DOD Awarded Contracts
NAVY
Huntington Ingalls Inc., Pascagoula, Miss., is being awarded a $1,514,080,000 fixed-price-incentive modification to previously awarded contract (N00024-06-C-2222) for the procurement of the detail design and construction of Landing Platform Dock ship (LPD 27), it will incorporate the previously purchased long lead time material efforts and the necessary labor and remaining material to efficiently construct the ship. Work will be performed in Pascagoula, Miss. (82 percent), Crozet, Va. (4 percent), Beloit, Wis. (2 percent), and New Orleans, La. (1 percent), with other efforts performed at various sites throughout the United States (11 percent). Work is expected to be completed by June 2017. Contract funds will not expire at the end of the current fiscal year. This contract was awarded on a sole-source basis and was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
CH2M Hill Clark Nexsen Energy Partners, J.V., Englewood, Colo., is being awarded a $60,000,000 firm-fixed-price modification (N62583-11-D-0533) to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for the exercise of option one on July 27, 2011, for engineering and design services for energy efficiency projects and services. This includes shore facilities and utility systems at various locations worldwide. After award of this option, the total cumulative contract value will be $120,000,000. No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps facilities and other government facilities stateside (80 percent), and overseas (20 percent), and is expected to be completed by July 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.
General Dynamics Advanced Information Systems Inc., Fairfax, Va., is being awarded a $27,876,524 cost-plus-incentive-fee modification to previously awarded contract (N00024-09-C-6250) for engineering and technical services in support of the AN/BYG-1 Tactical Control System for U.S. Navy and Royal Australian Navy submarines. Work will be performed in Fairfax, Va., and is expected to be completed by July 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.
BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $16,860,796 modification to previously awarded contract (N00024-11-C-4407) for planned maintenance availability including the planning and execution of a work package that contains major repairs to tanks, flight-deck, aircraft elevators, free-board preservation and painting, and modifications that will update and improve the ship’s military and technical capabilities of the USS Bataan (LHD 5) fiscal 2012 planned maintenance availability. Work will be performed in Norfolk, Va., and is expected to be completed by September 2012. Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.
L-3 Communications Corp., Mission Integration Division, Greenville, Texas, is being awarded a $12,541,126 firm-fixed-price contract for the procurement of four used King Air Model 350 basic aircraft platforms for the U.S. Army, including Rockwell Collins Pro Line 21 integrated avionics systems. Work will be performed in Greenville, Texas, and is expected to be completed in August 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, Lakehurst, N.J., is the contracting activity (N68335-12-C-0338).
Northrop Grumman Systems Corp., Warner Robins Regional Support Center, Warner Robins, Ga., is being awarded a $463,000,000 requirements contract for sustainment of the AN/AAQ-24(V) Large Aircraft Infrared (LAIRCM) system. Work includes depot-level repair of 20 components of the AN/AAQ-24(V) LAIRCM system. The location of the work is Warner Robins, Ga. Work is to be completed by July 26, 2017. Air Force Sustainment Center, Robins Air Force Base, Warner Robins, Ga., is the contracting activity (FA8539-12-D-0003).
Boeing Satellite Systems Inc., El Segundo, Calif., is being awarded a $317,700,000 contract modification to a previously awarded firm-fixed-price contract for WGS Satellite Vehicle 10 (SV10) production, processing, launch, and on-orbit activation. The modification adds an additional satellite to the existing requirements for WGS 7-10. The location of the work is El Segundo, Calif. Work is to be completed by March 31, 2018. Los Angeles Air Force Base, El Segundo, Calif., is the contracting activity (FA8808-10-C-0001, Modification PZ0026).
Lockheed Martin Information Systems and Global Services, Colorado Springs, Colo., is being awarded a $10,100,000 contract modification to upgrade CCIC2S Enterprise and PDS-M Workstations to Windows 7 and Server 2008. The location of the performance is Colorado Springs, Colo. Work is to be completed by Sept. 30, 2014. AFLCMC/HBQK, Peterson Air Force Base, Colo., is the contracting activity (F19628-00-C-0019).
DEFENSE LOGISTICS AGENCY
URS Federal Services Inc., Germantown, Md., was issued a modification exercising first option on contract SP3300-11-C-0012/P00008. The award is a firm-fixed-price, cost-plus-incentive-fee contract, with cost reimbursement, for a maximum $19,397,398 for hazardous materials management services. Other locations of performance are Florida, North Carolina, and California. Using services are Defense Logistics Agency Aviation. There were three responses to the Federal Business Opportunities website solicitation. Type of appropriation is fiscal 2012 Defense Working Capital Funds. The date of performance completion is July 27, 2016. The Defense Logistics Agency Distribution, New Cumberland, Pa., is the contracting activity.
Wellco Enterprises Inc., Morristown, Tenn., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $14,611,417 for Army, temperate weather, combat boots. Other locations of performance are Puerto Rico, and Kentucky. Using military service is Army. Type of appropriation is fiscal 2012 Defense Working Capital Funds. There were seven responses to the Web solicitation. The date of performance completion is July 26, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM1C1-12-D-1053).
McRae Industries Inc.*, Mt. Gilead, N.C., was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $10,753,389 for Army, temperate weather, combat boots. Other location of performance is in Asheboro, N.C. Using military service is Army. Type of appropriation is fiscal 2012 Defense Working Capital Funds. There were two responses to the Web solicitation. The date of performance completion is July 26, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM1C1-12-D-10550).
The Missile Defense Agency is announcing the award of a sole-source cost-plus-incentive-fee contract action to Raytheon Missile Systems Co., Tucson, Ariz., under contract HQ0276-10-C-0005, modification P00030. The total value of this effort is $925,000,138, increasing the total contract value from $583,363,315 to $1,508,363,453. Under this modification, the contractor will perform Standard Missile-3 Block IIA all up round development and integration through critical design review and flight test support. The work will be performed in Tucson, Ariz. The performance period is from July 27, 2012, through Feb. 28, 2017. Fiscal 2012 Research, Development, Test and Evaluation funds will be used to incrementally fund this effort. Contract funds will not expire at the end of the current fiscal year. The Missile Defense Agency, Dahlgren, Va., is the contracting activity.
DEFENSE LOGISTICS AGENCY
Graybar Electric Co., Inc., St. Louis, Mo., was issued a modification exercising seventh option on contract SPM500-04-D-BP11/P00032. The award is a firm-fixed-price contract with a maximum $346,336,472 for maintenance, repair, and operations prime vendor support for the South Central Region, Zone 1. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were six responses to the Web solicitation. Type of appropriation is fiscal 2012 through 2013 Defense Working Capital Funds. The date of performance completion is July 28, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
SupplyCore, Inc.*, Rockford, Ill., was issued a modification exercising the seventh option on contract SPM500-04-D-BP10/P00025. The award is a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract with a maximum $222,251,558 for maintenance, repair, and operations supplies contract for North Central Region. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were six responses to the Web solicitation. Type of appropriation is fiscal 2012 through 2013 Defense Working Capital Funds. The date of performance completion is July 28, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
Science Applications International Corp., Fairfield, N.J., was issued a modification exercising the seventh option on contract SPM500-04-D-BP12/P00027. The award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum $163,607,840 for maintenance, repair, and operations supplies and related services for South Central Region, Zone 2. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were six responses to the Web solicitation. Type of appropriation is fiscal 2012 through 2013 Defense Working Capital Funds. The date of performance completion is July 28, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
Raytheon Co., McKinney, Texas, is being awarded a $22,534,680 firm-fixed-price modification to existing basic ordering agreement (N00164-12-G-JQ66) for 24 Multi-Spectral Targeting Systems. This acquisition is for Multi-Spectral Targeting Systems that will be used by Navy MH-60R helicopters. The system is an airborne, electro-optic, forward-looking infra-red, turreted sensor package that provides long-range surveillance, high altitude target acquisition, tracking, range-finding, and laser designation, and for all tri-service and NATO laser guided munitions. Work will be performed in McKinney, Texas, and is expected to be completed by October 2013. Contract funds will not expire at the end of the current fiscal year. Naval Surface Warfare Center, Crane, Ind., is the contracting activity.
Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $22,222,411 modification to a previously awarded cost-plus-fixed-fee contract (N00019-08-C-0025) for non-recurring engineering efforts for the beyond line of sight communications system associated with the CV-22 aircraft Block 20 Upgrade Program. Efforts to be provided include engineering design, integration and testing of an improved Air Force CV-22 communications system for trans-oceanic air traffic control and tactical communications. Work will be performed in Philadelphia, Pa. (99 percent), and Amarillo, Texas (1 percent), and is expected to be completed in December 2015. Contract funds in the amount of $79,188 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Satterfield & Pontikes Construction, Inc., Austin, Texas, is being awarded a $19,096,000 firm-fixed-price contract for construction of the medical clinic replacement at Naval Construction Battalion Center Gulfport. Work to be performed provides for the construction of a new branch clinic patient care facility, which includes a medical clinic and a dental clinic. Buildings 295 and 369, and the existing car wash, located on the project site, will be demolished as part of this project. A new car wash will be designed at a new location. Work will be performed in Gulfport, Miss., and is expected to be completed by August 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with eight proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-12-C-0754).
Lockheed Martin Maritime Systems and Sensors, Manassas, Va., is being awarded an undefinitized, not-to-exceed $7,500,000 modification to previously awarded contract (N00024-09-C-6247) for the procurement of two integrated submarine imaging system augment low profile photonics masts. The integrated submarine imaging system provides mission critical, all weather, visual, and electronic search, digital image management, indication, warning, and platform architecture interface capabilities for attack submarine nuclear propulsion SSN 688 (Los Angeles-class), SSN 21 (Seawolf-class); submersible, ship, guided, nuclear Ohio-class; and SSN 774 (Virginia-class) submarines with potential for ship, submersible, ballistic, nuclear (Trident-class); and potentially other submarines. The integrated submarine imaging system rolls-up existing components and near-term capabilities to provide a robust architecture for efficiently inserting future capabilities as they become available, including items leveraged from the Virginia-class photonics program. Work will be performed in Northampton, Mass. (80 percent), and Manassas, Va. (20 percent), and is expected to be completed by June 2014. Contract funds will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington Navy Yard, D.C. is the contracting activity.
AIR FORCE
Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $199,303,678 firm-fixed-price, time-and-material, cost-plus-fixed-fee contract to provide the government of Iraq with 18 F-16 C/D Block 52 multi-role fighter aircraft (12 C models and six D models); support equipment; technical orders; integrated logistics support; and contractor logistics support. This award is part of the Foreign Military Sales Program. The location of the performance is the Fort Worth, Texas. Work is to be completed by May 30, 2018. ASC/WWMK,Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8615-12-C-6012).
Jacobs Technology, Inc., Lincoln, Mass., is being awarded an $11,012,039 time-and-material, cost-reimbursement contract to provide direct mission support professional engineering services in support of both the Air Operations Center Weapon System and the Theater Battle Management Core Systems-Force Level Program Offices. The location of the performance is Lincoln, Mass. Work is to be completed by Sept. 30, 2013. AFLCMC/HSGK, Hanscom Air Force Base, Mass., is the contracting activity (FA8707-12-F-0030).
The Missile Defense Agency is announcing the award of a competitive contract combining cost-plus-award-fee, cost-plus-incentive-fee, and fixed-price-incentive-fee, to Raytheon Co., Integrated Defense Systems, Woburn, Mass. The total value of this contract is estimated at $125,343,763. This contract also contains options, which, if exercised, will increase the cumulative contract value to $176,084,507. Under this contract, the contractor will upgrade the Early Warning Radar (EWR) at Clear Air Force Station (AFS), Alaska, with an option to upgrade the EWR at Cape Cod AFS, Mass. Work will be performed at Woburn, Mass., with subsequent efforts performed at Beale Air Force Base (AFB), Calif.; Peterson AFB, Colo.; Redstone Arsenal, Ala.; Clear AFS, Alaska; and, if the option is exercised, Cape Cod AFS, Mass. The performance period is from July 25, 2012 through Sept. 30, 2017. This contract was competitively procured via publication on the Federal Business Opportunities website with only one proposal received. This is a joint Missile Defense Agency/Air Force effort and will be funded by fiscal 2012 through 2017 Missile Defense Agency Research, Development, Test, and Evaluation (RDT&E) funds, and Air Force Other Procurement funds. Fiscal 2012 RDT&E incremental funding in the amount of $8,840,477, and Air Force procurement funding in the amount of $19,150,772, is obligated at this time. The Missile Defense Agency, Huntsville, Ala., is the contracting activity (HQ0147-12-C-0014).
NAVY
The Boeing Co., Seattle, Wash., is being awarded a $107,100,000 modification to a previously awarded fixed-price-incentive-firm contract (N00019-09-C-0022) to provide additional funding for long-lead materials in support of the manufacture and delivery of 11 P-8A Low Rate Initial Production III aircraft. Work will be performed in Seattle, Wash. (63.8 percent); Greenlawn, N.Y. (11.7 percent); Baltimore, Md. (11 percent); North Amityville, N.Y. (8.2 percent); and McKinney, Texas (5.3 percent). Work is expected to be completed in May 2015. 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.
The Boeing Co., Seattle, Wash., is being awarded a $28,220,216 modification to a previously awarded fixed-price-incentive-firm contract (N00019-09-C-0022) for 22 flight management system trainers; 44 mission systems desktop trainers; two desktop training environments; and updates to the instructional system’s design for courseware for the Air Combat Training Continuum in support of the P-8A Multi-Mission Maritime aircraft. In addition, this modification provides for all spares, support, and tools associated with these training devices and non-destructive inspection, training devices and courseware. Work will be performed in Seattle, Wash. (48.2 percent); St. Louis, Mo. (35.8 percent); Jacksonville, Fla. (10.9 percent); Bloomington, Ill. (3.2 percent); Anaheim, Calif. (0.8 percent); Dallas, Texas (0.8 percent); and Wichita, Kan. (0.3 percent). Work is expected to be completed in June 2014. Contract funds in the amount of $25,472,459 will expire at the end of the current fiscal year. The Naval Air System Command, Patuxent River, Md., is the contracting activity.
BAE Systems Land & Armaments, L.P., Armament Systems Division, Louisville, Ky., is being awarded a $25,748,629 cost-plus-fixed-fee task order to previously awarded basic ordering agreement (N00024-07-G-5438) for two 5-inch/62 MK 45 gun mount upgrades. Work will be performed in Louisville, Ky., and is expected to complete in September 2014. Contract funds will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head, Md., is the contracting activity.
Coast Produce*, Los Angeles, Calif., was issued a modification exercising third option on contract SPM300-08-D-P020/P00008. The award is a fixed-price with economic price adjustment contract with a maximum $19,650,000 for fresh fruit and vegetable support. There are no other locations of performance. Using services are Army, Navy, Marine Corps, and Department of Agriculture reservation customers. There were six responses to the Defense Logistics Agency Internet Bid Board System solicitation. Type of appropriation is fiscal 2012 through fiscal 2014 Defense Working Capital Funds. The date of performance completion is Jan. 31, 2014. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
Thales Communications, Inc., Clarksburg, Md., was issued a modification on contract SPRBL1-11-D-0035. The modification adds 34 Defense Logistics Agency-managed National Stock Numbered items to the contract. The award is a firm-fixed-price, sole-source contract with a maximum $40,000,500 for radio system components. There are no other locations of performance. Using service is federal civilian agencies. Type of appropriation is Department of Defense Working Capital Funds. The date of performance completion is Aug. 26, 2016. The Defense Logistics Agency Land, Aberdeen, Md., is the contracting activity.
NAVY
Systems Engineering Associates Corp., Middletown, R.I., is being awarded a $29,402,044 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide lab support services, fabrication, repair, installation and maintenance services in support of submarine imaging, electronic warfare, communication, antenna, and special project programs. Funds in the amount of $2,203,000 are obligated at time of award. Work will be performed in Newport, R.I. (51 percent), and Middletown, R.I. (49 percent), and is expected to complete by April 2015. Contract funds will not expire at the end of the current fiscal year. This contract was awarded under competitive procedures. Naval Undersea Warfare Center Division Newport, Newport, R.I., is the contracting activity. (N66604-12-D-1068)
Oklahoma State University/University Multispectral Laboratory, Ponca City, Okla., is being awarded a $13,639,889 indefinite-delivery/indefinite-quantity, cost-plus-fixed fee, performance-based contract to provide services that bring together research, practical application, and the integration of hardware and software to execute testing and evaluation of sensors and related technologies to fulfill warfighter requirements. This contract includes options, which, if exercised, would bring the cumulative value to an estimated $49,000,000. Work will be performed in Ponca City, Okla., and is expected to be completed by July 2013. If all options are exercised, work could continue until July 2015. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-12-D-3825).
July 30, 2012
Business / Career