DOD Awarded Contracts
DEFENSE LOGISTICS AGENCY
General Electric Aircraft Engines, Lynn, Mass., was awarded contract (SPM4AX-12-D-9422). The award is a nine-year Joint Opportunity Requirements-type, fixed price with economic price adjustment contract with a maximum $7,000,000,000 and covers multiple national stock numbers consisting of consumable and depot level repairable type items. There are no other locations of performance. Using military services are Army, Navy, Air Force, and Marine Corps. There was one solicitation with one response. Type of appropriation is fiscal 2012 Defense Working Capital Funds. The date of performance completion is August 31, 2021. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va.
Link-Belt Construction Equipment Co., Lexington, Ky., was awarded (SPM8EC-12-D-0016). The award is a fixed price with economic price adjustment contract with a maximum $327,500,000 for the procurement of commercial type cranes and to cover requirements generated that specifically call for cranes. There are no other locations of performance. Using military services are Army, Navy, Air Force, Marine Corps, and Federal Civilian Agencies. There were seven solicitations with seven responses. Type of appropriation is fiscal 2012 through fiscal 2012 Defense Working Capital Funds. The date of performance completion is August 30, 2017. The contracting activity is the Defense Logistics Agency troop support, Philadelphia, Pa.
Raytheon Co., El Segundo, Calif., was awarded (SPRTA1-12-C-0096). The award is a firm fixed price, sole source contract with a maximum $33,561,745 for B-2 Radar Modernization Program Antennas. Other locations of performance are Texas, Mass., and Miss. Using military service is Air Force. There was one solicitation with one response. Type of appropriation is fiscal 2012 Air Force Working Capital Funds. The date of performance completion is September 30, 2014. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla.
Timken Aerospace Transmissions, LLC, Manchester, Conn., was awarded (SPRRA1-12-D-0120). The award is a firm fixed price contract with a maximum $16,908,371 for tail rotor gearboxes. There are no other locations of performance. Using military service is Army. There were two solicitations with one response. Type of appropriation is fiscal 2012 Army Working Capital Funds. The date of performance completion is August 31, 2017. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala.
Honeywell International, Tempe, Ariz., was awarded (SPRRA1-12-D-0131). The award is a firm fixed price contract with a maximum $14,876,125 for pneumatic valves. There are no other locations of performance. Using military service is Army. There were two solicitations with one response. Type of appropriation is fiscal 2012 Army Working Capital Funds. The date of performance completion is August 31, 2017. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala.
Bausch & Lomb, Incorporated, Alliso Viejo, Calif., was awarded (SPM2D0-12-D-0011). The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $13,618,082 for various medical and surgical items. There are no other locations of performance. Using military services are Army, Navy, Air Force, Marine Corps, and Federal Civilian Agencies. There were seventeen responses to the Web solicitation. Type of appropriation is fiscal 2012 Warstopper Funds. The date of performance completion is August 30, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Raytheon Co., El Segundo, Calif., was awarded (SPRPA1-09-G-001X-1049). The award is a firm fixed price, sole source contract with a maximum $13,048,754 for electronic components. 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 Working Capital Funds. The date of performance completion is October 2014. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.
Benco Dental Supply, Pittston, Pa., was awarded (SPM2D0-12-D-0008). The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $12,898,888 for various medical and surgical components. There are no other locations of performance. Using military services are Army, Navy, Air Force, Marine Corps, and Federal Civilian Agencies. There were seventeen responses to the Web solicitation. Type of appropriation is fiscal 2012 Warstopper Funds. The date of performance completion is August 30, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
SPX Precision Corp., Newington, Conn., was awarded (SPRRA1-12-D-0132). The award is a firm fixed price, sole source contract with a maximum $11,970,966 for main rotor support masts. There are no other locations of performance. Using military service is Army. There was one solicitation with one response. Type of appropriation is fiscal 2012 Army Working Capital Funds. The date of performance completion is August 31, 2017. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala.
SPX Precision Corp., Newington, Conn., was awarded (SPRRA1-12-D-0112). The award is a firm fixed price, sole source contract with a maximum $9,155,481 for main scissors assemblies. There are no other locations of performance. Using military service is Army. There was one solicitation with one response. Type of appropriation is fiscal 2012 Army Working Capital Funds. The date of performance completion is August 31, 2017. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala.
Thomas Scientific, Inc., Swedesboro, N.J.*, was awarded (SPM2D0-12-D-0014). The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $8,257,953 for various medical and surgical items. There are no other locations of performance. Using military services are Army, Navy, Air Force, Marine Corps, and Federal Civilian Agencies. There were seventeen responses to the Web solicitation. Type of appropriation is fiscal 2012 Warstopper Funds. The date of performance completion is August 30, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
JDLogic LLC, Parker, Colo.*, was awarded (SP0600-12-D-4538). The award is a fixed price with economic price adjustment contract with a minimum $7,681,061 for fuel. Other locations of performance are throughout Utah and Nev. Using military services are Army, Navy, and Air Force. There were thirty-two responses to the Web solicitation. Type of appropriation is fiscal 2015 Stock Funds. The date of performance completion is September 30, 2015. The contracting activity is the Defense Logistics Agency Troop Energy, Fort Belvoir, Va.
Mansfield Oil Co., of Gainesville, Inc., Gainesville, Ga.*, was awarded (SP0600-12-D-4541). The award is a fixed price with economic price adjustment contract with a minimum $5,191,955 for fuel. Other locations of performance are throughout Calif., Nev., and Utah. Using military services are Army, Navy, Air Force, Marine Corps, and Federal Civilian Agencies. There were thirty-two responses to the Web solicitation. Type of appropriation is fiscal 2015 Stock Funds. The date of performance completion is August 31, 2015. The contracting activity is the Defense Logistics Agency Troop Energy, Fort Belvoir, Va.
NAVY
The Boeing Co., Seattle, Wash., is being awarded a $244,894,000 advance acquisition contract with firm-fixed-price line items to procure long-lead materials in support of the manufacture and delivery of 13 P-8A multi-mission Maritime Aircraft Lot I. Work will be performed in Seattle, Wash. (63.8 percent); Greenlawn, N.Y. (11.7 percent); Baltimore, Md. (11.0 percent); North Amityville, N.Y. (8.2 percent); and McKinney, Texas (5.3 percent); and is expected to be completed in April 2016. This contract was not competitively procured pursuant to FAR6.302-1. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-12-C-0112).
Clark Construction Group, LLC, Tampa, Fla., is being awarded a $66,858,900 firm-fixed-price contract for design and construction of bachelor quarters at Naval Station Norfolk for personnel in support of the Navy’s Homeport Ashore initiative. The contract also contains two unexercised options, which if exercised would increase cumulative contract value to $78,199,455. Work will be performed in Norfolk, Va., and is expected to be completed by September 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 22 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-12-C-4572).
Sierra Nevada Corp., Sparks, Nev., is being awarded a $65,802,025 modification to existing contract (N00174-09-D-0003) for the procurement and support of the Transmitting Set, Countermeasures AN/PLT-5 to support explosive ordnance (EOD) disposal personnel. Joint service EOD forces have a requirement for man-portable equipment and support for the EOD Counter Radio Controlled Improvised Explosive Device Electronic Warfare (CREW) program. The EOD CREW program provides all military EOD services with an electronic warfare capability to counter the threat from improvised explosive devices. The EOD CREW systems protect EOD forces of all services. This contract combines purchases for the Army (92.3 percent), Navy (7.1 percent), and Marine (0.6 percent). Work will be performed in Sparks, Nev., and is expected to be completed by September 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity.
W. F. Magann Corp., Portsmouth, Va., is being awarded a $19,164,441 firm-fixed-price contract for Drydock 3 caisson replacement at Norfolk Naval Shipyard. The work to be performed provides for construction of a new caisson to replace the existing aging caisson that encloses the eas.t end of its existing graving, drydock3. The new caisson will be a reversible, ship-type, floating caisson, and this structure will include side keels and stems, similar to the existing caisson in overall geometry. Work will be performed in Portsmouth, Va., and is expected to be completed by April 2014. Contract funds in the amount of $19,164,441 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 one proposal received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-12-C-4535).
S.B. Ballard, Virginia Beach, Va., is being awarded $17,003,864 for firm-fixed-price task order #0005 under a previously awarded multiple award construction contract (N40085-09-D-5019) for energy renovations to building J50 and replacement of steam traps at Naval Station Norfolk. The work involved is the complete renovation of the heating, ventilation and air conditioning system which will include new mechanical units, ductwork, suspended ceilings, lighting and sprinkler system. The work will require insulating the exterior walls of the building by creating a new insulated interior wall system along the perimeter of the existing exterior walls. Installation of this new insulated interior wall system will require additional work to existing electrical (electrical plugs, telephone jacks, data jacks, etc.) ad architectural features (window, walls, floors, etc.) inside of the building. In addition, work will include the replacement of approximately 425 interior steam traps in various buildings. The task order also contains seven unexercised options, which if exercised would increase cumulative task order value to $20,219,286. Work will be performed in Norfolk, Va., and is expected to be completed by March 2015. Contract funds in the amount of $17,003,864 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.
Raytheon Missile Systems, Tucson, Ariz., is being awarded a $13,571,690 cost-plus-fixed-fee contract to update AIM-9X software from version 8.220 to 8.300 for U.S. Air Force and U.S. Navy. Work will be performed in Tucson, Ariz., and is expected to be completed in December 2013. Contract funds in the amount of $5,392,217 will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. This contract combines purchases for the Air Force ($9,635,035; 71 percent) and the Navy ($3,936,655; 29 percent). The Naval Air Systems Command, Patuxent River, Md. is the contracting activity (N00019-12-C-0111).
Alutiiq 3SG, LLC, Anchorage, Alaska, is being awarded a $13,489,026 modification to previously awarded contract (N00174-10-C-0056) to exercise option year one to support the upgrade of Electronic Security Systems (ESS) support services at Army National Guard Bureau facilities and Armed Forces Reserve Center, and the Department of Homeland Security by providing threat, vulnerability and risk assessments, site surveys, design and engineering, procurement, installation, integration, testing, training and documentation, ESS follow-on/certification training, ESS follow-on technical and maintenance support, and ESS program management and administrative support services. Work will be performed Anchorage, Alaska, and is expected to be completed by August 2013. Contract funds in the amount of $1,477,124 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head, Md., is the contracting activity.
Cape Fox Professional Services, LLC, Manassas, Va., is being awarded an estimated ceiling priced $10,801,645 modification to previously awarded cost-plus fixed-fee contract (N00244-08-C-0032) to exercise option year four for integrated solution to provide training, program management, and supporting structure with the specific goal of reducing traffic related deaths in the Navy and Marine Corps. The modification provides incremental funding in the amount of $7,580,987. Work will be performed at multiple locations as specified in the contract, specifically at Naval and Marine Corps Installations. The work is expected to be completed Aug. 31, 2013. The applicable Operational and Maintenance, Navy contract funds will expire at the end of the current fiscal year. The original solicitation was synopsized through Navy electronic commerce online as a sole source 8 (a) Alaskan native corporation using negotiated procedures. The NAVSUP Fleet Logistics Center, San Diego, Calif., is the contacting activity.
A&D GC, Inc.*, San Diego, Calif., is being awarded $9,927,000 for firm-fixed-price task order #0006 under a previously awarded multiple award construction contract (N62473-09-D-1658) for the design and construction of a complete and usable armory and covered cleaning area in the Horno Area 53 at Marine Corps Base Camp Pendleton. The task order also contains one planned modification, which if exercised would increase cumulative contract value to $10,044,507. Work will be performed in Oceanside, Calif., and is expected to be completed by December 2013. Contract funds will not expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.
Lockheed Martin Missiles and Fire Control, Orlando, Fla. (FA8523-12-D-0004), is being awarded a $152,329,710 indefinite delivery/indefinite quantity contract for contractor logistics support services to sustain the Sniper Advanced Targeting Pod system. Location of performance is Lockheed Martin Missiles and Fire Control, Orlando, Fla. Work is to be completed by Aug. 31, 2017. The contracting activity is WR-ALC/GRWKA of Robins Air Force Base, Ga.
Computer Sciences Raytheon or Brevard County, Fla. (FA2521-07-C-0011), is being awarded a $82,191,155 cost plus award fee, firm fixed priced, cost reimbursable contract to provide operations, maintenance, and sustainment of critical range and launch processing systems that support the launch processing mission of the 45th Space Wing. Location of performance is Computer Sciences Raytheon of Brevard County, Fla. Work is to be completed by Sept. 30, 2012. Contracting activity is 45 CONS/LGCZR, Patrick Air Force Base, Fla.
Northrop Grumman Intelligence Systems of San Jose, Calif. (FA8620-08-G-3007-DO-0005), is being awarded a $68,557,478 cost plus incentive fee contract to develop, integrate, lab test and flight test the ASIP 2C processor/receiver. Location of performance is Northrop Grumman Intelligence Systems of San Jose, Calif. Work is to be completed by May 31, 2014. The contracting activity is USAF/AFLCMC, Wright-Patterson Air Force Base, Ohio.
Coastal Environmental Systems Inc., Seattle, Wash., (FA8217-12-D-0002) is being awarded a $35,000,000 firm fixed price indefinite delivery/indefinite quantity contract for AN/FMQ-19 automatic meteorological station contractor logistics support. The location of performance is Coastal Environmental Systems Inc., Seattle, Wash. Work is to be completed by Sept. 14, 2017. The contracting activity is AFLMC/HBZKB, Hill Air Force Base, Utah.
Lockheed Martin Corp., MS2 of Manassas, Va., (FA8707-12-C-0013) is being awarded a $26,499,999 contract for Royal Jordanian Air Force C3 System. The Program purpose is to acquire an Air Defense System capability for the Royal Jordanian Air Force. The System consists of Air Surveillance and Control Subsystem, Air Battle Planning (ATO/ACO) Subsystem, Voice Communications Subsystem, and Data Communications Subsystem. The location of performance is Lockheed Martin Corp., MS2, Manassas, Va. The work is expected to be complete by July 2016. AFLCMC/HBNA is the contracting activity.
Delaware Resource Group of Oklahoma, LLC, Oklahoma City, Okla., (FA4890-12-C-0004, P00008) is being awarded a $10,284,992 firm fixed price with cost reimbursable contract modification for F-15C/E, F-16 and F-22A aircrew training and courseware development services. The location of performance is Seymour Johnson Air Force Base, N.C., Nellis Air Force Base, Nev., Hill Air Force Base, Utah, Shaw Air Force Base, S.C., Langley Air Force Base, Va. Work is to be completed by Sept. 30, 2013. The contracting activity is ACC AMIC/PKB, Newport News, Va.
CAPCO Inc., Grand Junction, Colo., (FA8213-12-D-0001) is being awarded a $9,160,478 firm fixed price contract for 48 impulse cartridges used on multiple aircraft such as the F-16, A-10, F-22, and C-130. The location of performance is CAPCO Inc., Grand Junction, Colo. Work is to be completed by Feb. 13, 2014. The contracting activity is AFLCMC/ EBHKA, Hill Air Force Base, Utah.
DTS Aviation Services, Inc., (FA3002-05-C-0016-A00200)) is being awarded an $8,015,039 contract modification for aircraft maintenance at Columbus Air Force Base, Miss. Location of performance is Columbus Air Force Base, Miss. Work is to be completed by Nov. 30, 2012. The contracting activity is 14 CON/LGC, Columbus Air Force Base, Miss.
SIX3 Advanced Systems, Inc., Dulles, Va., (HR0011-11-F-000, P00010) is being awarded a $7,176,158 contract modification for the establishment of program requirements and milestones for Cyber Fast Track Commercial Agreements. The location of performance is SIX3 Advanced Systems, Inc, Dulles, Va. Work is to be completed Aug. 21, 2013. The contracting activity is AFRL/RIKD of Rome, N.Y.
Wolf Creek Federal Services Inc., Chesapeake, Va., (FA9401-12-0019) is being awarded a $6,565,226 firm fixed price, cost reimbursement contract for host maintenance services to ensure installation facilities and infrastructure are maintained and operated for the Air Force Research Lab and 21 other organizations. Location of performance is Kirtland Air Force Base, N.M. Work is to be completed by Feb. 28, 2012. The contracting activity is AFNWC/PKOC, Kirtland Air Force Base, N.M.
ARMY
Bell Helicopter Textron Inc., Hurst, Texas, was awarded a $59,036,571 firm-fixed-price contract. The award will provide modification of an existing contract in support of the OH58-A to OH58-D Cabin Conversion Program. Work will be performed in Hurst and Amarillo, Texas, with an estimated completion date of Oct. 31, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-11-C-0016).
J.E. Dunn Construction Co., Kansas City, Mo., was awarded a $28,290,770 firm-fixed-price contract. The award will provide for the construction of an addition to the Nutritional Care Department of the San Antonio Military Medical Center North Campus. Work will be performed in Fort Sam Houston, Texas, with an estimated completion date of June 2, 2014. The bid was solicited through the Internet, with 12 bids received. The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-12-C-0050).
API LLC, Anchorage, Alaska, was awarded an $18,500,000 firm-fixed-price contract. The award will provide for the procurement of the Navy Working Uniform. Work will be performed in Marias, Puerto Rico, with an estimated completion date of Aug. 26, 2015. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-12-D-0009).
Chenega Technical Innovations LLC, Dumfries, Va., was awarded a $9,999,999 cost-plus-fixed-fee contract. The award will provide for the systems engineering and technical assistance support to the Army Geospatial Center. Work will be performed in Dumfries and Alexandria, Va., with an estimated completion date of Aug. 27, 2014. One bid was solicited, with one bid received. The U.S. Army Corps of Engineers, Alexandria, Va., is the contracting activity (W5J9CQ-12-D-0006).
Lakeview Center Inc., Pensacola, Fla., was awarded a $9,952,772 firm-fixed-price contract. The award will provide for the dining facility and food support services. Work will be performed in Tacoma, Wash., with an estimated completion date of Aug. 31, 2014. The bid was solicited through the Internet, with six bids received. The U.S. Army Contracting Command, Fort Lewis, Wash., is the contracting activity (W9124D-10-D-0031).
Washington State Services for the Blind, Lacey, Wash., was awarded a $7,488,299 firm-fixed-price contract. The award will provide for the full food services at Joint Base Lewis McChord. Work will be performed in Tacoma, with an estimated completion date of Aug. 31, 2014. The bid was solicited through the Internet, with seven bids received. The U.S. Army Contracting Command, Fort Lewis, Wash., is the contracting activity (W9124D-11-D-0041).
The Missile Defense Agency (MDA) is announcing the award of a sole-source cost-plus-incentive-fee contract action to Raytheon Missile Systems Co., Tucson, Ariz., under contract N00024-07-C-6119, modification P00102. The total value of this effort is $230,374,920, increasing the total contract value from $1,699,919,267 to $1,930,294,187. This modification will award fourteen Standard Missile-3 Block IA Missiles and five Standard Missile-3 Block IB Missiles. The work will be performed in Tucson, Ariz. The performance period is from the date of award through Sept. 30, 2014. Fiscal 2012 Defense Wide Procurement funds will be used to fully fund this effort. Contract funds will not expire at the end of the current fiscal year. This is not a Foreign Military Sales acquisition. The MDA, Dahlgren, Va., is the contracting activity.
The Missile Defense Agency (MDA) is announcing the award of a contract modification (P00038) to Lockheed Martin Mission Systems and Sensors, Moorestown, N.J., under the HQ0276-10-C-0003 contract. The total value of this ceiling increase is $8,335,787, increasing the total contract value from $200,950,868 to $209,286,655. Under this modification, the contractor will provide Aegis Ashore Engineering Agent (AAEA) long lead time material for the install, integration and test of Pacific Missile Range Facility (PMRF). The work will be performed in Moorestown, N.J. The performance period is from date of award through April 30, 2013. Fiscal 2012 Research, Development, Test and Evaluation funds in the amount of $4,961,859.62 will be used to incrementally fund this effort. Contract funds will not expire at the end of the current fiscal year. This is not a Foreign Military Sales acquisition. The MDA, Dahlgren, Va., is the contracting activity.
NAVY
Harris Corp., RF Communications Division, Rochester, N.Y., is being awarded a $296,701,117 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of the following handheld, manpack, fixed mount, vehicular and/or base station configuration of radio families: AN/PRC-117, AN/PRC-150 and AN/PRC-152, as well as related ancillary parts. Work will be performed in Rochester, N.Y., and is expected to be completed by Sept. 30, 2017. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Space and Naval Warfare Systems E-commerce website, with one offer received. The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity (N00039-12-D-0001).
L-3 Interstate Electronics Corp., Anaheim, Calif., is being awarded a $24,019,394 indefinite-delivery/indefinite-quantity, firm-fixed-price supply contract to provide VideoScout Family of Systems (FoS) equipment in support of the U.S. Marine Corps. This contract includes options which, if exercised, would bring the cumulative value of the individual contract to an estimated $84,929,800. Work will be performed in Anaheim, Calif., and is expected to be completed by August 2013. If all options are exercised, work could continue until August 2016. Contract funds in the amount of $25,000 will expire at the end of the current fiscal year. This contract was not competitively procured since it is a sole source acquisition. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-12-D-3283).
Raytheon Missile Systems, Tucson, Ariz., is being awarded a $16,995,440 cost-fixed-fee contract for the Precision Extended Range Munition (PERM) Engineering and Manufacturing Development (EMD) effort. The U.S. Marine Corps requires the PERM to increase the existing capability of the 120mm Expeditionary Fire Support System (EFSS). The PERM will be an additional munition to the current family of 120mm mortar munitions, and is intended to provide significantly increased range and accuracy to the family of munitions and thus increase the tactical capability of the 120mm EFSS. The contract will require the delivery of 42 PERM demonstration rounds, two projectile interface devices, two extractor tools and test support. Initial funding in the amount of $9,961,471.27 is applied to the contract award. Contract funds in the amount of $4,285,547 will expire at the end of the current fiscal year. Work will be performed in Tel Aviv, Israel (61.1 percent), and Tucson (38.9 percent), and work is expected to be completed August 2014. This contract was competitively procured through full and open competition via Navy Electronic Commerce Office, with four offers received. The Marine Corps System Command, Quantico, Va., is the contracting activity (M67854-12-C-6013).
Raytheon Co., McKinney, Texas, is being awarded a $15,531,933 ceiling priced deliver order #7003 under the previously awarded Basic Ordering Agreement (N00383-10-G-003D) for the repair of two Weapon Replaceable Assembly and nine Shop Replaceable Assembly items of the Advanced Targeting Forward Looking Infrared system used in support of the F/A-18 aircraft. Work will be performed in McKinney, Texas, and work is expected to be completed by Aug. 30, 2013. The applicable 2012 Navy Working Capital Funds will not expire at the end of the current fiscal year. Raytheon was solicited for this sole-source requirement and one offer was received in response to the solicitation. The Naval Supply Weapon Systems Support (WSS), Philadelphia, Pa., is the contracting activity.
Alliant Techsystems Operations, Plymouth, Minn., is being awarded a $14,355,867 cost-plus- fixed-fee contract for the Precision Extended Range Munition (PERM) Engineering and Manufacturing Development (EMD) effort. The U.S. Marine Corps requires the PERM to increase the existing capability of the 120mm Expeditionary Fire Support System (EFSS). The PERM will be an additional munition to the current family of 120mm mortar munitions, and is intended to provide significantly increased range and accuracy to the family of munitions and thus increase the tactical capability of the 120mm EFSS. The basic contract will require the delivery of 42 PERM demonstration rounds, two projectile interface devices, two extractor tools and test support. Work will be performed in Saint Petersburg, Fla. (50.4 percent), and Plymouth (49.6 percent), and work is expected to be completed in August 2014. Initial funding in the amount of $9,961,471.27 is applied to the contract award. Contract funds in the amount of $4,285,547 will expire at the end of the current fiscal year. This contract was competitively procured through full and open competition via Navy Electronic Commerce Office, with four offers received. The Marine Corps System Command, Quantico, Va., is the procuring contracting activity (M67854-12-C-6014).
Compass Systems Inc., Lexington Park, Md., is being awarded a $10,656,357 firm-fixed-price order against a previously issued Basic Ordering Agreement (N68335-12-G-0021) to provide 84 Persistent Ground Surveillance System (PGSS) Operators at Forward Operating Bases (FOBs) located throughout Afghanistan. Work will be performed in Afghanistan (90 percent), and Yuma, Ariz. (10 percent), and is expected to be completed in August 2013. Contract funds in the amount of $10,656,357 will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.
Moffatt and Nichol Inc., Honolulu, Hawaii, is being awarded a maximum amount $10,000,000 indefinite-delivery/indefinite-quantity contract for structural projects at various locations under the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR). The work to be performed provides for services that include, but are not limited to, design and engineering services for projects that involve significant structural engineering involvement, such as piers, wharves, bridges, and long span structures such as warehouses and hangars, as well as structural engineering investigations of existing buildings and structures. Architect-engineering support services include, but are not limited to: military construction project documentation; functional analysis and concept development; request for proposal design-build and design-bid-build solicitation documents; collateral equipment buy packages; technical reports including engineering investigations and concept studies; interdisciplinary coordination reviews; construction consultation and geotechnical investigations. Task order #0001 is being awarded at $259,446 for Shoreline Erosion Report, Diego Garcia, British Indian Ocean Territories. Work for this task order is expected to be completed by March 2013. All work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Pacific AOR including, but not limited to Hawaii (55 percent), Guam (30 percent), and Far East (15 percent). The term of the contract is not to exceed 60 months, with an expected completion date of August 2017. Contract funds in the amount of $259,446 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 seven proposals received. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-12-D-0004).
Huntington Ingalls Inc., Newport News, Va., is being awarded $9,719,777 modification to previously awarded cost-plus-incentive-fee detail, design and construction contract (N00024-08-C-2110) in support of the USS Gerald R. Ford (CVN 78) construction and non-recurring engineering efforts to configure the aircraft carrier’s decision centers. Work will be performed in Newport News, Va., and is expected to complete by September 2015. Contract funds will not expire at the end of the current fiscal year. Supervisor of Shipbuilding Conversion and Repair, Newport News, Va., is the contracting activity.
S. B. Ballard Construction Co., Virginia Beach, Va., is being awarded $7,019,305 for firm-fixed-price task order #0004 under a previously awarded multiple award construction contract (N40085-09-D-5019) for the Navy Lodge expansion at Joint Expeditionary Base Little Creek-Fort Story. The work to be performed provides for two, two-story additions to the existing Navy Lodge Facility. The project also includes the interior conversion of three existing guest rooms adjacent to the entrance lobby into a guest breakfast area. The project includes the provision of additional site lighting, parking, sidewalks, utility relocations, storm water retention, relocated playground area, dumpster areas, and lay down area for the adjacent Navy Exchange storage/shipping containers. Work will be performed in Virginia Beach, Va., and is expected to be completed by November 2013. Contract funds will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.
Raytheon Co., Integrated Defense Systems, San Diego, Calif., is being awarded a $6,630,523 firm-fixed-price modification to previously awarded contract (N00024-09-C-5100) for procurement of fiscal 2012 long-lead material and end-of-life commercial-off-the-shelf parts for Ship Self Defense System MK2 network switching cabinets. This Ship Self Defense System MK2 provides a command and control system with the objective of significantly improving the combat decision system capabilities for selected surface combatants. Work will be performed in San Diego, Calif. (50 percent), and Portsmouth, R.I. (50 percent), and is expected to be completed by March 2014. 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.
AM General L.L.C., Mishawaka, Ind., was issued a modification on contract SPM7LX-09-D-9001/P00057. The award is a fixed price with economic price adjustment, sole source contract with a minimum $30,807,141 to provide support for customer pay programs. There are no other locations of performance. Using military service is Army. There was one solicitation with one response. Type of appropriation is fiscal 2012 Defense Working Capital funds. The date of performance completion is Jan. 18, 2014. The contracting activity is the Defense Logistics Agency Land, Columbus, Ohio.
Union Distributing Co. Inc.*, Phoenix, Ariz., was awarded contract SP0600-12-D-4549. The award is a fixed price with economic price adjustment contract with a minimum $15,219,202 for fuel. Other locations of performance are throughout Arizona. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were thirty-two responses to the Web solicitation. Type of appropriation is fiscal 2015 Stock Funds. The date of performance completion is Aug. 31, 2015. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.
Ortho Clinical Diagnostics Inc., J and J Co., Rochester, N.Y., was issued a modification exercising the third option year on contract SPM2D0-09-D-0004/P00008. The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $13,246,519 for various medical and surgical products. There are no other locations of performance. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. There were seventeen responses to the Web solicitation. Type of appropriation is fiscal 2012 Warstopper funds. The date of performance completion is Sept. 1, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
DEFENSE COMMISSARY AGENCY
KBE Building Corp., Farmington, Conn., is being awarded a firm-fixed-price type contract on Aug. 30, 2012, to construct a new commissary — Navy Exchange at Annapolis, Md. The award amount is $27,181,772. The contract is for a 492-day period based on the issuance of the notice to proceed which is expected in September 2012. Offers were solicited via full and open competition and seven offers were received. The contracting activity is the Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Lackland Air Force Base, Texas.
MISSILE DEFENSE AGENCY
The Missile Defense Agency (MDA) is announcing the award of a sole source cost-plus-incentive fee/cost-plus-award-fee contract modification to exercise an option to the Lockheed Martin Mission Systems and Sensors, Moorestown, New Jersey, under contract # HQ0276-10-C-0001. The value of this contract modification is $7,904,766, increasing the total contract value from $1,271,799,232 to $1,279,703,998. Under this modification, the contractor will conduct installation, test and checkout of the Aegis Ballistic Missile Defense Baseline 5.0 Weapon System modifications associated with up to four Aegis Destroyer(s). The work will be performed in Moorestown, New Jersey. The performance period is from the date of award through December 31, 2015. Fiscal 2012 Research, Development, Test and Evaluation funds will not expire at the end of the current fiscal year. This is not a Foreign Military Sales acquisition. The MDA, Dahlgren, Virginia, is the contracting activity (HQ0276).
PAR Government Corp., Rome, N.Y., was awarded a $48,000,000 cost-plus-fixed-fee contract. The award will provide for the services, including Full-Motion Video, Geospatial Information Systems and Surveillance and Reconnaissance related applications. Work will be performed in Rome, with an estimated completion date of Aug. 27, 2017. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-12-D-0010).
Weeks Marine Inc., Covington, La., was awarded an $11,925,000 firm-fixed-price contract. The award will provide for the services in support of the Virginia Beach Hurricane Protection Beach Re-Nourishment. Work will be performed in Virginia Beach, Va., with an estimated completion date of May 15, 2013. The bid was solicited through the Internet, with four bids received. The U.S. Army Corps of Engineers, Norfolk, Va., is the contracting activity (W91236-12-C-0042).
Solis Constructors Inc., Austin, Texas, was awarded a $9,329,356 firm-fixed-price contract. The award will provide for the construction of a Special Operations Force C-130 Washrack Hangar at Cannon Air Force Base, N.M. Work will be performed in Clovis, N.M., with an estimated completion date of Dec. 27, 2013. The bid was solicited through the Internet, with five bids received. The U.S. Army Corps of Engineers, Albuquerque, N.M., is the contracting activity (W912PP-12-C-0025).
B.L. Harbert International LLC, Birmingham, Ala., was awarded an $8,897,000 firm-fixed-price contract. The award will provide for the construction of a Troop Medical Clinic at Eglin Air Force Base, Fla. Work will be performed in Eglin, Fla., with an estimated completion date of Aug. 29, 2014. There were 29 bids solicited, with 29 bids received. The U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-12-C-0028).
Stantec Consulting Services Inc., Lexington, Ky., was awarded a $7,500,000 firm-fixed-price contract. The award will provide for the services in support of environmental projects. Work will be performed in Tulsa, Okla., with an estimated completion date of Aug. 22, 2017. There were 13 bids solicited, with seven bids received. The U.S. Army Corps of Engineers, Tulsa, Okla., is the contracting activity (W912BV-12-D-0003).
immixTechnology Inc., McLean, Va., was awarded a $7,369,140 firm-fixed-price contract. The award will provide for the procurement of software licenses and maintenance services. Work will be performed in McLean, with an estimated completion date of Aug. 13, 2013. Three bids were solicited, with three bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-12-A-0016).
AAI Corp., Hunt Valley, Md., was awarded a $7,288,966 cost-plus-fixed-fee contract. The award will provide for the modification of an existing contract to procure the One System Remote Video Terminal Technical Services. Work will be performed in Hunt Valley, with an estimated completion date of Aug. 20, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0190).
Verizon Business Network Services Inc., Ashburn, Va., was awarded a $7,141,581 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure Network Managed Services in support of the U.S. Army Reserve Command. Work will be performed in Fort Bragg, N.C., with an estimated completion date of Aug. 31, 2013. The bid was solicited through the Internet, with two bids received. The U.S. Army Contracting Command, Fort Bragg, N.C., is the contracting activity (W91LV2-09-C-0049).
K.O.O. Construction Inc., Sacramento, Calif., was awarded a $6,890,531 firm-fixed-price contract. The award will provide for the renovation services in support of the Inpatient Mental Health Ward in Los Angeles, Calif. Work will be performed in Los Angeles, with an estimated completion date of Aug. 30, 2013. The bid was solicited through the Internet, with two bids received. The U.S. Army Corps of Engineers, Los Angeles, Calif., is the contracting activity (W912PL-12-C-0020).
Northrop Grumman Corp., San Diego, Calif., is being awarded a $40,137,349 cost-plus-fixed-fee contract for operations and maintenance services in support of the Broad Area Maritime Surveillance Demonstrator Unmanned Aircraft System, also known as the Global Hawk Maritime Demonstrator. Work will be performed in Patuxent River, Md. (70 percent) and outside continental U. S. (30 percent), and is expected to be completed in August 2013. Contract funds in the amount of $40,137,349 will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-12-C-0117).
Lockheed Martin Mission System and Sensors, Manassas, Va., is being awarded an undefinitized, not-to-exceed $28,000,000 modification to previously awarded contract (N00024-11-C-6294) for the procurement of long-lead material for four Technical Insertion (TI) 2014 Virginia class new construction and two additional Virginia class new construction submarines for fiscal 2013. Acoustic Rapid Commercial-Off-The-Shelf Insertion TI 2012-2014 program concept is that vast improvements in acoustic sensing can be achieved without changing the sensors. By sharply upgrading ship sensor processing, it integrates and improves the boat’s towed array, hull array and sphere array sonars. The long lead materials being procured are necessary to continue with the program needs and to maintain schedule. Purchasing all necessary long lead material as an Economic Order Quantity ensures that cost savings are achieved. The work will be performed in Manassas, Va. (73 percent), Syracuse, N.Y. (11 percent), Clearwater, Fla. (10 percent) and Marion, Mass. (6 percent), and is expected to be completed by December 2013. Contract funds will not expire at the end of the fiscal year. The Naval Sea System Command, Washington D.C., is the contracting activity.
EFW, Inc., Fort Worth, Texas, is being awarded a $38,283,186 indefinite-delivery/ indefinite-quantity contract to provide hardware, support equipment, and non-recurring engineering in support of the Helmet Display Tracking System (HDTS) on the AH-1W helicopters. This contract includes cabling (P-Kits), fixtures, tooling, and non-recurring engineering associated with modifying the helmet design, adding moving map and other enhanced capabilities. Work will be performed in Haifa, Israel (72 percent), and Fort Worth, Texas (28 percent), and is expected to be completed in August 2013. Contract funds will not expire at the end of the current fiscal year. No funding will be obligated at time of award. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-12-D-0012).
The Boeing Co., Jacksonville, Fla., is being awarded a $27,795,240 modification to a previously awarded firm-fixed-price, cost-plus-fee requirements contract (N00019-11-D-0013). This modification provides for supplies and services for In-Warranty and Out-Of-Warranty depot-level modification installations and In-Service Repairs (ISR) incident to modification kit installs including associated material and services as required to support the continued safe, reliable and improved operation of the F/A-18 series aircraft. Work will be performed in Jacksonville, Fla., and is expected to be completed in September 2013. Contract funds will not expire at the end of the current fiscal year. No funding is being obligated at time of award. The Naval Air System Command, Patuxent River, Md. is the contracting activity.
Orbital Sciences Corp., Chandler, Ariz. is being awarded a $26,401,920 firm-fixed-price contract for the Full Rate Production 6 (FRP-VI) of the GQM-163A Coyote Supersonic Sea Skimming Target base vehicles, associated hardware, kits and production support. Work will be performed in a Chandler, Ariz. (71 percent); Camden, Ark. (24 percent); Vergennes, Vt. (3 percent); and Hollister, Calif. (2 percent), and is expected to be completed in June 2015. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-12-C-0061).
J.F. Taylor, Inc., Lexington Park, Md., is being awarded a $12,214,321 modification to a previously awarded cost-plus-fixed-fee performance-based services contract (N00421-12-C-0039)for engineering, technical, administrative, operations and maintenance services in support of the MannedFlight Simulator Facility,the pilot-in-the-loopcomponent of the Air Combat EnvironmentTest and Evaluation Facility(ACETEF). The ACETEF, which is a ground test facility located onboard the Naval Air Warfare Aircraft Division, Patuxent River, Md., is used to test installed aircraft systems in an integrated multi-spectral warfare environment using state-of-the-art simulation and stimulation Technology. Work will be performed in Patuxent River, Md., and is expected to be completed in February 2013. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.
BAE Systems IESI, Greenlawn, N.Y., is being awarded a $12,193,128 modification to a previously awarded firm-fixed-price contract (N00019-12-C-2011) to exercise an option for the procurement of Common (Identification Friend or Foe) Digital Transponder (CXP) hardware for the U.S. Army, U.S. Navy, and the governments of Saudi Arabia, Australia, the Netherlands, Taiwan, and France, including transponders, mounts, modification kits. Work will be performed in Greenlawn, N.Y., and is expected to be completed in August 2015. This contract combines purchases for the U.S. Army ($7,161,099; 58.7 percent); U.S. Navy ($1,997,108; 16.4 percent), and the Governments of Saudi Arabia ($1,239,444; 10.2 percent), Australia ($903,742; 7.4 percent); the Netherlands ($413,148; 3.4 percent); Taiwan ($24,516; 2 percent); and France ($238,071; 1.9 percent) under the Foreign Military Sales Program. Contract funds in the amount of $516,435 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
The Boeing Co., St. Louis, Mo., is being awarded a $10,627,018 firm-fixed-price delivery order against a previously issued Basic Ordering Agreement (N00019-11-G-0001) for recurring and non-recurring engineering services required to retrofit the Digital Memory Device in F/A-18 aircraft (lots 26-29). Work will be performed in Melbourne, Fla. (78 percent); St. Louis, Mo. (19 percent); and Oklahoma, City, Okla. (3 percent), and is expected to be completed in December 2014. Contract funds in the amount of $1,200,000 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Lockheed Martin, Mission Systems and Sensors, Moorestown, N.J., is being awarded a $6,578,042 cost-plus-award-fee, cost-plus-fixed-fee modification to previously awarded contract (N00024-09-C-5103) to exercise options for fiscal year 2012 Aegis Platform Systems Engineering Agent activities and Aegis Modernization Advanced Capability Build engineering for CG 57 and DDG 51 class ships. The Platform Systems Engineering Agent manages the in-service combat systems configurations, as well as the integration of new or upgraded capability. Work will be performed in Moorestown, N.J., and is expected to be completed by December 2012. 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.
DEFENSE LOGISTICS AGENCY
Idaho Technology, Inc., Salt Lake City, Utah*, was issued a modification on the second option year of contract SPM2D0-10-D-0003/P00010. The award is a firm fixed price, sole source, indefinite delivery and indefinite quantity contract with a maximum $27,352,471 for Reagents, Extraction and Inhibition Kits. There are no other locations of performance. Using military services are Army, Navy, Air Force, Marine Corps, and Federal Civilian Agencies. There was one solicitation with one response. Type of appropriation is FY12 Defense Working Capital funds. The date of performance completion is August 31, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Falcon Fuels, Inc., Paramount, Calif.*, was awarded contract SP0600-12-D-4533. The award is a fixed price with economic price adjustment contract with a minimum $20,746,073 for fuel. Other locations of performance are throughout California. Using military services are Army, Navy, Air Force, Marine Corps and Federal Civilian Agencies. There were thirty-two responses to the Web solicitation. Type of appropriation is FY15 Stock Funds. The date of performance completion is September 30, 2015. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.
SC Fuels, Orange, Calif.*, was awarded contract SP0600-12-D-4547. The award is a fixed price with economic price adjustment contract with a minimum $7,612,408 for fuel. Other locations of performance are throughout California and Arizona. Using military services are Army, Air Force, and Federal Civilian Agencies. There were thirty-two responses to the Web solicitation. Type of appropriation is FY15 Stock Funds. The date of performance completion is September 30, 2015. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.
PRO Petroleum, Las Vagas, Nev.*, was awarded contract SP0600-12-D-4543. The award is a fixed price with economic price adjustment contract with a minimum $7,262,737 for fuel. Other locations of performance are throughout Arizona. Using military services are Army, Air Force, Marine Corps and Federal Civilian Agencies. There were thirty-two responses to the Web solicitation. Type of appropriation is FY15 Stock Funds. The date of performance completion is September 30, 2015. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.
AIR FORCE
The Boeing Co., of Huntington Beach, Calif. (FA8807-05-C-0004 P00088) is being awarded a $10,404,653 firm fixed price contract modification for the upgrade of 13,377 hand held radios and the repair of up to 1,581 hand held radios. The location of performance is Argon ST, Inc. (Wholly Owned Subsidiary of Boeing), Smithfield, Pa. Work is to be completed by May 15, 2014. The contracting activity is AFLCMC/HBDK, Hanscom Air Force Base, Mass.
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
University of Southern California, Information Sciences Institute, Marina del Rey, CA, is being awarded a $8,369,610.00 modification to a cost, no fee contract (HR0011-11-C-0041). DARPA is investigating methods of validating the functionality and reliability of integrated circuits under the Integrity and Reliability in Integrated Circuits (IRIS) program. The Information Sciences Institute of the University of Southern California proposes to aid the Government in performing research in this area by supplying benchmark test articles to better focus and drive the results of the IRIS program. Over the course of two Phases, the IRIS Test Article Generation effort will deliver test articles for Technical Areas 1, 3 and 4a of the IRIS program. These test articles may be comprised of application-specific integrated circuit (ASIC) hardware devices, ASIC design files, or field-programmable gate array (FPGA) design files, as mandated by the targeted technical area. At the Government’s direction, the test articles will be delivered to the IRIS contractor community. Work will be performed in Marina del Rey, CA (100 precent). The work is expected to be completed by July 25, 2014. The Defense Advanced Research Projects Agency is the contracting activity.
DEFENSE LOGISTICS AGENCY
BOH Environmental, L.L.C.*, Chantilly, Va., was issued a modification on the third option year of contract SPM8ED-08-D-0251/P00009. The award is a fixed price with economic price adjustment, sole source contract with a maximum $403,653,103 for several types of containers and container parts. Other location of performance is Texas. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There was one solicitation with one response. Type of appropriation is fiscal 2012 and fiscal 2013 Defense Working Capital funds. The date of performance completion is Aug. 28, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Impax Laboratories, Hayward, Calif., was issued a modification on the first option year of contract SPM2D0-11-D-0007/P00010. The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $88,772,691 for various pharmaceutical products. Other location of performance is Pennsylvania. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were eighteen responses to the Web solicitation. Type of appropriation is fiscal 2012 Warstopper funds. The date of performance completion is Sept. 11, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Medline Industries, Mundelein, Ill., was issued a modification on the third option year of contract SPM2D0-09-D-0007/P00015. The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $57,962,003 for various medical and surgical products. There are no other locations of performance. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were seventeen responses to the Web solicitation. Type of appropriation is fiscal 2012 Warstopper funds. The date of performance completion is Aug. 30, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Johnson and Johnson Health Care Systems Inc., Piscataway, N.J., was issued a modification on the second option year of contract SPM2D0-10-D-0006/P00007. The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $9,274,960 for various medical and surgical products. There are no other locations of performance. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were seventeen responses to the Web solicitation. Type of appropriation is fiscal 2012 Warstopper funds. The date of performance completion is Aug. 30, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Metalcraft, Inc.*, Baltimore, Md., was issued a modification on the first option year of contract SPM8EH-11-D-0001/P00003. The award is a fixed price with economic price adjustment, option year pricing contract with a maximum $9,243,969 for fire extinguishers and brackets. There are no other locations of performance. Using military services are Army, Air Force, and Marine Corps. There were two solicitations with one response. Type of appropriation is fiscal 2012 Defense Working Capital funds. The date of performance completion is Oct. 28, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Oshkosh Corp., Oshkosh, Wis., was awarded contract SPRDL1-12-D-0037. The award is a firm fixed price, indefinite delivery and indefinite quantity contract with a maximum $6,820,626 for heavy expanded mobility tactical truck transmission with container. Other location of performance is Michigan. Using military service is Army. There was one response to the Web solicitation. Type of appropriation is fiscal 2013 through fiscal 2016 Army Working Capital Funds. The date of performance completion is April 21, 2016. The contracting activity is the Defense Logistics Agency Land, Warren, Mich.
Lockheed Martin Gyrocam Systems, Sarasota, Fla., was awarded a $333,300,000 firm-fixed-price contract. The award will provide for the procurement of spare and repair parts to support the Vehicle Optics Sensor System. Work will be performed in Sarasota, with an estimated completion date of Aug. 22, 2014. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Alexandria, Va., is the contracting activity (W909MY-12-D-0017).
Ayuda Management Corp., Broomfield, Colo., (W912BV-12-D-0030); Bejarano Construction Services Inc., San Antonio, Texas, (W912BV-12-D-0031); C3 L.L.C., Broken Arrow, Okla., (W912BV-12-D-0032); and Clement Contracting Group Inc., Prattville, Ala., (W912BV-12-D-0033); were awarded a $49,500,000 firm-fixed-price multiple-award-task-order contract. The award will provide for the construction services in support of various military and civil works projects. Work location will be determined with each task order, with an estimated completion date of Aug. 23, 2015. The bid was solicited through the Internet, with 14 bids received. The U.S. Army Corps of Engineers, Tulsa, Okla., is the contracting activity.
NCASI JV, L.L.C., Honolulu, Hawaii, (W9128A-12-D-0007); and Performance Systems Inc., Waipahu, Hawaii, (W9128A-12-D-0008); were awarded a $49,000,000 firm-fixed-price multiple-award-task-order contract. The award will provide for the construction services for various facilities on the island of Oahu. Work location will be determined with each task order, with an estimated completion date of Aug. 23, 2017. The bid was solicited through the Internet, with 16 bids received. The U.S. Army Corps of Engineers, Fort Shafter, Hawaii, is the contracting activity.
Missouri Department of Social Services, Jefferson City, Mo., was awarded a $43,279,620 firm-fixed-price level-of-effort contract. The award will provide for the operation and maintenance dining facilities on Fort Leonard Wood, Mo. Work will be performed in Fort Leonard Wood, with an estimated completion date of Aug. 31, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Fort Leonard Wood, Mo., is the contracting activity (W911S7-09-D-0029).
Chemring Ordnance Inc., Perry, Fla., was awarded a $40,409,591 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure the Anti-Personnel Obstacle Breaching System. Work will be performed in Perry, with an estimated completion date of Dec. 30, 2016. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-C-0037).
Zel Technologies, L.L.C., Hampton, Va., was awarded a $35,000,000 firm-fixed-price contract. The award will provide for the procurement of the Force-on-Target Battlefield Effects Simulator II. Work will be performed in Orlando, Fla., with an estimated completion date of Aug. 22, 2015. The bid was solicited through the Internet, with three bids received. The U.S. Army Program Executive Office for Simulation, Training and Instrumentation, Orlando, Fla., is the contracting activity (W900KK-12-D-0006).
American Science and Engineering Inc., Billerica, Mass., was awarded a $34,413,249 firm-fixed-price contract. The award will provide for the contractor logistics support for the sustainment and repair of systems. Work will be performed in Billerica; Kuwait; and Afghanistan; with an estimated completion date of Aug. 28, 2013. The bid was solicited through the Internet, with one bid received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-C-0326).
EADS-NA, Herndon, Va., was awarded a $33,512,268 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure Security and Support Mission Equipment Packages for the UH-72A Weapon System. Work will be performed in Columbus, Miss., with an estimated completion date of Aug. 31, 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 (W58RGZ-06-C-0194).
Northrop Grumman Systems Corp., Boulder, Colo., was awarded a $31,200,000 cost-plus-incentive-fee contract. The award will provide for the development of the Joint Tactical Ground Station system. Work will be performed in Colorado Springs, Colo., and Azusa, Calif., with an estimated completion date of Feb. 24, 2014. The bid was solicited through the Internet, with one bid received. The U.S. Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity (W9113M-12-C-0055).
KCI Construction Co., St. Louis, Mo., was awarded a $30,970,000 firm-fixed-price contract. The award will provide for the design of Vehicle Maintenance Facilities at Fort Leonard Wood, Mo. Work will be performed in Fort Leonard Wood, with an estimated completion date of Feb. 18, 2014. The bid was solicited through the Internet, with 12 bids received. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-12-C-4009).
Phillips Healthcare, Bothell, Wash., was awarded a $27,251,750 time-and-materials contract. The award will provide for the maintenance services in support of BioMedical Equipment at various Air Force and Army Military Treatment Facilities. Work will be performed in Dayton, Ohio; Eglin, Fla.; San Antonio, Texas; Keesler, Miss.; Nellis, Nev.; Travis, Calif.; Scott, Ill.; Andrews, Md.; Fort Polk, La.; Fort Hood, Texas; and Fort Sill, Okla.; with an estimated completion date of Sept. 30, 2013. The bid was solicited through the Internet, with two bids received. The U.S. Army Medical Command, Fort Sam Houston, Texas, is the contracting activity (W81K04-11-D-0016).
FN Manufacturing, L.L.C., Columbia, S.C., was awarded a $27,112,404 firm-fixed-price contract. The award will provide for the procurement of MK19 Grenade Machine Guns. Work will be performed in Columbia, with an estimated completion date of Aug. 22, 2015. The bid was solicited through the Internet, with four bids received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-12-D-0099).
ECC International, Inc., Burlingame, Calif., was awarded a $22,695,755 firm-fixed-price contract. The award will provide for the services in support of the Afghanistan National Uniform Police Provincial Headquarters and Provincial Response Company at Kandahar, Afghanistan. Work will be performed in Afghanistan, with an estimated completion date of Nov. 12, 2013. The bid was solicited through the Internet, with three bids received. The U.S. Army Corps of Engineers, Kandahar, Afghanistan, is the contracting activity (W5J9LE-12-C-0062).
Odyssey International, Inc., Lancaster, Penn., was awarded a $20,000,000 firm-fixed-price contract. The award will provide for the construction, renovation, maintenance and repair services at Letterkenny Army Depot. Work will be performed in Chambersburg, Penn., with an estimated completion date of Aug. 26, 2017. The bid was solicited through the Internet, with six bids received. The U.S. Army Contracting Command, Chambersburg, Penn., is the contracting activity (W911N2-12-D-0040).
General Dynamics Ordnance and Tactical Systems, St. Petersburg, Fla., was awarded a $19,216,407 firm-fixed-price contract. The award will provide for the procurement of 120mm KE-W A1 ammunition in support of Foreign Military Sales. Work will be performed in Massena, N.Y.; Clear Lake, S.D.; Camden, Ark.; Afton, Tenn.; Middletown, N.J.; Coachella, Calif.; Marion, Ill.; Hartford, Wis.; New York, N.Y.; Red Lion, Penn.; St. Petersburg, Fla., and Germany; with an estimated completion date of Nov. 22, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-12-C-0123).
STS International, Inc., Berkeley Springs, W.Va., (W15P7T-12-D-C500); and Ideal Innovations Inc., Arlington, Va., (W15P7T-12-D-C501); were awarded an $18,200,000 firm-fixed-price multiple-award-task-order contract. The award will provide for the procurement of the Standard Ground Station Systems. Work location will be determined with each task order, with an estimated completion date of Aug. 19, 2015. The bid was solicited through the Internet, with eight bids received. The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity.
The Boeing Co., Mesa, Ariz., was awarded a $17,700,000 firm-fixed-price contract. The award will provide for the procurement of Apache Block III aircraft and related support. Work will be performed in Mesa, with an estimated completion date of Dec. 31, 2015. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-C-0113).
Thales Raytheon Systems, Fullerton, Calif., was awarded a $16,676,806 cost-plus-fixed-fee contract. The award will provide for the services in support of the Sentinel Radar. Work will be performed in Fullerton, with an estimated completion date of May 31, 2015. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-12-C-0141).
General Dynamics Information, Atlanta, Ga., was awarded a $16,248,365 firm-fixed-price contract. The award will provide for the information technology support services in Afghanistan. Work will be performed in Afghanistan, with an estimated completion date of Aug. 23, 2013. The bid was solicited through the Internet, with five bids received. The U.S. Army Corps of Engineers, Kabul, Afghanistan, is the contracting activity (W91QUZ-06-D-0012).
Lockheed Martin Corp., Manassas, Va., was awarded a $15,680,803 firm-fixed-price contract. The award will provide for the procurement of Fiber Optic Wide Area Network in support of Foreign Military Sales. Work will be performed in Manassas and Jordan, with an estimated completion date of Aug. 19, 2013. Six bids were solicited, with six bids received. The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-12-C-D505).
JCB, Inc., Pooler, Ga., was awarded a $14,750,633 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure High Mobility Engineering Excavator vehicles. Work will be performed in Pooler, with an estimated completion date of March 22, 2013. The bid was solicited through the Internet, with two bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-05-D-0414).
Oshkosh Inc., Oshkosh, Wis., was awarded a $14,263,105 firm-fixed-price contract. The award will provide for the procurement of 52 medium tactical vehicle trucks and 152 trailers with winch install services. Work will be performed in Oshkosh, with an estimated completion date of Sept. 30, 2014. Three bids were solicited, with three bids received. The U.S. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-09-D-0159).
Data Tactics Corp., McLean, Va., was awarded a $13,722,884 cost-plus-fixed-fee contract. The award will provide for the implementation of a Data as a Service framework for advanced analytics and a cloud public health infrastructure with analytics to detect and diagnose attacks and manage the general health of the operational clouds in Afghanistan. Work will be performed in McLean, and Aberdeen, Md., with an estimated completion date of Aug. 24, 2013. Two bids were solicited, with two bids received. The U.S. Army Contracting Command, Fort Monmouth, N.J., is the contracting activity (W15P7T-12-C-A012).
Science Application International Corp., San Diego, Calif., was awarded an $11,885,457 firm-fixed-price contract. The award will provide for the Technology Enterprise Operations and Security Service to the Army National Guard. Work will be performed in Vienna, Va., with an estimated completion date of Aug. 15, 2017. The bid was solicited through the Internet, with three bids received. The National Guard Bureau, Arlington, Va., is the contracting activity (W9133L-12-F-0105).
CALIBRE Systems, Inc., Alexandria, Va., was awarded a $9,973,613 firm-fixed-price contract. The award will provide for the services in support of the Army Force Management School. Work will be performed in Fort Belvoir, Va., with an estimated completion date of Aug. 22, 2015. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Washington, D.C., is the contracting activity (W91WAW-12-D-0017).
Vermont Aerospace Manufacturing, Inc., Lynn, Mass., was awarded an $8,978,700 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure exhaust systems. Work will be performed in Lynn, with an estimated completion date of Aug. 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 (W58RGZ-11-C-0110).
Accenture Federal Services, L.L.C., Arlington, Va., was awarded an $8,976,522 firm-fixed-price contract. The award will provide for the services in support of the General Fund Enterprise Business System. Work will be performed in Kingstowne, Va., with an estimated completion date of July 31, 2012. Five bids were solicited, with four bids received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (N00104-04-A-ZF12).
Battelle Memorial Institute, Columbus, Ohio, was awarded an $8,000,000 firm-fixed-price contract. The award will provide for the testing services for dredged material proposed for ocean disposal. Work will be performed in Duxbury, Mass., with an estimated completion date of Aug. 20, 2017. The bid was solicited through the Internet, with two bids received. The U.S. Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-12-D-0011).
NAVY
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Ft. Worth, Texas, is being awarded a $206,821,828 modification to a previously awarded cost-reimbursement contract (N00019-12-C-0070). This modification provides for the System Development and Demonstration Phase I Increment 1, in support of F-35A Conventional Take Off and Landing (CTOL) Air System for the Government of Israel under the Foreign Military Sales Program. This modification includes the development of the hardware and software for the Israel F-35A CTOL Air System from the initial requirements development to the Preliminary Design Review (PDR). In addition, the post PDR of hardware only, will continue through finalized requirements, layouts, and build to prints, including production planning data. Work will be performed at Fort Worth, Texas (60 percent); Los Angeles, Calif. (20 percent); Nashua, N.H. (15 percent); and San Diego, Calif. (5 percent), and is expected to be completed in May 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.
Adira Construction, Inc.*, Chesapeake, Va. (N40085-12-D-6301); Edgewater Construction, L.L.C.*, Chesapeake, Va. (N40085-12-D-6302); HICAPS*, Greensboro, N.C. (N40085-12-D-6303); Leebcor Services, L.L.C.*, Williamsburg, Va. (N40085-12-D-6304); Royce Homeland JV*, Chesapeake, Va. (N40085-12-D-6305); and Turner Strategic Technologies, L.L.C.*, Virginia Beach, Va. (N40085-12-D-6306), are each being awarded an indefinite-delivery/indefinite-quantity multiple award design-build/design-bid-build construction contract for construction projects in the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic Hampton Roads Area. The maximum dollar value including the base period and two option years for all six contracts combined is $40,000,000. The work to be performed provides for new construction, renovation, alteration and repair, demolition and repair work by design-build or by design-bid-build for various types of facilities. Edgewater Construction, L.L.C., is being awarded task order #0001 at $201,199 for replacement of 400HZ Frequency Converters, Building 404, at Naval Air Station Oceana, Virginia Beach, Va. Work for this task order is expected to be completed by January 2013. All work on this contract will be performed primarily within the NAVFAC Mid-Atlantic Hampton Roads Area, Va., which includes Norfolk (40 percent), Virginia Beach (30 percent), Portsmouth (20 percent) and Yorktown (10 percent). The term of the contract is not to exceed 36 months, with an expected completion date of August 2015. Contract funds in the amount of $206,199 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 28 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.
Raytheon Co., McKinney, Texas, is being awarded a $37,544,188 firm-fixed-price modification to existing basic ordering agreement (N00164-12-G-JQ66) for components of the Multi-Spectral Targeting systems for MH-60 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. The contract will procure 44 MH-60 turret units, 36 power converter units and 24 electronics units. Work will be performed in McKinney, Texas, and is expected to be completed by December 2014. Funding in the amount of $37,544,188 will be obligated at time of award. Contract funds in the amount of $37,544,188 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity.
Bowhead Systems Management, Inc.*, Alexandria, Va. (N65236-12-D-3838); clearAvenue, L.L.C.*, Columbia, Md. (N65236-12-D-3839); DRT Strategies, Inc.*, Arlington, Va. (N65236-12-D-3840); Goldbelt Falcon, L.L.C.*, Chesapeake, Va. (N65236-12-D-3841); HighAction, L.L.C.*, Arlington, Va. (N65236-12-D-3842); Human Touch, L.L.C.*, McLean, Va. (N65236-12-D-3843); Imagine One StraCon Venture, L.L.C.*, Fort Worth, Texas (N65236-12-D-3844); Network Security Systems Plus, Inc.*, Falls Church, Va. (N65236-12-D-3845); Spry Methods, Inc.*, Arlington, Va. (N65236-12-D-3846); Syneren Technologies Corp.*, Lanham, Md. (N65236-12-D-3847); Paladin Solutions, L.L.C.*, Farmington Hills, Mich. (N65236-12-D-3849); and KNWEBS Inc. dba CSI*, Oklahoma City, Okla. (N65236-12-D-3851), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, performance-based, multiple award contracts, with provisions for fixed-price-incentive and firm-fixed-price orders, to provide Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, Reconnaissance (C5ISR) electronics and communications services and solutions in support of mission capabilities within the Business Force Support (BFS) Portfolio to provide the full system life cycle support including research, development, test, evaluation, production and fielding of sustainable, secure, survivable, and interoperable C5ISR, Information Operations, Enterprise Information Services and Space capabilities. The cumulative, estimated value of the base year is $19,750,000. These contracts include options which, if exercised, would bring the cumulative value of these multiple award contracts to an estimated $98,760,000. These 12 contractors may compete for the task orders under the terms and conditions of the awarded contracts. The 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. This contract was competitively procured with proposals solicited via the Commerce Business Daily’s Federal Business Opportunities website, and the Space and Naval Warfare Systems E-Commerce Central website, with 21 offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.
Xerox Corp., McLean, Va., is being awarded a $15,843,769 modification (P00015) to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00189-08-D-Z001) for maintenance and repair services for copier equipment on ships while in port and while deployed. Work will be performed at multiple port locations throughout the continental U. S. and outside the continental U.S., and is expected to be completed March 31, 2013. Contract funds will not expire at the end of this current fiscal year. The NAVSUP Fleet Logistics Center, Norfolk, Philadelphia Office, Philadelphia, Pa., is the contracting activity.
Raytheon Co., McKinney, Texas, is being awarded a $10,040,613 firm-fixed-price modification to existing basic ordering agreement (N00164-12-G-JQ66) for Multi-Spectral Targeting systems components that will be used for MH-60 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 February 2014. Contract funds will not expire by the end of the current fiscal year. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity.
AIR FORCE
General Atomics Aeronautical Systems, Inc., Poway, Calif. (FA8620-10-G-3038 0031) is being awarded a $46,504,534 firm fixed price contract modification for ground control stations. The location of performance is General Atomics Aeronautical Systems, Inc., Poway, Calif. Work is to be completed by Feb. 28, 2014. The contracting activity is ASC/WIIK, Wright-Patterson Air Force Base, Ohio is the contracting activity.
Learjet, Inc., Wichita, Kan. (FA8307-12-C-0011) is being awarded a $44,750,000 contract for the purchase of a Global 6000 aircraft. Work is to be completed by Sept. 30, 2012. AFLCMC/HNAK Hanscom Air Force Base, Mass. is the contracting activity.
General Atomics Aeronautical Systems, Inc., Poway, Calif. (FA8620-10-G-3038 0065) is being awarded a $23,538,776 contract for program management and urgent services for the Predator/Reaper program. The location of performance is General Atomics Aeronautical Systems, Inc., Poway, Calif. Work is to be completed by Aug. 28, 2012. The contracting activity is ASC/WIIK, Wright-Patterson Air Force Base, Ohio.
Lockheed Martin Corp., Fort Worth, Texas (FA8611-08-C-2897, P00150) has been awarded an $11,963,655 contract modification for additional development work under the Reliability and Maintainability Maturation Program. The modification is for additional development effort involving feasibility assessments. The location of performance is Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Marietta, Ga. Work is to be completed by Dec. 31, 2012. AFLCMC/WWUK is the contracting activity.
BAE Systems Technology Solutions and Services, Inc., Rockville, Md. (FA2521-07-C-0011) is being awarded an $11,301,261 firm fixed price, cost reimbursable, cost plus fixed fee, and fixed price incentive fee contract for the Instrumentation Radar Support Program that provides engineering, logistics, and maintenance support for various instrumentation radars belonging to approximately 24 ranges. Location of performance is BAE Systems Technology Solutions and Services Inc., Fort Walton Beach, Fla. Work is to be completed by Sept. 30, 2013. The contracting activity is 45 CONS/LGCZR, Patrick Air Force Base, Fla. Contract involves foreign military sales to United Kingdom, Germany, Taiwan, Australia, Sweden, Norway and Korea.
EMC Corp., McLean, Va. (FA8751-09-D-0007 P00002) is being awarded a $10,000,000 contract modification for data storage and replication architecture implementation. The location of the performance is Air Force Enterprise Service Centers and other designated Air Force and Department of Defense intelligence information system and intelligence community organizations. Work is to be completed by Sep. 13, 2014. AFRL/RIKO, Rome N.Y. is the contracting activity.
United Technologies Corp., East Hartford, Conn. (F33657-98-D-0018-BZ09) is being awarded a $7,049,279 firm-fixed price, indefinite delivery, indefinite order contract for new manufacture of F100-PW-100/220 engine monitoring build set kits. The location of the performance is United Technologies Corp., East Hartford, Conn. Work is to be completed by Dec. 24, 2013. The contracting activity is AFSC/PZAAA, Tinker Air Force Base, Okla.
ARMY
KiewitPhelps, Omaha, Neb., was awarded a $524,445,324 firm-fixed-price contract. The award will provide for the construction of the U.S. Strategic Command Replacement Facility. Work will be performed in Offutt Air Force Base, Neb., with an estimated completion date of Sept. 11, 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-0023).
Alliant Techsystems Operation L.L.C., Keyser, W.Va., was awarded an $84,100,000 firm-fixed-price contract. The award will provide for the procurement of the MK 437 Multi-Option Fuze, Navy. Work will be performed in Keyser, with an estimated completion date of Aug. 15, 2017. Two bids were solicited, with two bids received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-12-D-0089).
Walsh Construction Co., Chicago, Ill., was awarded a $78,759,929 firm-fixed-price contract. The award will provide for the construction services in support of the Defense Logistics Agency. Work will be performed in New Cumberland, Penn., with an estimated completion date of Sept. 8, 2015. The bid was solicited through the Internet, with 16 bids received. The U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-12-C-0011).
Northrop Grumman Enterprise Management Services Corp., Herndon, Va., was awarded a $72,980,811 cost-plus-fixed-fee contract. The award will provide for the Logistic Support Services. Work will be performed in Fort Irwin, Calif., with an estimated completion date of May 31, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Fort Irwin, Calif., is the contracting activity (W9124B-12-C-0007).
HDJ Capital Electric Inc., San Antonio, Texas, (W912BV-12-D-0027); Silver Spur Construction Co., Haskell, Okla., (W912BV-12-D-0028); and Tri-City Seal Co., Tuttle, Okla., (W912BV-12-D-0029); were awarded a $49,500,000 firm-fixed-price multiple-award-task-order contract. The award will provide for the maintenance, repair and rehabilitation services in support of various military and civil works projects. Work location will be determined with each task order, with an estimated completion date of Aug. 15, 2015. The bid was solicited through the Internet, with 16 bids received. The U.S. Army Corps of Engineers, Tulsa, Okla., is the contracting activity.
Nova Technologies, Panama City, Fla., was awarded a $45,000,000 firm-fixed-price contract. The award will provide for the procurement of Call for Fire Trainers II — Joint Fires Product Line systems. Work will be performed in Panama City, with an estimated completion date of Aug. 14, 2017. The bid was solicited through the Internet, with seven bids received. The U.S. Army Program Executive Office for Simulation, Training and Instrumentation, Orlando, Fla., is the contracting activity (W900KK-12-D-0005).
DMD, Huntsville, Ala., (W9113M-08-D-0003); Radiance Technologies, Huntsville, Ala., (W9113M-08-D-0001); and System Studies and Simulation Inc., Huntsville, Ala., (W9113M-08-D-0002); were awarded a $37,500,000 firm-fixed-price level-of-effort contract between three contractors. The award will provide for the engineering and technical services. Work location will be determined with each task order, with an estimated completion date of Dec. 6, 2013. The bid was solicited through the Internet, with three bids received. The U.S. Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity.
Capco Inc., Grand Junction, Colo., was awarded a $35,696,019 firm-fixed-price contract. The award will provide for the services in support of the M205 Lightweight Tripod for Heavy Machine Gun Production and acquisition of the Technical Data Package and License Rights. Work will be performed in Grand Junction, with an estimated completion date of Aug. 16, 2017. The bid was solicited through the Internet, with three bids received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-10-D-0003).
Lockheed Martin Corp., Orlando, Fla., was awarded a $32,010,850 firm-fixed-price contract. The award will provide for the continued technology development for the Joint Air-to-Ground Missile Seeker/Guidance Unit. Work will be performed in Orlando, with an estimated completion date of Nov. 28, 2014. Two bids were solicited, with two bids received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-12-C-0003).
General Atomics Aeronautical Systems Inc., Poway, Calif., was awarded a $25,941,146 fixed-price-incentive contract. The award will provide for the modification of an existing contract to add a platoon set of ground equipment. Work will be performed in Poway, with an estimated completion date of June 30, 2015. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-12-C-0057).
BAE Systems Land and Armament L.P., York, Penn., was awarded a $14,820,000 cost-plus-fixed-fee contract. The award will provide for the maintenance services in support the Bradley family of vehicles. Work will be performed in Kuwait, with an estimated completion date of Feb. 28, 2013. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-11-C-0047).
Pond Constructors Inc., Norcross, Ala., was awarded a $12,000,000 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure maintenance and repair services of capitalized petroleum equipment. Work will be performed in Norcross, with an estimated completion date of Dec. 21, 2012. The bid was solicited through the Internet, with three bids received. The U.S. Army Corps of Engineers, Huntsville, Ala., is the contracting activity (W912DY-10-D-0018).
Medical Center Orthotics and Prosthetics, Silver Spring, Md., was awarded a $12,000,000 firm-fixed-price contract. The award will provide for the services in support of lower extremities prosthetics. Work will be performed in Bethesda, Md., and Fort Belvoir, Va., with an estimated completion date of Dec. 31, 2012. One bid was solicited, with one bid received. The U.S. Army Medical Command, Washington, D.C., is the contracting activity (W91YTZ-12-C-0105).
Carlson Constructors Corp., Joliet, Ill., was awarded an $11,918,150 firm-fixed-price contract. The award will provide for the construction of a non commissioned officer academy on Fort McCoy, Wis. Work will be performed in Fort McCoy, with an estimated completion date of April 1, 2014. The bid was solicited through the Internet, with six bids received. The U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-12-C-0053).
Luhr Bros Inc., Columbia, Ill., was awarded an $11,373,075 firm-fixed-price contract. The award will provide for the services necessary for constructing dikes on the Mississippi River. Work will be performed in Memphis, Tenn., with an estimated completion date of May 31, 2013. The bid was solicited through the Internet, with four bids received. The U.S. Army Corps of Engineers, Memphis, Tenn., is the contracting activity (W912EQ-12-C-0016).
General Atomics Aeronautical Systems Inc., Poway, Calif., was awarded a $10,964,799 fixed-price-incentive contract. The award will provide for the modification of an existing contract to procure universal ground data terminals. Work will be performed in Poway, with an estimated completion date of April 30, 2014. One bid was solicited, with one bid received. The U.S. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-11-C-0099).
CDM Constructors Inc., Bellevue, Wash., was awarded a $9,630,000 firm-fixed-price contract. The award will provide for the design and build of a 1.5 megawatt Stirling solar array. Work will be performed in Tooele, Utah, with an estimated completion date of Nov. 21, 2013. One bid was solicited, with one bid received. The U.S. Army Corps of Engineers, Sacramento, Calif., is the contracting activity (W91238-12-C-0030).
Pacific NICC — JV, Falls Church, Va., was awarded a $9,500,000 firm-fixed-price contract. The award will provide for the modification of an existing contract to procure services in support of base engineering requirements. Work will be performed in Joint Base Lewis-McChord, Wash., with an estimated completion date of Aug. 16, 2013. The bid was solicited through the Internet, with 11 bids received. The U.S. Army Contracting Command, Fort Lewis, Wash., is the contracting activity (FA4479-10-D-0003).
Turner Atlantic Construction L.L.C., Virginia Beach, Va., was awarded a $9,843,654 firm-fixed-price contract. The award will provide for the construction of a child development center on Holloman Air Force Base, Otero County, N.M. Work will be performed in Alamogordo, N.M., with an estimated completion date of March 12, 2014. The bid was solicited through the Internet, with 14 bids received. The U.S. Army Corps of Engineers, Albuquerque, N.M., is the contracting activity (W912PP-12-C-0026).
Kongsberg Defence and Aerospace AS, Kongsberg, Norway, was awarded a $9,127,179 firm-fixed-price contract. The award will provide for the services in support of M153 Common Remotely Operated Weapon Station. Work will be performed in Johnstown, Penn., and Norway, with an estimated completion date of Aug. 16, 2017. The bid was solicited through the Internet, with two bids received. The U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-12-C-0103).
C4 Planning Solution, Blythe, Ga., was awarded a $7,763,972 firm-fixed-price contract. The award will provide for the information technology service support. Work location will be determined with each task order, with an estimated completion date of Aug. 15, 2015. The bid was solicited through the Internet, with 14 bids received. The U.S. Army Contracting Command, Fort Eustis, Va., is the contracting activity (W911S0-12-D-0012).
DEFENSE LOGISTICS AGENCY
Graybar Electric Co., Inc., St. Louis, Mo., was issued a modification on the seventh option year of contract SPM500-04-D-BP25/P00026. The award is a firm fixed price, indefinite delivery and indefinite quantity contract with a maximum $160,109,972 for maintenance, repair, and operations Prime Vendor for the Northeast 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 seven responses to the Web solicitation. Type of appropriation is fiscal 2012 and fiscal 2013 Defense Working Capital funds. The date of performance completion is Aug. 30, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Phoenix Textile Corp.*, O’Fallon, Mo., was issued a modification on the first option year of contract SPM2D0-11-D-0008/P00004. The award is a fixed price with economic price adjustment, indefinite delivery and indefinite quantity contract with a maximum $81,031,235 for various medical and surgical products. There are no other locations of performance. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. There were seventeen responses to the Web solicitation. Type of appropriation is fiscal 2012 Warstopper funds. The date of performance completion is Aug. 24, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
LA3P L.L.C., Dayton, Ohio, was issued a modification on the first option year of contract SPM1C1-10-C-0021/P00013. The award is a firm fixed price contract with a maximum $9,000,000 for warehousing, distribution, and logistics support to fulfill clothing and textile requirements. Other location of performance is Georgia. Using service is federal civilian agencies. There were fifty solicitations with ten responses. Type of appropriation is fiscal 2012 Defense Working Capital funds. The date of performance completion is Aug. 24, 2013. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Client Solution Architects, L.L.C.*, Mechanicsburg, Pa. (N65236-12-D-3877); Grove Resource Solutions, Inc.*, Frederick, Md. (N65236-12-D-3878); Gateway Ventures, Inc.*, Norfolk, Va. (N65236-12-D-3879); Imagine One StraCon Venture, L.L.C.*, Fort Worth, Texas (N65236-12-D-3880); Predicate Logic, Inc.*, San Diego, Calif. (N65236-12-D-3881); UEC Electronics, L.L.C.*, Hanahan, S.C. (N65236-12-D-3882); and Ursa Navigation Solutions, Inc.*, Chesapeake, Va. (N65236-12-D-3883) are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, performance-based, multiple award contracts, with provisions for fixed-price-incentive and firm-fixed-price orders, to provide Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, Reconnaissance (C5ISR) electronics and communications services and solutions in support of mission capabilities within the Production, Installation and In-Service Support (PII) Portfolio to provide integration and test of interoperable C5ISR capabilities that fulfill mission requirements for surface and sub-surface platforms through large-scale integration. The estimated value of the base year is $19,750,000. These contracts include options which, if exercised, would bring the cumulative value of these combined multiple award contracts to an estimated $98,760,000. These seven contractors may compete for the task orders under the terms and conditions of the awarded contracts. The 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. This contract was competitively procured with proposals solicited via the Commerce Business Daily’s Federal Business Opportunities website, and the Space and Naval Warfare Systems E-Commerce Central website, with seven offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.
ManTech Systems Engineering Corp., Fairfax, Va., is being awarded an $8,167,344 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-08-D-0008) for the procurement of warfare analysis, modeling and simulation, software development, and analytic program support for the Naval Air Systems Command’s Warfare Analysis and Integration Department. Work will be performed in Patuxent River, Md., and is expected to be completed in May 2013. Contract funds will not expire at the end of the current fiscal year. No funds will be obligated at time of award. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.
WASHINGTON HEADQUARTERS SERVICES
Corinthian-DSI, Arlington, Va., is being awarded a $9,837,315 firm-fixed-price contract (HQ0034-12-C-0045) for demolition, site cleaning, and restoration services for the Department of Defense Navy Annex building. Work will be performed in Arlington, Va., with an estimated completion date of Aug. 26, 2013. The bid was solicited through the Internet, with five bids received. Washington Headquarters Services is the contracting activity.
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS
September 5, 2012
Business / Career