AGENCY
I-Solutions Direct, Inc. (Metals USA), Fort Washington, Pa., was issued a modification exercising the first option year on contract SPM8EG-10-D-0005/P00023. The award is a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity, prime vendor contract with a maximum $29,383,413 for various metal items. Other location of performance is Langhorne, Pa. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were five proposals with three responses. Type of appropriation is fiscal 2012 Defense Working Capital Funds. The date of performance completion is April 22, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
AIR FORCE
Lockheed Martin Mission and Fire Control, Orlando, Fla., is being awarded a $22,390,000 firm-fixed-price contract for seven sniper advanced targeting pods; seven sniper pod upgrades; seven compact multiband data links; seven digital data recorders; one lot of country unique software; one lot of line replaceable unit spares with containers; one lot line replaceable unit containers; one lot bench stock; one sniper O+ tester; one lot sniper support equipment and tools; seven F-16 pylons; one lot country standard technical orders; 60 months contractor logistics support management; 60 months sniper repair and return; one lot contractor on the job training; and one lot of data. The location of the performance is Orlando, Fla. Work is to be completed by April 30, 2017. WR-ALC/GRWKB, Robins Air Force Base, Ga., is the contracting activity (FA8540-12-C-0017).
Champion Energy Services, L.L.C., Houston, Texas, is being awarded a $7,508,180 fixed-price modification contract for providing electricity at Sheppard Air Force Base, Texas. The location of the performance is Sheppard Air Force Base, Texas. Work is to be completed by Sept. 30, 2012. 82d Contracting Squadron/LGCB, Sheppard Air Force Base, Texas, is the contracting activity (FA3002-08-0026-D405, Modification 09).
April 27, 2012
Business / Career