DOD Awarded Contracts
DEFENSE LOGISTICS AGENCY
Treen Box and Pallet*, Bensalem, Pa., was awarded a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $48,000,000 for wooden pallets, material handling. There are no other locations of performance. Using service is Defense Logistics Agency Distribution. There were 12 solicitations with 23 responses. Type of appropriation is fiscal 2012 Defense Working Capital Funds. The date of performance completion is May 11, 2014. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM8EF-12-D-0003).
Labrepco, Inc.*, Horsham, Pa., was awarded a fixed-price with economic price adjustment contract with a maximum $13,319,198 for blood bank refrigerators, laboratory equipment and accessories. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were 99 proposals with 79 responses. Type of appropriation is fiscal 2012 Defense Working Capital Funds. The date of performance completion is June 8, 2017. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM2DH-12-D-8214).
L-3 Service, Inc., Mount Laurel, N.J., is being awarded a $12,490,000 cost-plus-fixed-fee contract for engineering services in support of the Joint Precision Approach and Landing Systems and the Navy unmanned combat aerial systems programs. Services to be provided include requirements definition and analysis; prototyping; test and evaluation; technical assistance; system analysis; engineering; software development, integration and maintenance; test data acquisition; reduction and analysis; technical logistic support; configuration management; training support; and program and project management. Work will be performed in St. Inigoes, Md. (95 percent); Providence, R.I. (3 percent); and Chicago, Ill. (2 percent). Work is expected to be completed in October 2012. Contract funds will not 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, Patuxent River, Md., is the contracting activity (N00421-12-C-0048).
AIR FORCE
Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded a $12,437,659 (face value) firm-fixed-price and modification contract for the order of 4,592 Defense Advanced GPS Receiver (DAGR) units and assorted accessories through the exercise of 30 corresponding options on the DAGR follow-on contract. The location of the performance is Coralville, Iowa. Work is to be completed by May 2013. SMC/GPK, El Segundo, Calif., is the contracting activity (FA8807-09-C-0002, P00029).
NAVY
Raytheon Co., Tucson, Ariz., is being awarded a $337,840,145 firm-fixed-price contract for the procurement of 361 Tomahawk Block IV All-Up-Round missiles for the Navy. The Tomahawk Block IV missile is capable of launch from surface ships equipped with the Vertical Launch System (VLS) and submarines equipped with the Capsule Launch System (CLS). This effort provides for the procurement of 238 VLS missiles and 123 CLS missiles. Work will be performed in Tucson, Ariz. (32 percent); Camden, Ark. (11 percent); Ogden, Utah (8 percent); Anniston, Ala. (4 percent); Minneapolis, Minn. (4 percent); Fort Wayne, Ind. (4 percent); Glenrothes, Scotland (4 percent); Dallas, Texas (4 percent); Spanish Fork, Utah (3 percent); Vergennes, Vt. (3 percent); Walled Lake, Mich. (2 percent); Berryville, Ark. (2 percent); El Segundo, Calif. (2 percent); Westminster, Colo. (2 percent); Middletown, Conn. (2 percent); Huntsville, Ala. (1 percent); Farmington, N.M. (0.2 percent); and various locations inside and outside the continental United States (11.8 percent). Work is expected to be completed in August 2014. Contract funds will not 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 Systems Command, Patuxent River, Md., is the contracting activity (N00019-12-C-2000).
Huntington Ingalls Industries, Inc., Pascagoula, Miss., is being awarded a $17,334,110 cost-plus-award-fee/cost-plus-fixed-fee with performance incentives contract for DDG 51-class follow yard services. The follow yard services provides necessary engineering, technical, material procurement and production support; configuration; class flight upgrades and new technology support; data and logistics management; lessons learned analysis; acceptance trials; post delivery test and trials; post shakedown availability support; reliability and maintainability; system safety program support; material and fleet turnover support; shipyard engineering team; turnkey; crew indoctrination, design tool/design standardization, detail design development, and other technical and engineering analyses for the purpose of supporting DDG 51 class ship construction and test and trials. In addition, DDG 51 class follow-yard services may provide design, engineering, procurement and manufacturing/production services to support design feasibility studies and analyses that modify DDG 51 class destroyers for Foreign Military Sales programs sponsored by the Department of the Navy and the Department of Defense. Work will be performed in Pascagoula, Miss. (98 percent), and Washington, D.C. (2 percent), and is expected to be completed by February 2013. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-12-C-2312).
MISSILE DEFENSE AGENCY
The Missile Defense Agency is announcing the award of a contract modification (P00032) to Lockheed Martin Mission Systems and Sensors, Moorestown, N.J., under the HQ0276-10-C-0003 contract. The total value of this ceiling increase is $9,844,937, increasing the total contract value from $187,568,844 to $197,413,781. Under this modification, the contractor will provide Aegis Ashore Engineering Agent Phase 2B support for the Host Nation 1 skids and skids accessories. Work will be performed in Moorestown, N.J., and Akron, Ohio. The performance period is from date of award through Oct. 31, 2013. Fiscal 2012 Research, Development, Test and Evaluation funds in the amount of $6,889,542 will be used to incrementally fund this effort. Contract funds will not expire at the end of the current fiscal year. This is not a Foreign Military Sales acquisition. The Missile Defense Agency, Dahlgren, Va., is the contracting activity.
AAR Airlift Group, Inc., Palm Bay, Fla., is being awarded a $104,155,083 option year modification for fixed wing aircraft, personnel, equipment, tools, material, maintenance, and supervision necessary to perform passenger and cargo air transportation services. Work will be performed in Afghanistan. Option will start June 1, 2012, to be completed by May 31, 2012. This contract was a competitive acquisition. U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-10-D-R016).
Berry Aviation, Inc., San Marcos, Texas, is being awarded a $31,372,983 option year modification for fixed wing aircraft, personnel, equipment, tools, material, maintenance, and supervision necessary to perform passenger and cargo air transportation services. Work will be performed in Afghanistan. Option will start June 1, 2012, to be completed by May 31, 2012. This contract was a competitive acquisition. U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-10-D-R018).
AIR FORCE
Cessna Aircraft Co., Wichita, Kan., is being awarded a $12,377,992 (face value) firm-fixed-price contract to purchase four C-208B aircraft for the Special Defense Acquisition Fund inventory, as well as training for 16 pilots, and 14 maintainers for future international partner needs by exercising the option against the subject contract. The location of the performance is Wichita, Kan. Work is to be completed by Nov. 30, 2013. ASC/WNZI, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8617-11-C-6209 P0009).
DEFENSE LOGISTICS AGENCY
Oshkosh Corp., Oshkosh, Wis., was awarded a fixed-price with economic price adjustment contract with a maximum $382,500,000 for procurement of commercial type fire and emergency vehicles. Other locations of performance are throughout Wisconsin. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were 24 proposals with 24 responses. Type of appropriation is fiscal 2012 through 2017 Defense Working Capital Funds. The date of performance completion is June 5, 2017. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM8EC-12-D-0009).
IPC (USA), Inc., Irvine, Calif.*, was awarded a fixed-price with economic price adjustment contract with a maximum $67,717,280 for various fuel products. There are no other locations of performance. Using services are Army, Navy, Air Force and federal civilian agencies. There were 43 responses to the Federal Business Opportunities proposal. Type of appropriation is fiscal 2012 Defense Working Capital Funds. The date of performance completion is June 30, 2015. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-12-D-4512).
Benco Dental Co., Pittston, Pa., was issued a modification exercising the first option year on contract SPM2DE-11-D-7454/P00004. The award is a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $31,346,173 for distribution of general dental supplies. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were 14 responses to the Web solicitation. Type of appropriation is fiscal 2012 through 2013 Defense Working Capital Funds. The date of performance completion is June 13, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
NAVY
Aliron International, Inc.*, Bethesda, Md. (N62645-12-D-5027); Aloha Health, J.V., L.L.C.*, Honolulu, Hawaii (N62645-12-D-5028); Concentric Methods*, Manassas, Va. (N62645-12-D-5029); InGenesis, Inc.*, San Antonio, Texas (N62645-12-D-5030), Matrix Providers, Inc.*, Monument, Colo. (N62645-12-D-5031); and Prairie Band Health Service*, Mayetta, Kan. (N62645-12-D-5032), are each being awarded a firm-fixed-priced, indefinite-delivery/indefinite-quantity, multiple award task order contract for various physician services. These services include, but are not limited to, primary care, emergent care, specialty care, podiatry, clinical psychology and optometry. The aggregate not-to-exceed amount for these multiple award contracts combined is $99,978,485 and each of the companies will have the opportunity to bid on individual task orders. Work will be performed at naval military treatment facilities and their associated branch clinics in the Western United States to include: Naval Hospital Camp Pendleton, Calif. (39 percent); Naval Health Clinic Hawaii (20 percent); Naval Hospital Lemoore, Calif. (15 percent); Naval Medical Center San Diego, Calif. (13 percent); Naval Hospital Oak Harbor and Naval Hospital Bremerton, Wash. (7 percent); Naval Branch Health Clinic Yuma, Ariz. (2 percent); Naval Hospital Twentynine Palms, Calif. (2 percent); and Naval Branch Health Clinic Fallon, Nev. (2 percent). Work performed under these contracts, with options exercised, will continue through Sept. 30, 2017. Funding is predominantly from the Defense Health Program; however, other funding initiatives such as Psychological Health/Traumatic Brain Injury, Overseas Contingency Operations and Wounded, Ill, and Injured may be used. These are all one-year funding types. These contracts were solicited via a multiple award electronic request for proposals as a 100-percent small business set-aside; 29 offers were received. The Naval Medical Logistics Command, Fort Detrick, Md., is the contracting activity.
Raytheon Intelligence and Information Systems, Dulles, Va., is being awarded a $27,883,883 cost-plus-incentive-fee, firm-fixed-price contract for efforts required to complete Linux transition on the tactical control system software for vertical take-off unmanned air vehicle ground control stations. The work will be performed at the Naval Air Station, Patuxent River, Md., and is expected to be completed in February 2014. This contract was not competitively procured pursuant to FAR 6.302-1. Contract funds in the amount of $5,175,075 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-12-C-0102).
Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded a $10,094,151 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0069) to exercise an option for the procurement of 81 RT-1990(C)/ARC receiver-transmitters for C-130H real time information in the cockpit. In addition, this option provides for the procurement of 74 MT-6567/ARC mounting bases; 74 MT-7006/ARC amplifier mounts; 81 AM-7526/ARC high power amplifiers; and 81 MX-11745/ARC low noise amplifier diplexers with high power radio frequency switches. The work will be performed in Cedar Rapids, Iowa, and is expected to be completed in December 2013. The applicable fiscal 2012 National Guard and Reserve Equipment 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.
Science Applications International Corp., McLean, Va., is being awarded a $31,715,771 (face value) firm-fixed-price and modification contract to extend the GPS systems engineering and integration contract by nine months. The location of the performance is McLean, Va. Work is to be completed by March 7, 2013. Air Force Space & Missile and Missile Systems Center, Global Positioning Systems Directorate, GPK, El Segundo, Calif., is the contracting activity (FA8807-12-C-0010-P00001).
MISSILE DEFENSE AGENCY
The Missile Defense Agency is announcing the award of a sole-source letter contract to Lockheed Martin Space Systems Co. (LMSSC), Sunnyvale, Calif., as an undefinitized contract action (UCA) at a total not-to-exceed price of $2,023,590,000. This award is made under the existing Terminal High Altitude Area Defense (THAAD) production contract HQ0147-07-C-0196. Under this contract, LMSSC will supply a minimum of 42 THAAD interceptors, Lots 3 and 4. The government intends to combine this procurement with the Foreign Military Sales for the United Arab Emirates procurement of 96 interceptors, previously synopsized as an UCA under basic ordering agreement HQ0147-12-G-9000, in order to gain synergy cost savings. This UCA covers the combined procurement of a minimum of 138 interceptors. This work will be managed in Sunnyvale, Calif., with final assembly performed in Troy, Ala. The performance period extends from June 4, 2012 through July 31, 2018. This action was synopsized as a sole-source requirement to LMSSC in Federal Business Opportunities; one response was received. Definitization of the UCA is anticipated no later than Nov. 30, 2012. The Missile Defense Agency, THAAD Program Office, Redstone Arsenal, Ala., is the contracting activity.
The Boeing Co., Seattle, Wash., is being awarded a $66,814,404 (face value) firm-fixed-price foreign military sales contract for the installation and check out of Group A and B radar system improvement kits for the Royal Saudi Air Force fleet of five Airborne Warning and Control System aircraft. This exercises existing priced options. The locations of the performance are Seattle, Wash. (30 percent); Baltimore, Md. (20 percent); and Riyadh, Kingdom of Saudi (50 percent). Work is to be completed by Jun 15, 2015. ESC/HBSK, Hanscom Air Force Base, Mass., is the contracting activity (F19628-01-D-0016, Delivery Order 0080).
Booz Allen Hamilton, Inc., Hendon, Va., is being awarded a $21,145,243 (face value) cost-plus-fixed-fee, indefinite-delivery, and requirements contract for research and development in order to complete survivability technology and vulnerability of threat assessments, risk assessments and forecast reports, and the survivability and vulnerability resource analysis report. The contractor logistics support sustainment division will use these scientific and technical information reports to create a single, all-hazards program focus that shall minimize the vulnerability of Department of Defense. The location of the performance is McLean, Va. Work is to be completed Sept. 5, 2013. ESG/PKS DTIC, Offutt Air Force Base, Neb., is the contracting activity (SP0700-03-D-1380, Delivery Order 0454).
Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $19,154,000 (face value) cost-plus-fixed-fee contract for automatic backup oxygen supply in the F-22 Life Support System. Effort includes 40 retrofit kits, plus nonrecurring engineering, and 10 spares. The location of the performance is Marietta, Ga. Work is to be completed April 30, 2013. ASC/WWUK, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8611-08-C-2897 P00145).
NAVY
Ultra Electronics, Braintree, Mass., is being awarded a $49,200,000 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee/firm-fixed-price provisions for TR-317/353 submarine transducers. The TR-317/353 submarine transducers detect and localize targets by active sonar and are installed in the main hull-mounted active spherical array on submarines. Large numbers of these transducers are stocked by the Navy to support fleet requirements for new and restored units. Work will be performed in Braintree, Mass., and is expected to be completed by December 2016. Fiscal 2011 Other Procurement Navy funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Undersea Warfare Center Division, Newport, R.I., is the contracting activity (N66604-12-D-0358).
The Boeing Co., St Louis, Mo., is being awarded a $20,258,296 firm-fixed-price delivery order 0010 under a previously awarded performance based logistics contract (N00383-07-D-001J) for various quantities of repairs and new spare parts to support the AV-8 aircraft. Work will be performed in St. Louis, Mo., and is expected to be completed June 6, 2015. The applicable Navy Working Capital Funds will not expire before the end of the current fiscal year. This requirement was not competitively procured. The NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity (N00383-07-D-001J).
T.B. Penick & Sons, Inc., San Diego, Calif., is being awarded $18,236,607 for firm-fixed-price task order 0006 under a previously awarded multiple award construction contract (N62473-10-D-5412) for design and construction of a child development center at Marine Corps Air Ground Combat Center, Twentynine Palms. The project will provide a new facility for infants, pre-toddlers, toddlers, and pre-school aged children of military and civilian personnel. The task order also contains one planned modification, which, if exercised, would increase cumulative task order value to $19,390,935. Work will be performed in Twentynine Palms, Calif., and is expected to be completed by December 2013. Contract funds will not expire at the end of the current fiscal year. Eight proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.
The Boeing Co., Huntington Beach, Calif., is being awarded a $10,237,396 cost-plus-fixed-fee contract to provide TRIDENT II (D5) navigation test equipment upgrade. Work will include: upgrade test equipment for theodolites; drift test station binnacle overhaul kits and necessary contingency replenishment items and program plan; electrostatically supported gyro container power supply strategic systems programs alteration (SPALT); resolver replacement; network board SPALT; and TR-C5 A/C 1/6 software SPALT. This contract contains options, which, if exercised, will bring the contract value to $15,604,616. Work will be performed in Huntington Beach, Calif. (96.4 percent), and Heath, Ohio (3.6 percent), and is expected to be completed June 30, 2015. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-12-C-0026).
Exxon Mobile Fuels Marketing Co., Fairfax, Va., was awarded a fixed price with economic price adjustment contract with a maximum $42,886,355 for aviation turbine fuel. Other location of performance is Augusta, Italy. Using service is Defense Logistics Agency Energy. There were 11 responses to the Federal Business Opportunities solicitation. Type of appropriation is fiscal 2012 Defense Working Capital funds. The date of performance completion is July 30, 2013. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-12-D-0486).
June 18, 2012
Business / Career