NAVY
Raytheon Missile Systems, Tucson, Ariz., is being awarded a $12,703,078 cost-plus-fixed-fee delivery order (#2002) against a previously issued basic ordering agreement (N00019-10-G-0006) for the development and integration of the joint standoff weapon AGM-154C-1 into the F/A-18E/F aircraft’s H10E operational flight program software. Work will be performed in Tucson, Ariz., and is expected to be completed in February 2015. Fiscal 2013 Weapons Procurement Navy contract funds in the amount of $7,700,000 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Harris Corp., Communication Systems, Palm Bay, Fla., has been awarded a modification (P00135) to firm-fixed-price contract (FA8819-08-C-0001) for two counter communications system (CCS) Block 10 increment 1 system upgrades. The value of this contract modification is $11,323,326 increasing the total contract value from $191,546,750 to $202,870,076. This modification provides for the exercise of an option for the upgrade of the CCS Block 10 system that will increase the overall capability using new, modified, and/or existing equipment. Work will be performed in Palm Bay, and is expected to be completed by July 25, 2014. Fiscal 2013 Air Force procurement funds in the amount of $11,323,326 will be obligated at time of award. Space and Missile Systems Center, Space Superiority Systems Directorate, El Segundo, Calif., is the contracting activity.
Lockheed Martin Aeronautics Co., Marietta, Ga., was awarded a modification (P00182) on contract (FA8625-07-C-6471) for C-5 Reliability Enhancement and Re-engining Program (RERP). The value of this contract modification is $45,651,026 increasing the total contract value from $3,647,439,476 to $3,693,090,503. The contract modification is for C-5 RERP Lots 3, 4, and 5 Rapid Repair and Response legacy repair efforts. Work will be performed in Marietta, Ga., and is expected to be completed by Oct. 29, 2014. Fiscal 2011 through fiscal 2013 Aircraft Procurement funds in the amount of $14,871,979 will be obligated at time of award. Air Force Life Cycle Management Center/WLSK, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
Carestream Health Inc., Rochester, N.Y., has been awarded a maximum $45,000,000 modification (P00008) exercising the first option year of a two year base contract SPM2D1-11-D-8302 with one two-year option and one one-year option for digital imaging network-picture archive communications system. The modification is a fixed-price with economic-price-adjustment contract. Location of performance is New York, with an April 27, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 through fiscal 2015 Defense Working Capital funds. Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
Bell Helicopter Textron Inc., Fort Worth, Texas, has been awarded a maximum $14,361,600 contract for main rotor blades. The award is a firm-fixed-price, sole-source contract. Location of performance is Texas, with a Dec. 31, 2015 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2013 through fiscal 2015 Navy funds. Defense Logistics Agency Aviation, Philadelphia, Pa., is the contracting activity (SPRPA1-09-G-004Y-6091).
River Trading Company LTD*, Cincinnati, Ohio, has been awarded a maximum $12,074,750 firm-fixed-price contract for delivery of bituminous coal. Location of performance is Ohio and West Virginia, with a May 31, 2014 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2013 through fiscal 2014 service funded. Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SPE600-13-D-0651).
Delta Coals LLC.*, Nashville, Tenn., has been awarded a maximum $10,439,880 firm-fixed-price contract for delivery of bituminous coal. Locations of performance are Tennessee and Virginia, with a May 31, 2014 performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2013through fiscal 2014 service funded. Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SPE600-13-D-0652).
PerkinElmer Genetics Inc., Bridgeville, Pa., has been awarded a maximum $9,700,000 modification (P00009) exercising the second option year of a one-year base contract SPM2DE-11-D-7229 with four one-year option periods for newborn screening services. The modification is a firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity, performance based service contract. Location of performance is Pennsylvania, with a May 6, 2014 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2013 through fiscal 2015 Defense Working Capital funds. Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
GXM Consulting LLC., Ashburn, Va. is being awarded a $29,216,585 cost-plus-fixed-fee contract. This award supports the DARPA Transformative Apps program. Work will be performed in Ashburn, Va. (50 percent) and Afghanistan (50 percent). The estimated completion date is April 25, 2014. Defense Advanced Research Projects Agency, Arlington, Va., is the contracting agency (HR0011-13-C-0042).
CACI Technologies Inc., Chantilly, Va., is being awarded a $20,150,158 modification to previously awarded contract (N00024-13-C-6322) for professional support services in support of Program Executive Office Littoral Combat Ships. Services include professional services in the areas of: program management and acquisition support, technical and engineering support, business and financial management support and logistics support. Work will be performed in Washington D.C. (89.9 percent); Norfolk, Va. (4.2 percent); San Diego, Calif. (2.2 percent); Panama City, Fla. (1.8 percent); Newport, R.I. (1.3 percent); and Monterey, Calif. (0.6 percent), and is expected to be complete by October 2013. Fiscal 2013 Research, Development, Test and Evaluation, Fiscal 2013 Operations and Maintenance Navy, Fiscal 2011, 2012, and 2013 Weapons Procurement Navy, and Fiscal 2012 Other Procurement Navy contract funds in the amount of $362,308 are being obligated on this modification. Contract funds in the amount of $181,334 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Tetra Tech EC Inc., San Diego, Calif., is being awarded a $13,169,685 firm-fixed-price modification to increase the maximum dollar value of task order #0009 under an environmental multiple award contract (N62473-10-D-0809) to exercise options for the soil cover remedy based on the final (100 percent) design for installation restoration Site 2 at Alameda Point. The work to be performed provides for labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to implement the full soil cover remedy in accordance with the regulatory agencies’ concurrence and acceptance of the final (100 percent) design. After exercise of the options, the total cumulative contract value will be $23,587,447. Work will be performed in Alameda, Calif., and is expected to be completed by February 2014. Fiscal 2013 Base Realignment and Closure, Navy contract funds in the amount of $13,169,685 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.
Raytheon Co., Space and Airborne Systems, Electronic Warfare Systems, Goleta, Calif., is being awarded a $9,055,384 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0006) to exercise an option for 26 integrated multi-platform launch controllers (IMPLCs) for installation on F/A-18 aircraft. The IMPLC is a component of the AN/ALE-50(V) countermeasures decoy dispensing set and the integrated defensive electronics countermeasure system. Work will be performed in Forest, Miss. (66 percent); Goleta, Calif. (25 percent); and Nashua, N.H. (9 percent), and is expected to be completed in November 2015. Fiscal 2013 Aircraft Procurement Navy contract funds in the amount of $9,055,384 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
HydroAcoustics Inc.*, Henrietta, N.Y., is being awarded a $8,910,574 indefinite-delivery/indefinite-quantity contract with firm-fixed-price and cost-plus-fixed-fee provisions for HLF-1 (HydroAcoustic Low Frequency) series transducers and related technical support services. The HLF transducers will be used aboard U.S. Navy submarines. Work will be performed in Henrietta, N.Y., and is expected to be completed by April 2016. Fiscal 2013 Operations and Maintenance, Navy funds in the amount of $69,634 will be obligated at time of award, and will expire at the end of the current fiscal year. This contract was not competitively procured under the authority of 41 U.S.C. 2304(c)(1). The Naval Undersea Warfare Center, Division Newport, Newport, R.I., is the contracting activity (N66604-13-D-1222).
The University of Maryland-Baltimore County, Baltimore, Md., is being awarded a $7,899,583 cost-reimbursement contract for research and development in support of the biologically derived medicines on demand program to provide battlefield medical supply for front line military medics that is responsive to emergency settings and emergent in-theater needs. This contract includes one, 24-month option which, if exercised, would bring the potential value of this contract to $15,598,291. Work will be performed in Baltimore, Md., and work is expected to be completed April 24, 2015. If options are exercised, work will continue through April 2017. Fiscal 2013 Research, Development, Test and Evaluation funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via a Defense Advanced Research Projects Agency broad agency announcement (BAA 12-37), and published on the Federal Business Opportunities website, with twelve offers received. The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-C-4023).
MISSILE DEFENSE AGENCY
Lockheed Martin Mission Systems and Training, Moorestown, N.J., was awarded a sole-source, cost-plus-incentive-fee, cost-plus-award-fee contract modification (HQ0276) under contract HQ0276-10-C-0001. The value of this contract modification is $69,386,572, increasing the total contract value from $1,340,453,696 to $1,409,840,268. Under this modification, the contractor will procure the necessary material, equipment, supplies to conduct the technical engineering to define, develop, integrate and test Aegis Ballistic Missile Defense 5.0 capability upgrade baseline for Navy destroyers. The work will be performed in Moorestown, N.J., and is expected to be completed May 31, 2014. Fiscal year 2013 Research, Development, Test and Evaluation funds will be used to incrementally fund this initial effort. Contract funds will not expire at the end of the current fiscal year. This is not a Foreign Military Sales acquisition. Missile Defense Agency, Dahlgren, Va., is the contracting activity.
Sylvan Forest Products Inc.,* Portland, Ore., has been awarded a maximum $63,788,106 modification (P00004) exercising the first option year of a two-year base contract (SPM8E6-11-D-0004) with three one-year options providing items under the general category of wood products for the West region. The modification is a firm-fixed-price, tailored logistics support contract. Location of performance is Oregon, with a May 24, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
S and S Forest Products LLC.*, Boerne, Texas, has been awarded a maximum $63,788,106 modification (P00004) exercising the first option year of a two-year base contract (SPM8E6-11-D-0005) with three one-year options providing items under the general category of wood products for the West region. The modification is a firm-fixed-price, tailored logistics support contract. Location of performance is Texas, with a May 24, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
R D Buie Enterprises*, Boerne, Texas, has been awarded a maximum $63,788,106 modification (P00005) exercising the first option year of a two-year base contract (SPM8E6-11-D-0006) with three one-year options providing items under the general category of wood products for the West region. The modification is a firm-fixed-price, tailored logistics support contract. Location of performance is Texas, with a May 24, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Forest Products Distributors Inc.*, Rapid City, S.D., has been awarded a maximum $63,788,106 modification (P00004) exercising the first option year of a two-year base contract (SPM8E6-11-D-0007) with three one-year options providing items under the general category of wood products for the West region. The modification is a firm-fixed-price, tailored logistics support contract. Location of performance is South Dakota, with a May 24, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Horry County Department of Airports doing business as Myrtle Beach Aviation, Myrtle Beach, S.C., has been awarded a maximum $7,445,904 contract for fuel. The award is a fixed-price with economic-price-adjustment contract. Location of performance is South Carolina, with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-0086).
AIR FORCE
Alliant Techsystems Inc., Fort Worth, Texas, was awarded a maximum $31,445,578 firm-fixed-price contract modification (P00030) on FA8106-10-C-0010. The modification is to continue contractor logistic support servces for the Iraqi Air Force’s Cessna 208s and to provide maintenance student training on both aircraft. Work will be performed in Tikrit, Iraq, and is expected to be completed in April 2014. This contract involves Foreign Military Sales. A maximum of $13,762,190 is obligated at time of award. Air Force Life Cycle Management Center/WLKCL, Tinker Air Force Base, Okla., is the contracting activity.
Raytheon Co., Marlborough, Mass., was awarded a $50,640,962 fixed-price-incentive, firm fixed-price, cost-reimbursement contract for 19 D-RAPCON systems. The D-RAPCON system is a deployable air traffic control surveillance system that provides a supportable, adaptable, persistent, expeditionary terminal approach and enroute surveillance and control capability for use by joint, coalition and civil aircraft worldwide. Work will be performed in Massachusetts, and is expected to be completed in December 2016. Funds in the amount of $24,500,000 will be obligated at time of award. This award was competitively procured via the Internet with two bids received. Air Force Life Cycle Management Center/HBAK, Hanscom Air Force Base, Mass., is the contracting activity (FA8730-13-C-0014).
Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $23,000,000 firm-fixed-price delivery order against a previously issued basic order agreement (N00019-10-G-0004) for Full Rate Production Lot 1 software sustainment support of the E-2D Advanced Hawkeye aircraft. This delivery order provides all aspects of software management support, including the update and maintenance through the life cycle support and to all the software elements of the weapon system, subsystem and support element levels of the aircraft software. Work will be performed in Bethpage, N.Y. (86.5 percent); Syracuse, N.Y. (9.7 percent); Marlborough, Mass. (1.3 percent); Greenlawn, N.Y. (1.3 percent), and Woodland Hills, Calif. (1.2 percent), and is expected to be completed in October 2014. Fiscal 2011 and 2012 Aircraft Procurement Navy contract funds in the amount of $23,000,000 will be obligated at time of award; $14,466,331 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Battelle Memorial Institute, Columbus, Ohio, is being awarded a $15,000,000 modification under a previously awarded cost-plus-fixed-fee contract (N62583-11-D-0515) to exercise option two for environmental services and technologies support at Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif. The work to be performed provides for environmental services and technology support to satisfy overall operational objectives of the U.S. Navy and Marine Corps installations and to other federal organizations world-wide. Support services include technology implementation, technical consultation, research and development, testing and evaluation, administrative support, range cleanup, sustainability and management, site operation and maintenance, climate change initiatives, green and sustainable remediation practices development, leadership in environmental and energy design support, and training. After award of this option, the total cumulative contract value will be $45,000,000. Work will be performed at various installations world-wide, and work for this option is expected to be completed April 2014. No funds will be obligated with this award. No task orders are being issued at this time. Fiscal 2013 Operation and Maintenance, Navy; Fiscal 2013 Navy Working Capital funds; and Fiscal 2013 Base Realignment and Closure funds will be obligated on individual orders as they are issued. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif., is the contracting activity.
Insitu Inc., Bingen, Wash., is being awarded a $7,826,247 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0061) to exercise an option for operational and maintenance services in support of the ScanEagle unmanned aerial systems. These services will provide electro-optical/infra red and mid-wave infra red imagery in support of land based operations in Operation Enduring Freedom and other overseas contingency operations to provide real-time imagery and data. Work will be performed in Bingen, Wash., and is expected to be completed in March 2014. Fiscal 2013 Operations and Maintenance, Navy Overseas Contingency Operations contract funds in the amount of $3,557,385 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
SFS Global LLC., Susanville, Calif., is being awarded a $6,852,525 time and material contract to support U.S. Marine Corps vehicle maintenance services at Production Plant Barstow, Barstow, Calif. This contract contains options, which if exercised, will bring the contract value to $20,557,574. Work will be performed at Marine Corps Logistics Base, Barstow, Calif., and work is expected to be completed December 2013. If the options are exercised, the work will continue through December 2014. Navy Working Capital funds in the amount of $6,852,525 will be obligated at the time of award and the funds will not expire at the end of the current fiscal year. This contract was a competitive Small Business Administration 8(a) Program procurement with eight prospective sources inquiring Federal Business Opportunities, with four offers received. The Marine Corps Logistics Command, Albany, Ga., is the contracting activity (M67004-13-C-0011).
ARMY
Caterpillar Inc., Mossville, Ill., was awarded a $19,834,955 modification (No. P0040), to a previously awarded firm-fixed-price contract (W56HZV-05-D-L424), to attach a machine powered mowing system to the rear of Caterpillar 966H wheel loaders. The cumulative face value of this contract is $184,730,549. Work will be performed in Seguin, Texas, and Warren, Mich. A combination of fiscal 2011 and fiscal 2012 procurement contract funds will be obligated on this award. The Army Contracting Command, Warren, Mich., is the contracting activity.
The Boeing Co., Mesa, Ariz., was awarded a $19,633,750 modification (No. P00022), to a previously awarded firm-fixed-price contract (W58RGZ-09-C-0147), for the procurement Apache Block III AH-64D helicopters and related support. This contract is in support of Foreign Military Sales for Taiwan. The total cumulative face value of this contract is $624,462,536. Fiscal 2009 procurement contract funds are being obligated on this award. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.
Weeks Marine Inc., Covington, La., was awarded a firm-fixed-price contract with a maximum value of $17,334,260 for flood control and emergency repair services. Work will be performed in Absecon, N.J. Fiscal 2013 procurement contract funds will be obligated on this award. The bid was solicited through the Internet, with two bids received. The Army Corps of Engineers, Philadelphia, Pa., is the contracting activity (W912BU-13-C-0014).
PRIDE Industries, Roseville, Calif., was awarded a modification (No. P00049), to a previously award firm-fixed-price contract (W9124J-09-C-0014), with a maximum value of $14,302,730 to provide services in support of the Fort Polk, La., Directorate of Public Works. The total cumulative face value of this contract is $85,332,150. Fiscal 2013 Operations and Maintenance, Army contract funds will be obligated on this award. The Army Contracting Command, Fort Polk, La., is the contracting activity.
Avisco Inc., Oak Ridge, Tenn., was awarded a firm-fixed-price contract with a maximum value of $12,066,732 for construction services. Fiscal 2013 procurement contract funds are being obligated on this award. The bid was solicited through the Internet, with three bids received. The Army Corps of Engineers, Nashville, Tenn., is the contract activity (W912P5-13-C-0001).
Acme Concrete Paving Inc., Spokane, Wash., was awarded a firm-fixed-price contract with a maximum value of $11,870,000 for construction and repair services. Work will be performed in Minot Air Force Base, N.D. Fiscal 2013 procurement contract funds are being obligated on this award. The bid was solicited through the Internet, with four bids received. The Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-13-C-0007).
Prototype Engineering Inc., Gardena, Calif., was awarded a firm-fixed-price contract with a maximum value of $10,736,912 for the overhaul services in support of the UH-60 Black Hawk. Work location and type of appropriation will be determined with each order. The bid was solicited through the Internet, with two bids received. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-D-0095).
Great Lakes Dredge and Dock LLC., Oak Brook, Ill., was awarded a firm-fixed-price contract with a maximum value of $9,452,419 for dredging services. Work location and type of appropriation will be determined with each order. The bid was solicited through the Internet, with three bids received. The Army Corps of Engineers, Memphis, Tenn., is the contracting activity (W912EQ-13-D-0001).
ImSAR LLC., Springville, Utah, was awarded an $8,760,829 modification (No. 0006), to a previously awarded cost-plus-fixed-fee contract (W911QY-12-D-0011), for research services in support of the ultra-small aperture radar. The total cumulative face value of this contract is $32,760,829. Fiscal 2013 procurement contract funds are being obligated on this award. The Army Contracting Command, Natick, Mass., is the contracting activity.
Weeks Marine Inc., Covington, La., was awarded a firm-fixed-price contract with a maximum value of $7,771,800 for maintenance dredging services. Work will be performed in Plaquemines, La. Fiscal 2013 procurement contract funds are being obligated on this award. The bid was solicited through the Internet, with two bids received. The Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-13-C-0021).
Raytheon Co., Marlborough, Mass., was awarded an indefinite-delivery, firm-fixed-price contract with a maximum value of $7,500,000 for the production of hardware components in support of the multiplexer integration and digital communications satellite subsystem automation system. Work location and type of appropriation will be determined with each order. One bid was solicited, with one bid received. The Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-13-D-0044).
Capco Inc., Grand Junction, Colo., was awarded a firm-fixed-price contract with a maximum value of $7,259,702 for procurement of parts in support of the M205 lightweight tripod for heavy machine guns. Work will be performed in Anniston, Ala. Type of appropriation will be determined with each order. One bid was solicited, with one bid received. The Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-D-0088).
DEPARTMENT OF DEFENSE EDUCATION ACTIVITY
The Caesar Rodney School District was awarded a $7,952,602 firm-fixed-price, service contract with one base period plus four option periods for a total of 60 months. The contract provides comprehensive education program services for grades Kindergarten through twelth, servicing eligible dependent children of Department of Defense personnel residing on Dover Air Force Base, Del. Work will be performed at Dover through June 30, 2014. The contracting activity is DoDEA/DDESS, Peachtree City, Ga. (HEVAS6-13-C-0001)
ARMY
Magnificus Corp., Washington, D.C, (W91YTZ-13-D-0010); GTW Consultants and Associates LLC., San Antonio, Texas (W91YTZ-13-D-0011); Quarterline Consulting Services LLC., McLean, Va., (W91YTZ-13-D-0012); Aliron International Inc., Bethesda, Md., (W91YTZ-13-D-0013); TistCorp II, San Antonio, Texas, (W91YTZ-13-D-0014); Chesapeake Government Health Services, Vienna, Va., (W91YTZ-13-D-0015); Matrix Providers Inc., Monument, Colo., (W91YTZ-13-D-0016); and Distinctive Spectrum Healthcare Joint Venture, Largo, Md., (W91YTZ-13-D-0017); were awarded a firm-fixed-price, multiple-award-task-order contract with a maximum amount of $485,000,000 for physician services. Work location and type of appropriation will be determined with each order. The bid was solicited through the Internet, with 33 bids received. The Army Medical Command, Washington, D.C., is the contracting activity.
General Dynamic Land Systems Inc., Sterling Heights, Mich., was awarded a modification (No. P00019), to a previously awarded fixed-price-incentive contract (W56HZV-11-C-C002), with a maximum value of $180,399,976 to extend the ground combat vehicle technology development phase by six months. Fiscal 2013 Research, Development, Testing and Evaluation, Army contract funds are being obligated on this award. The Army Contracting Command, Warren, Mich., is the contracting activity.
BAE Systems Land and Armaments LP., Sterling Heights, Mich., was awarded a modification (No. P00019), to a previously awarded fixed-price-incentive contract (W56HZV-11-C-C001), with a maximum value of $159,481,403 to extend the ground combat vehicle technology development phase by six months. Fiscal 2013 Research, Development, Testing and Evaluation, Army contract funds are being obligated on this award. The Army Contracting Command, Warren, Mich., is the contracting activity.
Combined Technical Services LLC., Albuquerque, N.M., was awarded a cost-plus-fixed-fee contract with a maximum value of $50,000,000 to provide services in support of the Army Operational Test Command. Work location and type of appropriation will be determined with each order. Five bids were solicited, with five bids received. The Army Contracting Command, Fort Hood, Texas, is the contracting activity (W91151-13-D-0005).
BAE Systems Land and Armaments L.P., York, Pa., was awarded a $28,744,284 modification (No. PZ0042), to a previously awarded firm-fixed-price contract (W56HZV-09-c-0408), to procure M88A2 heavy equipment recovery combat utility lift and evacuation system vehicles. Work will be performed in York, with an estimated completion date of March 31, 2014. Fiscal 2012 procurement contract funds are being obligated on this award. The Army Contracting Command, Warren, Mich., is the contracting activity.
Thales Raytheon Systems Co., LLC., Fullerton, Calif., was awarded a $23,147,096 modification (No. P00003), to a previously awarded firm-fixed-price contract (W31P4Q-13-C-0082), to procure Sentinel Mode 5 Identification Friend or Foe kits and spares. The total cumulative face value of the contract is $30,442,096. Fiscal 2013 procurement funds are being obligated on this award. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.
Northrop Grumman Systems Corp., Linthicum, Md., was awarded a $19,500,000 modification (No. P00024), to a previously awarded cost-plus-fixed-fee contract (W15P7T-11-C-H267), to provide services in support of the vehicle and dismount exploitation radars. The total cumulative face value of the contract is $177,447,882. Work will take place in Afghanistan. Fiscal 2013 Operations and Maintenance contract funds are being obligated on this award. The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity.
Caterpillar Inc., Mossville, Ill., was awarded a $10,806,995 modification (No. P00009), to a previously awarded firm-fixed-price contract (W56HZV-09-D-0027), to provide services in support of the deployable universal combat earthmover vehicles. The total cumulative face value of the contract is $67,103,467. Fiscal 2013 procurement contract funds are being obligated on this award. The Army Contracting Command, Warren, Mich., is the contracting activity.
Wolf Creek Federal Services Inc.*, Anchorage, Alaska, is being awarded a $20,043,966 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operating support services primarily at Naval Air Station Whidbey Island and Naval Station Everett. The maximum dollar value including the base period and three option years is $79,862,676. The work to be performed provides for bachelor housing services; facility management services; facility investment services; pest control services; integrated solid waste management services; pavement clearance services; utilities maintenance and operations services to include electrical, gas, wastewater, steam, and water; base support vehicles and equipment; crane services; and environmental services with services to commence in fiscal 2014. Work will be performed primarily in Oak Harbor, Wash. (94 percent); Everett, Wash. (5 percent); and other locations within the Naval Facilities Engineering Command Northwest area of responsibility (1 percent), and is expected to be completed by September 2014. Fiscal 2014 Operation and Maintenance, Navy contract funds in the amount of $100,000 are obligated on this award (subject to the availability of funds), none of which will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-13-D-8008).
Northrop Grumman Aerospace, Hollywood, Md., is being awarded a $13,461,795 modification to existing indefinite-delivery/indefinite-quantity contract (N00164-07-D-8W05) to add three additional years to the contract and to add two contract line items to procure (V)4 Electronic Surveillance Enhancement (ESE) kits and technically refreshed ESEs used in the AN/SLQ-32 anti-ship missile system. The maximum estimated contract ceiling will be increased to $43,030,444 and will have an ordering period of three years after award of the modification of the contract. Work will be performed in Goleta, Calif., and is expected to complete by April 2016. Fiscal 2013 Other Procurement, Navy funding in the amount of $2,100,000 will be obligated at time of award, and will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane, Ind., is the contracting activity.
SEDNA Digital Solutions LLC., Manassas, Va., is being awarded a $10,181,599 cost-plus-fixed-fee contract for engineering and technical services for high fidelity simulation/stimulation and common processing system software development. This effort is the result of Small Business Innovation Research topic number N05-059, high fidelity front end simulation for complex physics based processing system. It is inclusive of engineering services and support for the development integration, test, demonstration and certification of a high fidelity sensor level stimulation and common processing system. The contract includes options, which, if exercised, would bring the cumulative value of this contract to $56,069,678. Work will be performed in Manassas, Va. (87 percent); Red Lodge, Mont. (9 percent); Jefferson, Md. (3 percent); and Rogersville, Mo. (1 percent), and is expected to be completed by September 2017. Fiscal 2013 Research, Development, Testing and Evaluation funding in the amount of $50,000 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The contract was not competitively procured under the authority of 10 U.S.C. 2304(c)(5), Authorized or Required by Statue 15 U.S.C. 638 (r) Aid to Small Business. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-6272).
Aces Enterprises LLC.*, Dunlap, Ill. N68936-13-D-0007; Archer Technologies International Inc.*, Shawnee, Okla. (N68936-13-D-0008); LC Engineers Inc.*, Rahway, N.J. (N68936-13-D-0009); Natel Engineering Co.*, Inc., Chatsworth, Calif. (N68936-13-D-0010); New Directions Technologies Inc.*, Ridgecrest, Calif. (N68936-13-D-0011); and Omni Inc.*, Wichita, Kan. (N68936-13-D-0012), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for the procurement of advanced technology products for the Naval Air Warfare Center Weapons Division (NAWCWD) Applied Manufacturing Technology Division. NAWCWD intends to procure various types of products, manufactured from several different materials, in different forms, shapes, sizes, and complexity. These products will be procured for rapid delivery, ranging from single part requests to full production quantities, in support of on-going immediate response requirements. The aggregate not-to-exceed amount for these contracts is $9,850,000, and the companies will have the opportunity to compete on individual task orders. Work will be performed in the possible following locations of Dunlap, Ill.; Shawnee, Okla.; Rahway, N.J.; Chatsworth, Calif.; Ridgecrest, Calif.; and Wichita, Kan., as the task orders are determined. Work is expected to be completed in April 2018. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. This contract was competitively procured via an electronic request for proposals as a 100 percent small business set-aside; six offers were received. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity.
DEFENSE LOGISTICS AGENCY
Signature Flight Support Corp., Bedford, Mass., has been awarded a maximum $7,910,504 contract for fuel. The award is a fixed-price with economic-price-adjustment contract. Location of performance is Massachusetts with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal year 2013 through fiscal year 2017 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-0012).
Northrop Grumman Systems Corp., Aerospace Systems Sector, San Diego, Calif., is being awarded a $35,696,841 contract modification (P00490) of F33657-01-C-4600 for Global Hawk engineering and manufacturing development. The total cumulative face value of the multi-year contract is $2,297,747,550. Work will be performed at San Diego, Calif., and is expected to be completed by January 2017. Type of appropriation is fiscal 2013 and 2014. Air Force Life Cycle Management Center/WIGK, Wright-Patterson Air Force Base, Ohio is the contracting activity.
Raytheon Space and Airborne Systems, El Segundo, Calif., is being awarded a $7,790,000 indefinite-delivery/indefinite quantity (IDIQ) contract for acquisition of Raytheon GPS Selective Availability Anti-Spoofing (SAASM) modules. The IDIQ will provide authorized Department of Defense and Foreign Military Sales users with GPS SAASM. The total minimum value of the contract is $250,000; the total maximum value is $7,790,000. Work will be performed at El Segundo, Calif., and ordering under this IDIQ is expected to be completed by March 31, 2016. The contract involves foreign military sales. Space and Missile Systems Center/GDK, Los Angeles Air Force Base, Calif., is the contracting activity (FA8807-13-D-0003).
NAVY
Scott Technologies Inc., Monroe, N.C., is being awarded an $11,771,120 firm-fixed-price contract for self contained breathing apparatuses and corresponding cylinders and valve assemblies for the government of Taiwan (100 percent) under the FMS program. Work will be performed in Monroe N.C., and work is expected to be completed Sept. 15, 2013. The maximum dollar value of this contract is $11,771,120. FMS funds in the amount of $11,771,120 will be obligated at the time of award, and contract funds will expire at the end of the current fiscal year. The contract was awarded non-competitively through a General Administration Services schedule (GS-07-F-9563G). Naval Supply Systems Command Fleet Logistics Center, San Diego, Calif., is the contracting activity (N00244-13-F-0126).
Ace Technology Partners LLC., Arlington Heights, Ill., (FA8732-13-D-0014); CDW Government LLC., Vernon Hills Ill., (FA8732-13-D-0013); CounterTrade Products Inc., Arvada Colo., (FA8732-13-D-0015); FedStore Corp., Rockville Md., FA8732-13-D-0010); General Dynamics IT, Needham Mass., (FA8732-13-D-0016); Intelligent Decisions Inc., Ashburn Va., (FA8732-13-D-0011); Iron Bow Technologies LLC., Chantilly Va., (FA8732-13-D-0017) and World Wide Technology Inc., Maryland Heights Mo.,(FA8732-13-D-0012) are being awarded a maximum $6,900,000,000 firm-fixed-price, multiple-award, indefinite-delivery/indefinite-quantity (ID/IQ) contract for Network Centric Solutions (NETCENTS-2) Netcentric Products. An initial obligation of $2,500 will be issued to each of the awardees utilizing fiscal 2013 appropriation. This contract vehicle is mandatory for the purchase of netcentric products for Air Force customers. This contract vehicle will provide for commercially available off-the-shelf products to support the Internet Protocol Network and will include the following categories of netcentric products and associated support worldwide: networking equipment, servers/storage, peripherals, multimedia, software (not included on other enterprise licenses), and identity management/biometric hardware and associated software. Because this is an ID/IQ, the location of performance is not known at this time and will be cited on individual delivery orders. Generally, work will be performed at Air Force facilities. The period of performance is six years. The ordering period is a three year basic period with three, one-year option periods if exercised. This was a competitive acquisition and the awards are the result of corrective action taken by the Air Force in 2012. The contracting activity is Air Force Life Cycle Management Center/HICK, Maxwell Air Force Base-Gunter Annex, Ala.
The Boeing Co., Integrated Defense Systems, Seattle, Wash., is being awarded an $11,418,173 firm-fixed-price, fixed-price-incentive-firm, cost-plus-fixed-fee contract (F19628-01-D-0016 Delivery Order 67 Modification 4) re-baseline of French mid-life upgrade delivery order 67 schedule due to impacts of the partial stop work order issued June 19, 2012. Total cumulative face value of the contract is $354,124,956. Work will be performed at Seattle, Wash., and is expected to be completed by Dec. 31, 2015. Contract involves foreign military sales. The contracting activity is Air Force Life Cycle Management Center/HBSKI, Hanscom Air Force Base, Mass.
L-3 Vertex Aerospace LLC., Madison, Miss., is being awarded a not-to-exceed $45,202,205 firm-fixed-price contract modification (P00012) to extend FA8I06-IO-C-0012 for 12 months for contractor logistic support for the Iraqi Air Force C208 and C172 aircraft and for maintenance students training on both aircraft without a break in service. Work will be performed at Tikrit Air Base, Iraq, and work is expected to be completed by April 20, 2014. The contract involves foreign military sales. The contracting activity is Air Force Life Cycle Management Center/WLKLC, Tinker Air Force Base, Okla.
BAE Systems Information and Electronics Systems Integration Inc., Greenlawn, N.Y., is being awarded a $34,278,736 firm-fixed-price contract for 336 AN/APX-125 F-16 Mode 5 Advanced Identify Friend/Foe units. Work will be performed at Greenlawn, N.Y., and work is expected to be completed by May 31, 2015. Contract involves foreign military sales. The contracting activity is Air Force Life Cycle Management Center /WWMK, Wright Patterson Air Force Base, Ohio., (FA8615-13-C-6014).
DEFENSE LOGISTICS AGENCY
Altec Industries Inc., Birmingham, Ala., has been awarded a maximum $177,500,000 contract for procurement of commercial type trucks and trailers. The award is a fixed-price with economic-price-adjustment contract. Location of performance is Alabama with an April 18, 2017 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8EC-13-D-0013).
Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a maximum $85,153,904 for procurement of eight different types of spare part items for radio receiving sets, low frequency automatic direction finders, and tactical navigation systems for Army helicopters. The award is a firm-fixed-price, sole-source, ID/IQ long term contract. Location of performance is Iowa with an April 18, 2016 performance completion date. Using military service is Army. Type of appropriation is fiscal 2013 Army Working Capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Md., (SPRBL1-13-D-0011).
The Class Produce Group,* Jessup, Md., has been awarded a maximum $47,930,784 contract for fresh fruit and vegetable support for Department of Defense ship and export customers in Virginia. The award is a fixed-price with economic-price-adjustment, indefinite-quantity contract. Location of performance is Maryland with an Oct. 18, 2014 performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-13-D-P189).
Golden State Medical Supply,* Camarillo, Calif., has been awarded a maximum $22,433,256 modification (P00044) exercising the fourth option year on SPM2D0-09-D-0001 for various pharmaceuticals. The modification is a firm-fixed-price, ID/IQ contract. Location of performance is California with an April 20, 2014 performance completion date. Using military services are Army, Air Force, and Marine Corps. Type of appropriation is fiscal 2013 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Hardigg Industries Inc.,* South Deerfield, Mass., has been awarded a maximum $19,515,500 modification (P00001) exercising the first option year on SPM8EG-12-D-0001 for footlockers. The modification is a fixed-price with economic-price-adjustment contract. Location of performance is Massachusetts with an April 15, 2014 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
The Boeing Co., St. Louis, Mo., has been awarded a maximum 14,790,816 contract for airframe structural support components. The award is a firm-fixed-price, sole-source, definite quantity type contract with no quantity options. Location of performance is Missouri with an Aug. 31, 2018 performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va., (SPM4A1-09-G-0004-865W).
I-Solutions Direct Inc. (Metals USA), Fort Washington, Pa., has been awarded a maximum $14,786,372 modification (P00037) exercising the second option year on SPM8EG-10-D-0005 for various metal items. The award is a fixed-price with economic-price-adjustment, ID/IQ, prime vendor contract. Location of performance is Pennsylvania with an April 22, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2012 through fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
General Dynamics Electric Boat Corp., Groton, Conn., is being awarded a $20,000,000 cost-plus-fixed-fee modification to previously awarded contract (N00024-13-C-4311) to provide Nuclear Regional Maintenance Department tasks in support of operational nuclear submarines at the Naval Submarine Support Facility, Naval Submarine Base, New London, Conn. Work will be performed in New London, Conn., and is expected to be completed by March 2014. Fiscal 2013 Operations and Maintenance, Navy funding in the amount of 20,000,000 will be obligated at time of award, and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
The Boeing Co., St. Louis, Mo., is being awarded a $17,689,518 modification to a previously awarded firm-fixed- price contract (N00019-10-C-0030) for the full rate production of 1,496 precision laser guidance sets (DSU-38/B) and the appropriate shipping containers for the U. S. Navy (509), U.S. Air Force (463) and the governments of Saudi Arabia (496) and Japan (28). Work will be performed in St. Charles, Mo., and is expected to be completed in February 2015. This contract combines purchases for the U.S. Navy ($5,575,077; 31 percent); U.S. Air Force ($5,071,239; 29 percent); and the governments of Saudi Arabia ($6,667,232; 38 percent); and Japan ($375,970; 2 percent) under the Foreign Military Sales (FMS) Program. Fiscal 2013 Procurement of Ammunition, Navy and Marine Corps funds, 2013 Procurement of Ammunition, Air Force funds and FMS contract funds in the amount of $17,689,518 will be obligated at time of award; none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Stemnion Inc.*, Pittsburgh, Pa., is being awarded a $10,291,065 cost-reimbursement contract to provide research and development services in support the Naval Medical Research Center’s cellular combat wound initiative. This contract contains options, which if exercised, will bring the total value of the contract to $30,276,534. Work will be performed in Pittsburgh, Pa., and is expected to be completed in April 2014. If all options are exercised, work will continue through April 2016. Fiscal 2012 Navy Research and Development contract funds in the amount of $9,469,000 will be obligated at the time of award, and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C 2304(c)(1). The Naval Medical Logistics Command, Fort Detrick, Md., is the contracting activity (N62645-13-C-4014).
Advanced Crane Technologies, LLC*, Reading, Pa. (N62470-13-D-4016); Crane Technologies Group, Inc.*, Rochester Hills, Mich. (N62470-13-D-4017); and HECO-Pacific Manufacturing, Inc.*, Union City, Calif. (N62470-13-D-4018), are each being awarded an indefinite-delivery/indefinite-quantity multiple award contract for ordering new, and overhauling existing, weight handling equipment of varying types and lifting capacities located primarily within Navy, Marine Corps, and other federal activities worldwide. The maximum dollar value including the base period and four option years for all three contracts combined is $30,000,000. Work includes but is not limited to, site survey/investigation; design; fabrication; crane rail alignment survey/installation; demolition/removal of existing cranes and equipment in compliance with environmental disposal restrictions; runway/equipment electrification; crane installation; crane testing; and operational training. Work will be performed for Navy, Marine Corps, and other federal activities worldwide. Manufacturing or crane fabrication includes sites in Pennsylvania (34 percent), Michigan (33 percent), and California (33 percent). Work is expected to be completed by April 2018. Fiscal 2013 Military Construction, Navy contract funds in the amount of $30,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with six proposals received. These three contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.
CORRECTION (Modification corrected from 10 April, release).
BAE Systems Electronics Ltd, Maritime Services Division, Portsmouth, U.K., for $8,268,703 (N61331-08-C-0012) should have read – This modification will complete production and delivery of Archerfish neutralizers (destructor, mine neutralization, Airborne EX64 Mod 0 Archerfish).
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS
Related articles
- Pentagon claims $757 million overbilling by contractor in Afghanistan (publicintegrity.org)
- Sylvan Forest Products awarded military contract option worth up to $63.79 million (oregonlive.com)
- Combat Medical Systems Awarded $86 Million DOD Contract (sys-con.com)
- Raytheon Wins $38.6 Million in Missile, SIGINT Contract Awards (dailyfinance.com)
- DOD Contracts – Where to work when retired from the DOD (thecommunicatorwv.wordpress.com)
Trackbacks/Pingbacks
[…] PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS […]