DOD Awarded Contracts
AIR FORCE
Launch Systems Group, Chandler, Ariz. (FA8818-08-D-0036 P00008); ATK Launch Systems Incorporated, Corrine, Utah (FA8818-08-D-0037 P00007); L-3 Communications Corp, Orlando, Fla. (FA8818-08-D-0038 P00020) and Space Vector Corporation, Chatsworth, Calif. (FA8818-08-D-0039 P00006) are individually being awarded a unilateral $125,000,000 contract modification for the Sounding Rocket Program. The location of the performance is at each individual contractor’s location listed above. Work is to be completed by March 17, 2015. The contracting activity is AFSPC SMC/PKTN, Kirtland Air Force Base, N.M.
Lockheed Martin Corp., of Marietta, Ga. (FA8625-11-C-6597-P00127) has been awarded an $83,000,000 contract modification for one C-130J production aircraft. The location of the performance is Lockheed Martin Corp. of Marietta, Ga. The work is expected to be completed by July 31, 2015. AFLMC/WLNNC, Wright-Patterson Air Force Base, Dayton, Ohio is the contracting activity. One hundred precent foreign military sales to Norway.
Bristlecone Ventures LLC of Manor, Texas (FA4855-12-C-0004-P00003) is being awarded a $9,521,902 contract modification to exercise the option for phase four of the Counter Improvised Explosive Device Military Operations in Urban Terrain Training Complex at Melrose Air Force Range. The location of the performance is Melrose Air Force Range in Floyd, N.M. The work is to be completed by Oct. 3, 2013. The contracting activity is the 27th Special Operations Contracting Squadron, Cannon Air Force Base, N.M.
Northrop Grumman Space and Mission Systems Corp. of San Diego, Calif. (FA8726-09-C-0010 P00056) is being awarded a $7,160,966 contract modification for operational improvements to the battlefield airborne communications node payload. The location of the performance is Northrop Grumman Space and Mission Systems Corp. of San Diego, Calif. Work is to be completed by May 31, 2013. The contracting activity is AFLCMC/HNAK, Hanscom Air Force Base, Mass.
General Atomics Aeronautical Systems of Poway, Calif. (FA8620-10-G-3038 0013) is being awarded an $87,338,761 firm fixed price, cost plus fixed fee contract for MQ-9 Reaper FY10/11 Retrofit Kits and Installations for up to 80 aircraft. The location of the performance is Poway, Calif. Work is to be completed by Aug. 17, 2016. The contracting activity is AFLCMC/WIIK, Wright-Patterson Air Force Base, Ohio.
James Talcott Construction Inc., Great Falls, Mont., (W912DW-12-D-1006); Wade Perrow Construction LLC, Gig Harbor, Wash., (W912DW-12-D-1007); Pease Construction Inc., Lakewood, Wash., (W912DW-12-D-1009); Cherokee General Corporation, Federal Way, Wash., (W912DW-12-D-1008); and Pacific NICC JV LLC, Falls Church, Va., (W912DW-12-D-1010); were awarded a $24,900,000 firm-fixed-price multiple-award-task-order contract. The award will provide for the construction, repair and renovation projects on Joint Base Lewis-McChord, Wash. Work location will be determined with each task order, with an estimated completion date of Aug. 6, 2014. The bid was solicited through the Internet, with 35 bids received. The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity.
Big-D Construction, Salt Lake City, Utah, was awarded a $22,608,566 firm-fixed-price contract. The award will provide for the design and build of a Life Science Test Facility at Dugway Proving Grounds, Utah. Work will be performed in Dugway Proving Grounds, with an estimated completion date of Jan. 28, 2015. The bid was solicited through the Internet, with 14 bids received. The U.S. Army Corps of Engineers, Sacramento, Calif., is the contracting activity (W91238-12-C-0024).
SRC Inc., North Syracuse, N.Y., was awarded a $24,545,088 cost-plus-fixed-fee contract. The award will provide for the necessary services in support of the Network Enhancing Sensing Construct. Work will be performed in North Syracuse, with an estimated completion date of Aug. 3, 2015. The bid was solicited through the Internet, with 35 bids received. The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-12-C-A220).
Thales Raytheon Systems, Fullerton, Calif., was awarded a $21,668,448 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure Improved Sentinel Kits. Work will be performed in Fullerton, with an estimated completion date of Sept. 30, 2014. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-11-C-0314).
Manson Construction Co., Seattle, Wash., was awarded a $21,490,000 firm-fixed-price contract. The award will provide for the necessary services in support of the Craney Island Eastward Expansion. Work will be performed in Portsmouth, Va., with an estimated completion date of Dec. 29, 2012. Three bids were solicited, with three bids received. The U.S. Army Corps of Engineers, Norfolk, Va., is the contracting activity (W91236-12-C-0041).
White’s Paint Blast, Texarkana, Texas, was awarded a $21,082,239 firm-fixed-price contract. The award will provide for trailer overhaul services. Work will be performed in Texarkana, with an estimated completion date of July 26, 2015. The bid was solicited through the Internet, with two bids received. The U.S. Army Contracting Command, Texarkana, Texas, is the contracting activity (W911RQ-12-D-0014).
Dell Federal Systems, Round Rock, Texas, was awarded a $21,048,440 firm-fixed-price contract. The award will provide for the procurement of hardware to support the life-cycle replacement program under the direction of the Science Engineering Center. Work will be performed in Round Rock, with an estimated completion date of Sept. 20, 2012. Six bids were solicited, with six bids received. The U.S. Army Corps of Engineers, Vicksburg, Miss., is the contracting activity (W91QUZ-06-D-0002).
EADS-NA, Herndon, Va., was awarded a $19,811,574 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure contractor logistic support for the UH-72A program. Work will be performed in Columbus, Miss., with an estimated completion date of Dec. 31, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0194).
S&S Coatings Inc., Spokane, Wash., was awarded an $18,271,224 firm-fixed-price contract. The award will provide for the necessary services in support of the Garrison Dam Spillway Rehabilitation. Work will be performed in Riverdale, N.D., with an estimated completion date of April 5, 2016. 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-0046).
MIRA Facilities Management 2 LLC, El Paso, Texas, (W912BV-12-D-0024); QRI-GMI JV, Baton Rouge, La., (W912BV-12-D-0025); and Stell Environmental Enterprises Inc., Elverson, Penn., (W912BV-12-D-0026); were awarded a $18,000,000 firm-fixed-price multiple-award-task-order contract. The award will provide for the environmental services in southwest United States. Work location will be determined with each task order, with an estimated completion date of Aug. 7, 2017. The bid was solicited through the Internet, with 15 bids received. The U.S. Army Corps of Engineers, Tulsa, Okla., is the contracting activity.
Weston Solutions, Houston, Texas, was awarded a $17,223,000 firm-fixed-price contract. The award will provide for the services in support of the Houston-Galveston Navigation Channel. Work will be performed in Channelview, Texas, with an estimated completion date of June 25, 2013. The bid was solicited through the Internet, with three bids received. The U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912BV-08-D-2012).
Flintco LLC, Tulsa, Okla., was awarded a $16,915,000 firm-fixed-price contract. The award will provide for the construction of a new Air Traffic Control Tower located at March Air Reserve Base, Calif. Work will be performed in March ARB, with an estimated completion date of Jan. 12, 2015. The bid was solicited through the Internet, with four bids received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-12-C-0048).
ARINC Engineering Services LLC, Annapolis, Md., was awarded a $16,861,818 cost-plus-award-fee contract. The award will provide for the contractor logistic support for the OH58 and Bell Jet Ranger aircraft. Work will be performed in Iraq, with an estimated completion date of July 31, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-11-C-0088).
BAE Systems Land & Armament s LP, York, Penn., was awarded a $16,543,762 firm-fixed-price contract. The award will provide for the procurement of L-ROD bar armor kits. Work will be performed in York, with an estimated completion date of Aug. 31, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-08-D-0041).
Trend Construction Inc., Orlando, Fla., was awarded a $16,500,000 firm-fixed-price contract. The award will provide for construction services. Work will be performed in Fort Gordon, Ga., with an estimated completion date of July 27, 2015. The bid was solicited through the Internet, with 20 bids received. The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-12-D-0030).
Georgia Power Company, Atlanta, Ga., was awarded a $15,519,835 firm-fixed-price contract. The award will provide for the electrical services for Fort Gordon, Ga. Work will be performed in Fort Gordon, with an estimated completion date of Dec. 31, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Fort Gordon, Ga., is the contracting activity (W91249-06-F-0207).
FLIR Systems Inc., North Billerica, Mass., was awarded a $15,500,000 firm-fixed-price contract. The award will provide for the necessary services in support of the modification to 60 Army National Guard helicopters. Work will be performed in Arlington, Va., with an estimated completion date of July 30, 2013. The bid was solicited through the Internet, with one bid received. The National Guard Bureau, Arlington, Va., is the contracting activity (W9133L-12-C-0047).
Jorge Scientific, Arlington, Va., was awarded a $14,997,551 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to research and develop a methodology for counter insurgency operations. Work will be performed in Arlington and Afghanistan, with an estimated completion date of Feb. 28, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Adelphi, Md., is the contracting activity (W911QX-12-C-0011).
2pswanson’s Service LLC, Simms, Texas, was awarded a $14,769,025 firm-fixed-price contract. The award will provide for the trailer overhaul services. Work will be performed in Simms, with an estimated completion date of July 26, 2015. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Texarkana, Texas, is the contracting activity (W911RQ-12-D-0012).
Great Lakes Dredge & Dock Co. LLC, Oak Brook, Ill., was awarded a $14,550,438 firm-fixed-price contract. The award will provide for the dredging and deepening services for the Delaware River Main Channel. Work will be performed in National Park, N.J., and Philadelphia, Penn., with an estimated completion date of Dec. 31, 2012. The bid was solicited through the Internet, with three bids received. The U.S. Army Corps of Engineers, Philadelphia, Penn., is the contracting activity (W912BU-12-C-0034).
Raytheon, Andover, Mass., was awarded a $14,513,317 cost-plus-fixed-fee contract. The award will provide for the diagnostic and repair services in support of the PATRIOT Missile System. Work will be performed in Germany; Fort Sill, Okla.; El Paso, Texas; Fort Bragg, N.C.; Fort Hood, Texas; Fort Bliss, Texas; Korea; Japan; United Arab Emirates; Bahrain; Qatar; and Kuwait; with an estimated completion date of July 31, 2013. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-12-C-0238).
Venegas Engineering Management Construction, El Paso, Texas, was awarded a $14,156,413 firm-fixed-price contract. The award will provide for the construction services in support of Fort Bliss Industrial Complex Infrastructure. Work will be performed in El Paso, with an estimated completion date of Aug. 30, 2013. The bid was solicited through the Internet, with 10 bids received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-12-C-0044).
Baggette Construction Company, Decatur, Ala., was awarded a $13,738,000 firm-fixed-price contract. The award will provide for the construction of the Alabama Army National Guard Readiness Center at Fort McClellan, Ala. Work will be performed in Fort McClellan, with an estimated completion date of Sept. 5, 2014. The bid was solicited through the Internet, with 13 bids received. The National Guard Bureau, Montgomery, Ala., is the contracting activity (W912JA-12-C-0001).
Esterline Armtec Co., Coachella, Calif., was awarded a $13,293,799 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure various types of flares. Work will be performed in East Camden, Ark., and Milan, Texas, with an estimated completion date of Sept. 30, 2014. The bid was solicited through the Internet, with two bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-09-C-0055).
EOIR Technologies Inc., Fredericksburg, Va., was awarded a $12,500,000 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to procure maintenance and logistics services. Work will be performed in Afghanistan, with an estimated completion date of Sept. 26, 2012. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-11-C-H001).
Science & Technology Corporation, Hampton, Va., was awarded a $12,423,237 time-and-materials contract. The award will provide for the U.S. Army Aberdeen Test Center Data Collection Services. Work will be performed in Aberdeen Proving Ground, Md., with an estimated completion date of April 30, 2013. Four bids were solicited, with four bids received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-05-D-0007).
CDW Government, Vernon Hills, Ill., was awarded a $12,112,000 firm-fixed-price contract. The award will provide for the procurement of computer hardware. Work will be performed in Presidio of Monterey, Calif., with an estimated completion date of Oct. 5, 2012. Eleven bids were solicited, with six bids received. The U.S. Army Contracting Command, Presidio of Monterey, Calif., is the contracting activity (W9124N-12-F-0040).
The Law Offices of Margaret A. Dillenburg, Potomac, Md., was awarded an $11,266,125 firm-fixed-price contract. The award will provide for the Homeowners Assistance Program Title Evidence and Closing Services. Work location will be determined, with an estimated completion date of Aug. 7, 2015. The bid was solicited through the Internet, with 14 bids received. The U.S. Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-12-C-0015).
Textron Marine & Land Systems, New Orleans, La., was awarded an $11,005,102 firm-fixed-price contract. The award will provide for the modification of an existing contract to repair spare parts and depot level spares. Work will be performed in Slidell, La., with an estimated completion date of Aug. 2, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-C-0114).
Arsenal Medical Inc., Watertown, Mass., was awarded a $10,999,950 cost-plus-fixed-fee contract. The award will provide for the development of Self-Expanding Tough Biodegradable Esastomers for Wound Stasis. Work will be performed in Watertown, with an estimated completion date of Aug. 31, 2014. The bid was solicited through the Internet, with five bids received. The U.S. Army Contracting Command, Research Triangle Park, N.C., is the contracting activity (W911NF-12-C-0066).
Hensel Phelps Construction Co., Greely, Colo., was awarded a $10,891,000 firm-fixed-price contract. The award will provide for the construction of a control tower on Fort Carson, Colo. Work will be performed in Fort Carson, with an estimated completion date of Dec. 28, 2013. Twelve bids were solicited, with nine bids received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-12-C-0048).
Stolar Research Corporation, Raton, N.M., was awarded a $10,300,000 firm-fixed-price contract. The award will provide for the procurement of Sand Dog Systems, spares and Field Service Representative support in Afghanistan. Work will be performed in Raton and Afghanistan, with an estimated completion date of Aug. 7, 2013. One bid was solicited, with one bid received. The U.S. Army Corps of Engineers, Vicksburg, Miss., is the contracting activity (W912HZ-12-C-0040).
BWAY Corporation, Atlanta, Ga., was awarded a $10,025,722 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure M2A1 ammunition containers in support of various contracts of small caliber ammunitions. Work will be performed in Atlanta, with an estimated completion date of Sept. 20, 2013. The bid was solicited through the Internet, with two bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-09-C-0030).
Tetra Tech Engineering & Architectural Services, Seattle, Wash., was awarded a $10,000,000 firm-fixed-price contract. The award will provide for the architectural and engineering services. Work will be performed in Seattle, with an estimated completion date of July 25, 2016. One bid was solicited, with one bid received. The U.S. Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-12-D-1005).
Kellogg Brown & Root Services Inc., Arlington, Va., is being awarded a $24,019,856 firm-fixed-price construction contract to provide for construction of an aircraft logistics apron, to expand the enduring apron and allow parking for two aircraft, including the construction of a concrete aircraft apron, connect overhead mast lighting, connect fire protection hydrants and water distribution, to extend and widen Taxiways Echo, Bravo and Delta, to reconfigure the aircraft parking arrangement at Camp Lemonnier. Work will be performed in Djibouti, Africa, and is expected to be completed by September 2013. Contract funds in the amount of $24,019,856, are 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 15 proposals received. The Naval Facilities Engineering Command Europe Africa Southwest Asia is the contracting activity (N33191-12-C-0406).
Adams Communication & Engineering Technology, Inc., Waldorf, Md., is being awarded a $13,686,417 modification to a previously awarded firm-fixed-price contract (N68335-12-C-0152) to provide continuing operator support services for Persistent Ground Surveillance System. Work will be performed in various forward operating bases located in Afghanistan (90 percent) with pre-deployment training in Yuma, Ariz. (10 percent), and is expected to be completed in February 2013. Contract funds in the amount of $13,686,417 will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J. is the contracting activity.
Marine Hydraulics International, Norfolk, Va., is being awarded a $6,619,820 modification to previously awarded contract (N00024-10-C-4405) to exercise options for the accomplishment of the USS Arleigh Burke (DDG 51) fiscal year 2012 Selective Restricted Availability (SRA). An SRA includes the planning and execution of depot-level maintenance, alterations, and modernizations that will update and improve the ship’s military and technical capabilities. Work will be performed in Norfolk, Va., and is expected to be completed by December 2012. Contract funds will expire at the end of the current fiscal year. The Naval Ship Support Activity, Norfolk, Va. is the contracting activity.
DEFENSE LOGISTICS AGENCY
Triumph Gear Systems Inc., Park City, Utah, was awarded contract SPRPA1-12-C-W072. The award is a firm fixed price, sole source contract with a maximum $8,704,000 for mechanical air actuators. There are no other locations of performance. Using military service is Navy. There was one solicitation with one response. Type of appropriation is FY12 Navy Working Capital Funds. The date of performance completion is December 10, 2014. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.
NAVY
Cambridge International Systems, Inc.*, Arlington, Va. (N65236-12-D-4845); Mandex, Inc.*, Fairfax, Va. (N65236-12-D-4846); Grove Resource Solutions, Inc.*, Frederick, Md. (N65236-12-D-4847); and United, J.V.*, Reston, Va. (N65236-12-D-4848), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee with fixed-price-incentive (firm target) and firm-fixed-price provisions, multiple award contract for the procurement of Battle-Space Awareness support services including the development, integration, and test of intelligence, battlespace awareness, and information operations applications and dedicated hardware. These contracts include options, which, if exercised, would bring the cumulative value of these contracts to a combined estimated value of $249,590,000. Work will be performed worldwide, and is expected to be completed by August 2013. If all options are exercised, work could continue until August 2017. Contract funds will not expire at the end of the current fiscal year. The multiple award contracts were competitively procured by full and open competition after exclusion of sources under small business set-aside provisions (10 U.S.C. 2304 (b)(2)) via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with nine offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.
The Boeing Co., St. Louis, Mo., is being awarded a $40,048,729 cost-plus-incentive-fee delivery order against a previously issued basic ordering agreement (N00019-11-G-0001) for supplies and services in support of the F/A-18E/F Structures Service Life Assessment Program (Phase B3). Work will be performed in St. Louis, Mo. (60.5 percent), and El Segundo, Calif. (39.5 percent), and is expected to be completed in August 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.
A-Dec, Inc., Newberg, Ore., is being awarded a not-to-exceed $39,513,971 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract to provide dental delivery systems in support of U.S. Navy medical treatment facilities. Work will be performed in and outside the continental United States, including hospital ships and the fleet, and is expected to be completed by August 2017. No funds will be obligated at time of award. Funding will be provided on the delivery orders and is expected to be fiscal year funding. This contract was competitively procured via an electronic request for proposals; four proposals were received. The Naval Medical Logistics Command, Fort Detrick, Md., is the contracting activity (N62645-12-D-5043).
W. M. Jordan Co., Newport News, Va., is being awarded $16,542,000 for firm-fixed-price task order 0003 under a previously awarded multiple award construction contract (N40085-09-D-5034) for total renovation and reconfiguration of bachelor enlisted quarters (BEQ) buildings KJ, KK, KN, and IF, at Naval Station Norfolk. The reconfiguration of the BEQ interiors will provide 80, 2+0 module units (160 beds). In conjunction with the reconfiguration, repairs shall be done to comply with Defense Planning Guidance, meet current code requirements, and correct existing deficiencies. Work will be performed in Norfolk, Va., and is expected to be completed by February 2014. Contract funds in the amount of $16,542,000 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.
L-3 Services, Inc., MPRI, Alexandria, Va., is being awarded a $7,917,591 modification to a previously awarded firm-fixed-price cost contract (N68335-12-C-0120) for Persistent Ground Surveillance Systems support of Forward Operating Bases, including sustainment of operators currently in theatre, training and pre-deployment support. Work will be performed in Afghanistan (90 percent), and the Yuma Proving Ground, Ariz. (10 percent), and is expected to be completed by February 2013. Contract funds will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity
Huntington Ingalls Industries, Pascagoula, Miss., is being awarded a $7,200,000 modification to previously awarded contract (N00024-06-C-2304) for research, development, test, and technical services in support of DDG 1000 Zumwalt-class destroyer. DDG 1000 technical services include technology development, analytical modeling, qualification of materials, potential design/process improvements, and design excursions. Work will be performed in Pascagoula, Miss. (80 percent), and Gulfport, Miss. (20 percent), and is expected to complete by September 2013. Contract funds will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
DEFENSE LOGISTICS AGENCY
US Foods, Inc., Fullerton, Calif., was awarded a fixed-price with economic price adjustment, prime vendor contract with a maximum $86,462,500 for food and beverage support. There are no other locations of performance. Using military service is Army, Navy, Air Force, Marine Corps, and Coast Guard. There were two responses to the Web solicitation. Type of appropriation is fiscal 2011 Defense Working Capital Funds. The date of performance completion is Aug. 16, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM300-12-D-3567).
NAVY
National Steel and Shipbuilding Co., San Diego, Calif., is being awarded a $104,804,120 modification to previously awarded contract (N00024-08-C-4410) for USS Comstock (LSD 45) fiscal 2012 Extended Docking Phased Maintenance Availability. An Extended Docking Phased Maintenance Availability provides for an extensive renovation and modernization of an LSD (dock landing ships) class ship, including alterations and repairs as well as inspection and testing to all ships systems and components ensuring safe and dependable operation of the ship. Work will be performed in San Diego, Calif., and is expected to be completed by May 2013. Contract funds in the amount of $73,294,428 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, Calif. is the contracting activity.
General Atomics, San Diego, Calif., is being awarded a $44,469,437 cost-plus-fixed-fee order against a previously issued basic ordering agreement (N68335-11-G-0003) for research and development logistic efforts to support and maintain the CVN 78 Electromagnetic Aircraft Launch System. This order will include the development of supportability analysis, logistics management information database, reliability centered maintenance guidance, repair level analysis, maintenance plans, technical manuals and training. Work will be performed in San Diego, Calif. (90 percent), and Lakehurst, N.J. (10 percent), and is expected to be completed in April 2016. 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.
BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $7,488,015 modification to a previously awarded contract (N00024-11-C-4407) for USS Kearsarge (LHD-3) fiscal 2012 emergent maintenance availability. The emergent maintenance availability includes authorization to support emergency drydocking for rudder repairs. Work will be performed in Norfolk, Va., and is expected to complete by October 2012. Contract funds in the amount of $7,488,015 will expire at the end of the current fiscal year. Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.
TMG Services, Inc.*, Cleveland, Ohio, is being awarded a $6,683,768 firm-fixed-price contract for the Massey Avenue corridor improvements at Naval Station Mayport. The work to be performed provides for construction of a boulevard-style roadway with two lanes each way divided with a turfed median along the Massey Avenue corridor. Construction includes turning lanes, curb and gutters and pedestrian sidewalks on the north side of Massey Avenue. It includes realignment of intersecting streets and all required signalization and intersection reconstruction and all incidental related work. This project also includes improvements at the intersection of Maine Street and Moale Avenue and at the intersection of Baltimore Street and Moale Avenue to improve capacities and safety of these intersections. A round-about shall be constructed at the Baltimore Street and Moale Avenue intersection. Site preparation includes site clearing, excavation and preparation for construction. Paving and site improvements include a storm water drainage, sidewalks and curbing. Electrical utilities include traffic signals, roadway lights and utility relocations. Work will be performed in Mayport, Fla., and is expected to be completed by February 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 four proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-12-C-0757).
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
Science Applications International Corp., McLean, Va., is being awarded a $58,485,318 cost-plus-fixed-fee and cost-plus-incentive-fee contract (HR0011-12-C-0086). The contractor will perform Phases 2 through 4 of the Anti-Submarine Warfare Continuous Trail Unmanned Vessel (ACTUV) Program. The contractor will design, construct, and demonstrate a prototype ACTUV vessel. The contractor proposed a trimaran platform: key features and innovations for the vessel, sensors, autonomy and software. This design reflects the results of extensive trade studies conducted by Science Applications International in Phase 1 (HR0011-10-C-0184) which validated the suitability of a trimaran platform. Work will be performed in Arlington, Va. (25.7 percent); Vancouver, Wash. (27.4 percent); Long Beach, Miss. (13.4 percent); Pittsburgh, Pa. (8.9 percent); Glen Burnie, Md. (5.7 percent); Portsmouth, R.I. (5.0 percent); Pasadena, Calif. (4.5 percent); Newport, R.I. (2.6 percent); Melbourne, Fla. (2.4 percent); Bowie, Md. (1.9 percent); Bristol, R.I. (1.7 percent); Gloucester Point, Va. (0.5 percent); and Virginia Beach, Va. (0.4 percent). Work is expected to be completed by Aug. 15, 2015. The Defense Advanced Research Projects Agency is the contracting activity.
Ostendo Technologies, Inc., Carlsbad, Calif., is being awarded a $58,328,021 cost-plus-fixed-fee contract for a synthetic-holographic 3D workstation prototype. The location of the performance is Carlsbad, Calif. Work is to be completed by Oct. 17, 2016. AFRL/RQKDA, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-12-C-7221).
L-3 Services, Inc., STRATIS, Reston, Va., is being awarded a $15,491,733 cost-plus-incentive-fee, cost-plus-fixed-fee, and cost-reimbursable contract for the integrated broadcast services, network systems additional capabilities and message throughput. In addition, hardware and software will be upgraded. The location of the performance will be Reston, Va. Work is to be completed by May 24, 2014. AFLCMC/HBII, Hanscom Air Force Base, Mass., is the contracting activity (FA8707-12-C-0017).
CAE USA, Inc., Training Services, Tampa, Fla., is being awarded a $7,626,094 contract modification for KC-135 ATS Block 45 Upgrade Phase I. The location of performance is Rockwell Collins, Salt Lake City, Utah. Work is expected to be completed by May 15, 2014. AFLCMC/WNSK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8223-10-C P00023).
DEFENSE LOGISTICS AGENCY
Lockheed Martin MS2, Owego, N.Y., was awarded a firm-fixed-price, sole-source contract with a maximum $23,226,087 for radar equipment. There are no other locations of performance. Using military service is Navy. There was one solicitation with one response. Type of appropriation is fiscal 2012 Navy Aircraft Procurement Funds. The date of performance completion is Dec. 31, 2015. The Defense Logistics Agency Aviation, Philadelphia, Pa., is the contracting activity (SPRPA1-09-G-002Y-5050).
Lockheed Martin MS2, Owego, N.Y., was awarded contract. The award is a firm-fixed-price, sole-source contract with a maximum $14,210,262 for radar equipment. There are no other locations of performance. Using military service is Royal Australian Navy. There was one solicitation with one response. Type of appropriation is fiscal 2012 Foreign Military Sales. The date of performance completion is March 2016. The Defense Logistics Agency Aviation, Philadelphia, Pa., is the contracting activity (SPRPA1-09-G-002Y-5051).
ARMY
BAE Systems, York, Pa., was awarded a $306,171,558 firm-fixed-price contract. The award will provide for the modification of an existing contract to convert Operation Desert Storm (ODS) vehicles into the ODS situational awareness configuration. Work will be performed in Lemont Furnace, Pa.; Aiken, S.C.; Texarkana, Texas; and York, Pa., with an estimated completion date of May 30, 2014. One bid was solicited, with one bid received. U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-10-G-0003).
Northrop Grumman Information Technology, Inc., McLean, Va., was awarded a $298,934,381 cost-plus-incentive-fee contract. The award will provide for the modification of an existing contract in support of the Global Combat Support System, Army. Work will be performed in Richmond, Va., with an estimated completion date of Sept. 30, 2017. One bid was solicited, with one bid received. U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W91QUZ-07-D-0005).
Gayston Corp., Springboro, Ohio (W52P1J-12-D-0058), and T&A Screw Products, Inc., Waterbury, Conn. (W52P1J-12-D-0059), were awarded a $244,900,000 firm-fixed-price multiple-award-task-order contract between two contractors. The award will provide for the procurement of M24 fin assemblies. Work location will be determined with each task order, with an estimated completion date of Sept. 30, 2018. The bid was solicited through the Internet, with eight bids received. U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity.
Wilcox Industries Corp, Portsmouth, N.H., was awarded a $177,184,700 firm-fixed-price contract. The award will provide for the procurement of advanced combat helmets, helmet mount assemblies. Work will be performed in Portsmouth, N.H., with an estimated completion date of Aug. 1, 2017. Two bids were solicited, with two bids received. U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-12-D-0010).
NCI Information Systems, Inc., Reston, Va., was awarded a $158,310,006 cost-plus-fixed-fee contract. The award will provide for the fielding and integrated logistic support services for the Program Executive Office Soldier. Work will be performed in Fort Belvoir, Va.; Prince George County, Va.; Middle River, Md.; Fort Hood, Texas; Warren, Mich.; and Afghanistan and Kuwait, with an estimated completion date of Dec. 5, 2015. The bid was solicited through the Internet, with six bids received. U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-12-C-0058).
Norotos, Inc., Santa Ana, Calif., was awarded a $155,800,000 firm-fixed-price contract. The award will provide for the procurement of advanced combat helmet, helmet mount assemblies. Work will be performed in Santa Ana, Calif., with an estimated completion date of Aug. 1, 2017. Two bids were solicited, with two bid received. The U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-12-D-0009).
Honeywell International, Inc., Phoenix, Ariz., was awarded an $111,482,390 firm-fixed-price contract. The award will provide for the services in support of the AGT 1500 engine overhaul line. Work will be performed in Anniston, Ala., and Phoenix, Ariz., with an estimated completion date of Jan. 28, 2013. The bid was solicited through the Internet, with one bid received. U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-C-0344).
Rock Island Integrated Services, Rock Island, Ill., was awarded a $109,039,045 firm-fixed-price contract. The award will provide for the installation support services for the Rock Island Arsenal. Work will be performed in Rock Island, Ill., with an estimated completion date of Aug. 31, 2017. The bid was solicited through the Internet, with two bids received. U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W58P1J-12-C-5010).
Harris Corp., Rochester, N.Y., was awarded an $85,500,000 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure radios. Work will be performed in Rochester, N.Y., with an estimated completion date of Dec. 10, 2015. The bid was solicited through the Internet, with one bid received. U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-11-D-H607).
The Boeing Co., Ridley Park, Pa., was awarded an $81,107,666 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure CH-47F aircraft in support of foreign military sales. Work will be performed in Ridley Park, Pa., with an estimated completion date of June 15, 2015. The bid was solicited through the Internet, with one bid received. U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-C-0010).
AICI/ARCHIRODON, J.V., Arlington, Va., was awarded a $66,588,000 firm-fixed-price contract. The award will provide for the design and construction of facility upgrades to support the procurement of F-16 fighter aircraft for the Egyptian Air Force. Work will be performed in Egypt, with an estimated completion date of Aug. 8, 2014. There were 23 bids solicited, with three bids received. U.S. Army Corps of Engineers, Winchester, Va., is the contracting activity (W912ER-12-C-0033).
Textron Land & Marine Systems, New Orleans, La., was awarded a $52,000,000 contract. The award will provide for the modification of an existing contract to fund armored security vehicles reset material. Work will be performed in Slidell, La., with an estimated completion date of Dec. 28, 2012. One bid was solicited, with one bid received. U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-11-C-0418).
Crye Precision, L.L.C., Brooklyn, N.Y., was awarded a $49,900,000 firm-fixed-price multiple-award contract. The award will provide for the procurement of Tier-II protective over garments. Work will be performed in Brooklyn, N.Y., Mountainside, N.J., and Jersey City, N.J., with an estimated completion date of July 25, 2015. The bid was solicited through the Internet, with three bids received. U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-12-D-0012).
Armorworks Enterprises, Inc., Chandler, Ariz., was awarded a $49,900,000 firm-fixed-price multiple-award contract. The award will provide for the procurement of Tier-II protective over garments. Work will be performed in Chandler, Ariz., Vidalia, Ga., and El Paso, Texas, with an estimated completion date of July 25, 2015. The bid was solicited through the Internet, with three bids received. U.S. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-12-D-0011).
Alliance Contractor Services, L.L.C., Edmond, Okla. (W912BV-12-D-0019); Renew-Mason & Hanger, J.V., Lawrence, Kan. (W912BV-12-D-0020); Terra Construction, Inc., Oklahoma City, Okla. (W912BV-12-D-0021); HGL Construction, Inc., Oklahoma City, Okla. (W912BV-12-D-0022); and ERA Health, L.L.C., Chicago, Ill. (W912BV-12-D-0023), were awarded a firm-fixed-price multiple-award-task-order contract for general construction services. Work location will be determined with each task order, with an estimated completion date of Aug. 2, 2015. The bid was solicited through the Internet, with eight bids received. U.S. Army Corps of Engineers, Tulsa, Okla., is the contracting activity.
AAI Corp., Hunt Valley, Md., was awarded a $46,524,041 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure tactical command data link retrofit kits for the Shadow Unmanned Aircraft System. Work will be performed in Hunt Valley, Md., with an estimated completion date of May 29, 2015. One bid was solicited, with one bid received. U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-C-0023).
Hensel Phelps Construction Co., Austin, Texas, was awarded a $44,801,000 firm-fixed-price contract. The award will provide for the construction of an Aviation Support Battalion hangar at Fort Carson, Colo. Work will be performed in Fort Carson, Colo., with an estimated completion date of Feb. 14, 2014. The bid was solicited through the Internet, with 12 bids received. The U.S. Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-12-C-0055).
Black Box Network Services, Herndon, Va., was awarded a $44,469,119 firm-fixed-price contract. The award will provide for the services in support of Nortel Networks family of electronic digital telephone switch systems. Work location will be determined, with an estimated completion date of Jan. 26, 2013. The bid was solicited through the Internet, with one bid received. U.S. Army Contracting Command, Alexandria, Va., is the contracting activity (W91QUZ-12-D-0011).
The Boeing Co., Ridley Park, Pa., was awarded a $37,243,348 cost-plus-fixed-fee contract. The award will provide for the engineering services in support of the Advanced Chinook rotor blade tooling. Work will be performed in Ridley Park, Pa., with an estimated completion date of Nov. 30, 2015. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-04-G-0023).
Laibe Corp., Indianapolis, Ind., was awarded a $35,258,482 firm-fixed-price contract. The award will provide for the procurement of well water drilling rigs. Work will be performed in Indianapolis, Ind., with an estimated completion date of July 29, 2016. The bid was solicited through the Internet, with one bid received. U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-D-0075).
General Dynamics, Ordnance & Tactical System, Inc., Marion, Ill., was awarded a $30,584,400 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure light weight 30mm M789 cartridges. Work will be performed in Marion, Ill., with an estimated completion date of June 30, 2014. One bid was solicited, with one bid received. U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-10-C-0015).
AmeriQual Group, L.L.C., doing business as AmeriQual Packaging, Evansville, Ind., was awarded a fixed-price with economic price adjustment contract with a maximum $28,704,864 for first strike rations. There are no other locations of performance. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2012 Defense Working Capital Funds. There were three responses to the unrestricted solicitation. The date of performance completion is Aug. 13, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM3S1-12-D-Z127).
AIR FORCE
General Atomics Aeronautical Systems, Inc., Poway, Calif., is being awarded $26,767,748 firm-fixed-price (86 percent) cost plus incentive fee (14 percent) contract for the Predator Primary Data Link configuration upgrades on MD-1A/B ground control station retrofit kits. The location of the performance will be General Atomics Aeronautical Systems, Inc., Poway, Calif. Work is to be completed by December 2014. AFLCMC/WIIK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-10-G-3038 0073).
L-3 Communications Corp., Link Simulation and Training, Arlington, Texas, is being awarded an $8,965,481 firm-fixed-price contract modification for integrated test bed and spares to accompany Military Training Center Number Eight teardown and site installation. The location of the performance will be L-3 Communications, Link Simulation and Training, Arlington, Texas (65 percent), and The Boeing Co., St. Louis, Mo. (35 percent). Work is to be completed by Nov. 29, 2013. AFLCMC/WNSK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-09-C-6292-P00069).
Huntington Ingalls, Inc., Newport News, Va., is being awarded a $20,000,000 modification for planned supplemental work to previously awarded contract (N00024-09-C-2107) for the refueling complex overhaul of USS Theodore Roosevelt (CVN 71). This effort shall provide for completion of supplemental work during the accomplishment of the overhaul, modernization, repair, maintenance, and refueling. Work will be performed in Newport News, Va., and is expected to be completed by February 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.
Scientific Research Corp.*, Atlanta, Ga., is being awarded a $7,144,844 firm-fixed-price contract for 98 multi-function control display (MFCD) units; 40 spare MFCD units; 40 spare bezels; and non-recurring engineering to support forced retrofit of MFCD units into T-45 aircraft. Work will be performed in Milwaukee, Wis. (58 percent); Largo, Fla. (24 percent); and Atlanta, Ga. (18 percent). Work is expected to be completed in July 2014. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-5. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-12-C-0062).
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
Pennsylvania State University, University Park, Pa., is being awarded a $16,282,492 cost-plus-fixed-fee contract. The objective of this effort is to design and develop “Instant Foundry Adaptive through Bits” (iFAB) that will cover 100 percent of a vehicle so that every part, subassembly, and assembly will have been assessed to be manufacturable through feedback analysis, will have a cost and schedule generated, will have all NC code and work instructions generated (automatically), and will have been manufactured correctly to specifications. Work will be performed in University Park, Pa. (58.56 percent); Lodi, Ca. (2.45 percent); Lansing, Mich. (7.83 percent); Pittsburgh, Pa. (6.58 percent); Ames, Iowa (5.11 percent); Cudahy, Wis. (1.50 percent); Seven Valleys, Pa. (1.41 percent); East Berlin, Pa. (5.53 percent); Scottsdale, Ariz. (1.60 percent); Palo Alto, Calif. (7.56 percent); and East Butler, Pa. (1.87 percent). Work is expected to be completed by Aug. 7, 2015. The Defense Advanced Research Projects Agency is the contracting activity (HR0011-12-C-0075).
Navmar Applied Sciences Corp.*, Warminster, Pa., is being awarded a $44,616,448 cost-plus-fixed-fee contract for continued Persistant Ground Surveillance System support of forward operating bases throughout Afghanistan for the Army. This contract will include sustainment of operators currently in theatre and training support. Work will be performed in Afghanistan (90 percent), and Yuma Proving Ground, Ariz. (10 percent), and is expected to be completed in February 2013. Contract funds in the amount of $44,616,448 will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-2. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-12-C-0312).
John C. Grimberg Co., Inc., Rockville, Md., is being awarded a $28,600,000 firm-fixed-price contract for construction of the Agile Chemical Facility at the Naval Surface Warfare Center, Indian Head. The work to be performed provides for nitrate ester manufacturing at the Biazzi Plant in order to meet Naval Surface Warfare Center Indian Head Division’s mission to produce energetic chemicals for the defense community. Work includes construction of new buildings, tanks, containment structures, and other supporting equipment and facilities. The project scope also includes upgrades to storage and delivery facilities for chemicals and raw materials, product manufacturing, handling, and transfer facilities, as well as waste treatment facilities. The contract also contains one unexercised option, which, if exercised, would increase cumulative contract value to $30,075,000. Work will be performed in Indian Head, Md., and is expected to be completed by August 2016. 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 three proposals received. The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-12-C-2001).
Science Application International Corp., McLean, Va., is being awarded a $9,686,538 cost-plus-fixed-fee delivery order under previously awarded basic ordering agreement (N00024-07-G-6324) for the mine warfare environmental aids and library, which provides the mine warfare commander and mine warfare forces with a single tool for the effective command and control of mine warfare. The order includes options, which, if exercised, would bring the cumulative value of this contract to $13,530,185. Work will be performed in McLean, Va. (90 percent); San Diego, Calif. (6 percent); Norfolk, Va. (2 percent); and Stennis Space Center, Miss. (2 percent). Work is expected to be completed by September 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.
AIR FORCE
United Technologies Corp. (Pratt & Whitney), East Hartford, Conn. (F33657-99-D-2051, D.O. 002612), is being awarded a $14,325,000 cost-plus-incentive-fee contract for research and development for the F100 engine, component improvement process for calendar year 2012. The location of the performance is East Hartford, Conn. Work is to be completed by Dec. 30, 2014. LCMC/LPAK, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
Intific, Inc., Hampton, Va., is being awarded an $8,334,720 modification to a cost-plus-fixed-fee contract (HR0011-11-C-0053). In-scope modification was issued under the Insight Program to continue the development of the virtual environment, a high fidelity simulation of the physical test bed and Exploitation and Resource Management System operation together in a closed loop and demonstrate its capability for real-time simulation. Work will be performed in Hampton, Va. (90 percent), and Ann Arbor, Mich. (10 percent. Work is expected to be completed by July 1, 2013. The Defense Advanced Research Projects Agency is the contracting activity.
AIR FORCE
A4 Construction Co., Salt Lake City, Utah (FA8201-12-D-0023); Grand Enterprises, Ogden, Utah (FA8201-12-D-0024); Advanced Solutions Group, L.LC, Kaysville, Utah (FA8201-12-D-0025); K.O.O. Construction, West Sacramento, Calif. (FA8201-12-D-0026); Au’ Authum Ki, Inc., Chandler, Ariz. (FA8201-12-D-0027); Pesavento Construction, Las Vegas, Nev. (FA8201-12-D-0028); E-CORP, Layton, Utah (FA8201-12-D-0029); and Sahara Palms, Inc., Layton, Utah (FA8201-12-D-0030), are being awarded a $95,000,000 Multiple Award Construction Contract II, indefinite-delivery/indefinite-quantity to support design-build construction improvements at Hill Air Force Base Test and Training Range. The location of the performance is Hill Air Force Base, Utah. Work is to be completed by Feb. 5, 2019. OO-ALC/PKOB, Hill Air Force Base, Utah, is the contracting activity.
Ball Aerospace and Technologies Corp., Systems Engineering Solutions, Boulder, Colo., is being awarded a $15,000,000 contract modification for laser effects vulnerability research. The location of the performance is Kirtland Air Force Base, N.M. Work is to be completed by Feb. 3, 2015. The Air Force Research Laboratory, Det 8/RVKDL, Kirtland Air Force Base, N.M. (FA9451-08-D-0161 P00012).
NAVY
Sikorsky Support Services, Inc., Pensacola, Fla., is being awarded a $39,297,082 modification to a previously awarded indefinite-delivery, requirements contract (N00019-11-D-0014) for logistics services and materials for organizational, intermediate, and depot-level maintenance to support 148 T-34, 54 T-44, and 178 T-6 aircraft based primarily at Naval Air Station (NAS) Corpus Christi, Texas; NAS Whiting Field, Fla.; and NAS Pensacola, Fla. Work will be performed in Corpus Christi, Texas (50 percent), Whiting Field, Fla. (39 percent), Pensacola, Fla. (8 percent), and various sites within the continental United States (3 percent), including: NAS Lemoore, Calif.; NAS Oceana, Va.; Marine Corp Air Station Miramar, Calif.; Naval Air Facility El Centro, Calif.; Fort Bragg, N.C.; Huntsville, Ala.; and NAS Fallon, Nev. Work is expected to be completed in December 2012. No funding will be obligated at time of award. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Lockheed Martin Corp., Moorestown, N.J., is being awarded a $37,532,907 firm-fixed-price contract, with performance and delivery incentives requirements, for logistics support of the Aegis AN/Spy-1 Radar Weapon System. The logistics support includes managing the systems by furnishing repaired and new units for 1,649 line items under prescribed performance metrics in response to fleet requisitions. Work will be performed in Moorestown, N.J., and is expected to be completed by August 2017. The applicable Navy Working Capital Funds will not expire by the end of the current fiscal year. This contract combines the effort between the U.S. Navy (86 percent), and, under the Foreign Military Sale Program, the governments of Spain (8 percent), Japan (2 percent), Korea (2 percent), and Norway (2 percent). One company was solicited for this non-competitive requirement and one offer was received in response to this solicitation. The NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-12-D-ZD21).
General Dynamics, Electric Boat Corp., Groton, Conn., is being awarded a $16,356,716 cost-plus-fixed-fee contract to provide a Nuclear Regional Maintenance Department (NRMD) at the Naval Submarine Base, New London, Conn., in support of returning mission ready submarines to the fleet. This contract includes an option, which, if exercised, would bring the cumulative value to $23,646,156. Work will be performed in New London, Conn., and is expected to complete by February 2013. Contract funds in the amount of $3,100,000 expire at the end of the current fiscal year. This contract was not competitively procured because government requirements mandate an NRMD contractor to be a nuclear qualified shipyard and able to maintain a staff of nuclear qualified personnel in close proximity to the SUBASE, New London. Electric Boat is the only shipyard close enough to Submarine Base New London to provide the required response times, and is the only source capable of fulfilling the Government’s requirements. Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-12-C-4305).
Lion-Vallen Industries, Dayton, Ohio, is being awarded an $11,767,290 firm-fixed- priced contract for logistics services to manage, support, and operate the Marine Corps Individual Issue Facility (IIF) warehouse network. The IIF warehouse network support makes up a portion of what is known as the Marine Corps Enterprise Consolidated Storage Program (CSP). Contractor support consists of managing infantry combat equipment and field protective mask with a contractor owned asset visibility system. The award to Lion-Vallen Industries will preclude interruption of IIF support until such time as a single award contract can be awarded under full and open competition for the CSP. Work will be performed in Okinawa, Japan (10 percent); Iwakuni, Japan (10 percent); Camp Pendleton, Calif. (10 percent); Kaneohe Bay, Hawaii (10 percent); Camp Lejeune, N.C. (10 percent); Camp Geiger, N.C. (10 percent); Beaufort, S.C. (10 percent); Twentynine Palms, Calif. (5 percent); Bridgeport, Calif. (5 percent); Miramar, Calif. (5 percent); Yuma, Ariz. (5 percent); New River, N.C. (5 percent); and Cherry Point, N.C. (5 percent). Work is expected to be completed April 10, 2013. All the applicable fiscal 2012 operation & maintenance funds in the amount of $11,767,290 will expire at the end of the current fiscal year. This contract was not competitively procured. A proposal was solicited via Navy Electronic Commerce Online from the sole-source contractor. The Marine Corps Logistics Command, Albany, Ga., is the contracting activity (M67004-12-C-0033).
Raytheon Co., McKinney, Texas, is being awarded an $8,504,790 firm-fixed-price delivery order against a previously issued basic ordering agreement (N00019-10-G-0006) for the procurement of 132 Engineering Change Proposal 0035 electro-optical daylight operations improvement retrofit kits and weapon replaceable assemblies in support of the F/A-18 aircraft advanced targeting forward looking infrared pods and will include all activities associated with the retrofit of the electro optical sensor unit. Work will be performed in McKinney, Texas (63 percent); Austin, Texas (23 percent); and Keene, N.H. (14 percent). Work is expected to be completed in May 2014. 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.
RORE-ITSI, J.V., L.L.C.*, San Diego, Calif., is being awarded $7,379,329 for firm-fixed-price task order HC08 under a previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N62742-09-D-1186) for construction of a ground control tower at Joint Base Pearl Harbor-Hickam, Hawaii. The new ground control tower will consist of a control tower cab, office, break area room, electrical/communications equipment room, elevator and restroom. Included will be site utilities, electrical service and communication distribution from/to nearest available water, sewer, electrical and communication services. Mechanical systems include air conditioning, fire protection/suppression, and ventilation systems. Electrical systems include an integrated notification/fire alarm system. Paving and site improvements include building lighting, paving for exterior equipment pads, circulation, landscaping, and perimeter chain link security fencing. Work will be performed in Oahu, Hawaii, and is expected to be completed by March 2014. Contract funds will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.
DEFENSE LOGISTICS AGENCY
United Technologies Corp., East Hartford, Conn., was awarded a firm-fixed-price, sole-source contract with a maximum $16,221,030 for air compressors case components. There are no other locations of performance. Using military service is Air Force. Type of appropriation is fiscal 2012 Defense Working Capital Funds. There was one solicitation with one response. The date of performance completion is Dec. 31, 2015. The Defense Logistics Agency Aviation, Tinker Air Force Base, Okla., is the contracting activity (SPRTA1-09-G-0001-0339).
U.S. SPECIAL OPERATIONS COMMAND
ViaSat, Inc., Carlsbad, Calif., is being awarded a $12,254,000 single-award indefinite-delivery/indefinite-quantity contract for the ArcLight2 KuSS Hub mobile satellite communication system, associated hardware, installation, spares, and operational software license in support of Special Operations forces. The anticipated period of performance is not to exceed three years. The place of performance is Carlsbad, Calif. U.S. Special Operations Command, MacDill Air Force Base, Fla., is the contracting activity (H92222-12-D-0022).
AIR FORCE
Royal Jordanian Air Academy, Amman, Jordan, is being awarded a $370,779,589 firm-fixed-price requirements contract to provide Type I special training for English language and technical aviation training for Iraqi Air Force technical personnel. Work is to be completed by Aug. 8, 2013. The AETC CONS/LGCI, Randolph Air Force Base, Texas, is the contracting activity (FA3002-12-D-0006).
BAE Systems Information and Electronic Systems, Nashua, N.H., is being awarded a $25,000,000 multiple award indefinite-delivery/indefinite-quantity contract for sustainment of Viper memory loader verifier and enhanced diagnostic aid support equipment. The location of the performance is BAE Systems Information and Electronic Systems, Nashua, N.H., and at the BAE Electronics Facility, Fort Worth, Texas. Work is to be completed by Aug. 6, 2016. The 748 SCMG/PKBB is the contracting activity (FA8251-12-D-0003).
SRI International, Menlo Park, Calif., is being awarded a $13,540,764 contract for design and assurance for the modular assembly of Sense-Control- Actuate Systems. The location of the performance is Menlo Park, Calif. Work is to be completed by Feb. 7, 2017. The Air Force Research Laboratory/ RIKD, Rome, N.Y., is the contracting activity (FA8750-12-C-0284).
US Foods – Salem Division, Salem, Mo., was awarded a firm-fixed-price, indefinite-quantity, sole-source contract with a maximum $46,234,275 for prime vendor full line food service distribution. Other location of performance is Kansas. Using military services are Army, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2012 Defense Working Capital Funds. There was one solicitation with one response. The date of performance completion is Aug. 11, 2013. The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM300-12-D-3569).
Truman Arnold Companies, Inc.*, Texarkana, Texas, was issued a modification on contract SP0600-10-D-4037/P00005. The award is a fixed-price with economic price adjustment contract with a maximum $14,281,672 for fuel. Other locations of performance are West Virginia, Virginia, Maryland, Ohio, Tennessee, Indiana, and District of Columbia. Using military services are Army, Navy, and federal civilian agencies. There were 26 responses to the Federal Business Opportunities solicitation. Type of appropriation is fiscal 2012 Defense Working Capital funds. The date of performance completion is July 31, 2013. The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity.
NAVY
RQ Construction, L.L.C., Carlsbad, Calif., is being awarded $39,598,902 for firm-fixed-price task order 0013 under a previously awarded multiple award construction contract (N62473-10-D-5409) for construction of a fitness center at Naval Base Coronado. The work to be performed provides for the construction of a physical fitness facility, liberty center, and an outdoor pool area. The fitness center shall include lobby and reception areas, a gymnasium with basketball and volleyball courts and spectator seating. The center shall also include exercise spaces, restrooms, and administrative spaces. A computer area, game room, TV lounge, mini theater, concession area and a multi-purpose room will also be part of the facility. The outdoor pool area includes 10 two-meter lanes with accessibility ramp and associated equipment. The pool will be used for operational and survival training as well as for recreational swimming. The existing track will be replaced with a new track. Ten option items are being awarded along with the base item. The option items include: demolition of four buildings; providing and installing audio visual and physical security equipment; and providing synthetic tracks for two softball fields and one multi-purpose athletic field. Additional track lanes are also included. The task order also contains one planned modification, which, if exercised, would increase cumulative task order value to $42,840,902. Work will be performed in San Diego, Calif., and is expected to be completed by March 2015. 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.
Hydraulics International, Inc.*, Chatsworth, Calif., is being awarded a $22,348,042 fixed-price, indefinite-delivery/indefinite-quantity contract for the A/F27T-12 hydraulic component test stand. This contract provides for the procurement of three pilot production units of the main hydraulic console, one pilot production of the pump and motor test console, one pilot production hydraulic fluid cooling system vapor cycle, one pilot production hydraulic fluid cooling system non-vapor cycle and the associated testing, technical and logistics data, and training. Work will be performed in Chatsworth, Calif., and is expected to be completed in August 2018. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured under an electronic request for proposals as a small business set-aside; two offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-12-D-0023).
BAE Systems Land & Armaments, L.P., Minneapolis, Minn., is being awarded a $20,057,687 firm-fixed-price, cost-plus-fixed-fee contract for the procurement of two 57mm MK 110 MOD 0 gun mounts including the associated equipment, spares and services in support of the Navy and the Coast Guard. The 57mm MK 110 gun, along with its ammunition, provides an all-purpose naval gun system that is effective against aircraft targets, missile targets, at-sea surface targets, and shore targets. This compact, lightweight gun is unmanned and fully automatic, with computerized ammunition movement within the mount and reloading from two ship-mounted hoists. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $25,389,805. Work will be performed in Louisville, Ky. (60 percent); Karlskoga, Sweden (30 percent); and Minneapolis, Minn. (10 percent). Work is expected to be completed by December 2014. Contract funds in the amount of $701,818 will 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-5316).
United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Conn., is being awarded a $9,557,346 modification to a previously awarded advanced acquisition, not-to-exceed undefinitized contract action (N00019-10-C-0005). This modification is under the previously awarded low rate initial production Lot V modification contract and includes both fixed-price incentive and cost-plus-incentive contract line items. This modification is for two additional conventional take-off and landing engines; associated engineering assistance to production; a mock-up engine; slave modules for engine depot test cells at Tinker Air Force Base; initial stand-up of a propulsion system repair capability at Hill Air Force Base; and additional contractor logistics support at Fort Worth, Texas, and Palmdale, Calif., production sites, and at Eglin, Yuma, Nellis, and Edwards bases. Work will be performed in East Hartford, Conn. (67 percent); Bristol, United Kingdom (17 percent); and Indianapolis, Ind. (16 percent). Work is expected to be completed in February 2014. Contract funds will not expire at the end of the current fiscal year. No funding will be obligated at the time of award. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Raytheon Network Centric Systems, Largo, Fla., is being awarded an $8,731,406 modification to a previously awarded production contract (N00039-12-C-0001) for Joint Tactical Terminal AN/USC-62 radios. These radios will provide the Navy with vital integrated broadcast service receive and transmit capabilities in support of Ballistic Missile Defense operations. This contract includes options, which, if exercised, would bring the cumulative value of this contract to an estimated $34,659,763. Work will be performed in Largo, Fla., and is expected to be completed by November 2013. If all options are exercised, work could continue until November 2017. Contract funds will not expire at the end of the current fiscal year. This sole-source acquisition was not competitively procured. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.
Previous Business and Career Opportunities (DOD Awarded Contracts)
August 20, 2012
Business / Career