DOD CONTRACTS
Air Force
SRI International, Menlo Park, Calif., has been awarded a $230,000,000 indefinite-delivery/indefinite-quantity contract (FA-2847-13-D-0009) for hardware, software, prototype systems, spiral software enhancements and installation training support for the Digital Video Laboratory III. The basic contract is a five-year contract; with the work for the first delivery order performed at Princeton, N.J., and is expected to be completed by July 9, 2014. The award is the result of a sole source acquisition. Fiscal 2013 Army Operations and Maintenance funds in the amount of $5,708,808 are being obligated at time of award. Air Force Test Center/PZIE, Eglin Air Force Base, Fla., is the contracting activity.
Lockheed Martin Information Systems & Global Services, Colorado Springs, Colo., is being awarded a $11,996,522 modification (P00284) to a cost-plus-incentive-fee and cost-plus-fixed-fee contract (F19628-00-C-0019) to support critical mission operations for North America Aerospace Defense Command (NORAD) Cheyenne Mountain Complex/integrated tactical warning/attack assessment and Mobile Consolidated Command Center missions in support of air, missile and space defense for the national command authority. JSpOC mission systems (JMS) is the development effort Space and Missiles System Center is using to incrementally transition away from the legacy space situational awareness mission, and is intended to be the next step towards migration of the space surveillance catalog maintenance capability from the Space Defense Operations Center and CAVENet systems to a high-performance, sustainable, and network-centric computing platform by migrating the astrodynamics support workstation and special perturbations tasker applications to JMS. Work will be performed at Colorado Springs, Colo., and is expected to be completed by Jan. 9, 2015. This is a sole-source acquisition. Fiscal 2013 Research and Development funds in the amount of $3,000,000 will be obligated at time of award. Air Force Life Cycle Management Center/HBQK, Peterson Air Force Base, Colo., is the contracting activity.
Kellogg Brown & Root Services Inc., Arlington, Va., was awarded a firm-fixed-price, option-filled contract with a maximum value of $134,151,953 for the development and construction of a land-based missile defense system to be build in Deveselu, Romania. Work will be performed in Romania, and Morrestown, N.J. A combination of fiscal 2013 military construction funds and fiscal 2013 research, development, testing and engineering funds in the amount of $77,815,692 are being obligated on this award. The bid was solicited through the Internet, with eight bids received. The Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity (W912GB-13-C-0011).
Innovative Technical Solutions Inc., Walnut Creek, Calif., (W912DY-13-D-0058); Barlovento LLC, Dothan, Ala., (W912DY-13-D-0061); Bhatel Brasfield & Gorrie Joint Venture LLC, Birmingham, Ala., (W912DY-13-D-0060); CH2M HILL, Englewood, Colo., (W912DY-13-D-0064); Johnson Controls Federal Systems Inc., Huntsville, Ala., (W912DY-13-D-0063); Smith & Wesson Security Solutions, Franklin, Tenn., (W912DY-13-D-0059); and Zachry Federal Construction Corp., San Antonio, Texas, (W912DY-13-D-0062); were awarded a firm-fixed-price, option-filled, multiple-award, task-order contract with a maximum value of $95,000,000 for the worldwide construction and equipment installation services. Performance location and funding will be determined with each order. The bid was solicited through the Internet, with 29 bids received. The Army Corps of Engineers, Huntsville, Ala., is the contracting activity.
Turner Strategic Technologies LLC, Virginia Beach, Va., was awarded a firm-fixed-price, multi-year contract with a maximum value of $95,000,000 for construction services at Fort Bragg, N.C. Fiscal 2013 operations and maintenance funds in the amount of $2,500 are being obligated on this award. The bid was solicited through the Internet, with 28 bids received. The Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-13-D-0013).
Verizon Business Network Services, Ashburn, Va., was awarded an $11,935,014 modification (P00014) to a previously awarded firm-fixed-price, level-of-effort, option-filled contract (W91LV2-09-C-0049) for the procurement of managed network services. The cumulative total face value of this contract is $48,040,727. Work will be performed in Fayetteville, N.C. Fiscal 2013 operations and maintenance funds are being obligated on this award. The Army Contracting Command, Fort Bragg, N.C., is the contracting activity.
Northrop Grumman, Herndon, Va., was awarded a $10,397,099 modification (P00017) to a previously awarded cost-plus-incentive-fee, option-filled, foreign-military-sales contract (W31P4Q-12-C-0029) for the services in support of critical components for U.S. and Coalition Partners. This FMS contract is in support of Afghanistan. The cumulative total face value of this contract is $197,870,628. Work will be performed in Huntsville, Ala., and Afghanistan. Fiscal 2013 procurement funds are being obligated on this award. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-12-C-0029).
Navy
Computer Sciences Corp., Falls Church, Va., is being awarded $41,096,308 for modification (P00009) to previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00189-10-D-Z009) to exercise an option for information technology support services for Naval Education and Training Professional Development and Technology Center. Work will be performed in Pensacola, Fla. (50 percent); Norfolk, Va. (15 percent); Great Lakes, Ill. (15 percent); San Diego, Calif. (15 percent) and various other locations throughout the United States (5 percent), and is expected to be completed by September 2015. No contract funds will be obligated at the time of award. Individual task orders will be issued during the option period using Fiscal 2014 Operations & Maintenance, Navy funds. Contract funds will not expire before the end of the current fiscal year. The contract was competitively procured under full and open competition via Navy Electronic Commerce Online and Federal Business Opportunities websites, with eight offers received in response to this solicitation. The NAVSUP Fleet Logistics Center, Norfolk, Philadelphia Office, is the contracting activity.
Data Link Solutions LLC, Wayne, N.J., is being awarded $33,368,569 for cost-plus-incentive-fee delivery order #0037 under a previously awarded multiple award contract (N00039-10-D-0031) to develop, design and implement four nets of concurrent multi-netting with concurrent contention receive (CMN-4) on the multifunctional information distribution system joint tactical radio system (MIDS JTRS) terminal configuration. MIDS JTRS is a pre-planned product improvement replacement transforming the MIDS low volume terminal into a four-channel, software communications architecture compliant joint tactical radio system terminal while maintaining current Link-16 and tactical air navigation capability. CMN-4 will significantly increase operational Link-16 networks capacities, improve network performance and provide more capable and flexible Link-16 network designs for the warfighter. Work will be performed in Wayne, N.J. (88 percent) and Cedar Rapids, Iowa (12 percent), and is expected to be completed by March 7, 2015. Fiscal 2012 Research, Development, Test & Evaluation funds in the amount of $28,723,746 will be obligated at the time of award, and will expire at the end of the current fiscal year. This delivery order was not competitively procured in accordance with 10 U.S.C. 2304(c)(1). The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.
Northrop Grumman Systems Corp., Maritime Systems, Charlottesville, Va., is being awarded $24,859,823 for firm-fixed-price delivery order #0034 under a previously awarded fixed-price-award-fee requirements contract (N00104-04-D-ZD51) for 63 repair parts in support of the weapons system navigation (WSN-7) ring laser gyro navigator, 58 repair parts in support of the AN/BPS-15/16 underwater mobile submarine radar detecting and/or range and bearing search sets used on ships and subs, and 29 repair parts in support of guided missile destroyers steering and scalable integrated bridge systems. Work will be performed in Charlottesville, Va., and all work be completed by July 14, 2014. Fiscal 2013 Navy Working Capital funds in the amount of $18,644,867 will be obligated at the time of award and will not expire before the end of the current fiscal year. The contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1). NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity.
ViaSat Inc., Carlsbad, Calif., is being awarded $19,487,844 for cost-plus-incentive-fee delivery order #0029 under a previously awarded multiple award contract (N00039-10-D-0032) to develop, design and implement four nets of concurrent multi-netting with concurrent contention receive (CMN-4) on the multifunctional information distribution system joint tactical radio system (MIDS JTRS) terminal configuration. MIDS JTRS is a pre-planned product improvement replacement transforming the MIDS low volume terminal into a four-channel, software communications architecture compliant joint tactical radio system terminal while maintaining current Link-16 and tactical air navigation capability. CMN-4 will significantly increase operational Link-16 networks capacities, improve network performance and provide more capable and flexible Link-16 network designs for the warfighter. Work will be performed in Carlsbad, Calif., and is expected to be completed by March 7, 2015. Fiscal 2012 Research, Development, Test & Evaluation funds in the amount of $16,831,000 will be obligated at the time of award, and will expire at the end of the current fiscal year. This delivery order was not competitively procured in accordance with 10 U.S.C. 2304(c)(1). The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.
SEACON Phoenix LLC, Ashaway, R.I., is being awarded a $13,140,237 five-year, firm-fixed-price, indefinite-delivery/indefinite-quantity contract to manufacture 750 stuffing tubes used on sonar systems on submarines. Work will be performed in Ashaway, R.I., and work is expected to be completed by July 2019. Fiscal 2013 Navy Working Capital funds in the amount of $463,237 will be obligated at the time of award, none of which will expire before the end of the current fiscal year. The contract was competitively procured under full and open competition via navy Electronic Commerce Online and Federal Business Opportunities websites, with four offers received in response to this solicitation. The NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-13-D-F009).
AMETEK SCP Inc., Westerly, R.I., is being awarded a $13,140,237 five-year, firm-fixed-price, indefinite-delivery/indefinite-quantity contract to manufacture 750 stuffing tubes used on sonar system on submarines. Work will be performed at Westerly, R.I., and work is expected to be completed by July 2019. Fiscal 2013 Navy Working Capital funds in the amount of $598,500 will be obligated at the time of award, none of which will expire before the end of the current fiscal year. The contract was competitively procured under full and open competition via the Navy Electronic Commerce Online and Federal Business Opportunities websites, with four offers received in response to this solicitation. The NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-13-D-F008).
Lockheed Martin Corp., Mission Systems and Training, Owego, N.Y., has been awarded a $53,600,000 (estimated amount for basic three year period of performance) firm-fixed-price for six B-2 line replaceable units, data, material lay-in, and overhaul management. Work will be performed at Owego, N.Y., and is expected to complete the basic three year period of performance by July 2016, with delivery dates cited on each order. Work may also be performed during the two year option period to be complete by July 2018. This is a sole-source acquisition. No money will be obligated at time of award. However, the first delivery order will be issued immediately after the award is made. The first delivery order will use working fiscal 2013 capital funds and will obligate $46,500,000. Air Force Sustainment Center/PZABC, Tinker Air Force Base, Okla., is the contracting activity (FA8119-13-D-0001).
Missile Defense Agency
Raytheon Missile Systems Co., Tucson, Ariz., has been awarded a modification contract (P00117) to provide funds for additional costs incurred in resolving technical and production transition issues; this modification decreases contract N00024-07-C-6119 CLIN 0016 by $48,944,077, reducing the quantity of Standard Missile-3 Block IB missiles manufactured from 24 to 20. Simultaneously, the value of CLIN 0016 will be increased by $23,974,497 to provide funds for the cost growth for resolving technical and production transition issues mentioned above. The result of this modification action reduces the total value of the contract by $24,969,580 from $1,932,670,517 to $1,907,700,937. The period of performance for CLIN 0016 remains unchanged from March 2011 to December 2013. In executing this modification, the Missile Defense Agency (MDA) will also establish Option CLIN 0026 to reinstate the four SM-3 Block IB Missiles, valued at $48,944,077, at a later date. The period of performance for CLIN 0026 will be established upon exercising the option, anticipated in the fourth quarter of fiscal 2013. The place of performance for CLINs 0016 and 0026 is Tucson, Ariz. No additional funding is required at this time. This is not a foreign military sales acquisition. The MDA, Dahlgren, Virginia, is the contracting activity.
Federal Contracting Inc., doing business as Bryan Construction Inc., Colorado Springs, Colo., was awarded a firm-fixed-price, option-filled contract with a maximum value of $10,996,977 for construction services in support of the Eliminate Phantom Silos Project. Work will be performed in Great Falls, Mont.; and Cheyenne, Wyo. Fiscal 2013 operations and maintenance funds are being obligated on this award. There were 119 bids solicited, with 12 bids received. The Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-13-C-0013).
AECOM Technical Services Inc., Los Angeles, (W911KB-13-D-0001); CH2M Hill International Services Inc., Englewood, Colo., (W911KB-13-D-0002); HDR Engineering Inc., Omaha, Neb., (W911KB-13-D-0003); and URS Group Inc., Anchorage, Alaska, (W911KB-13-D-0004); were awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, multiple-award, task-order, foreign-military-sales (FMS) contract with a maximum value of $9,000,000 for administrative and general management consulting services. This FMS contract is in support of Australia, Bangladesh, Cambodia, Maldives, Marshall Islands, Micronesia, Mongolia, New Zealand, Palau and Papua. Performance location and funding will be determined with each order. The bid was solicited through the Internet, with four bids received. The Army Corps of Engineers, Elmendorf Air Force Base, Alaska, is the contracting activity.
HELLFIRE Systems LLC, Orlando, Fla., was awarded a $7,582,999 modification (P00037) to a previously awarded firm-fixed-price, foreign military sales (FMS) contract (W31P4Q-11-C-0242) to convert HELLFIRE II Romeo Air-to-Ground Missiles to AGM-114R2 and AGM-114R9E. The cumulative total face value of this contract is $873,742,175. This FMS contract is in support of Australia, Saudi Arabia and United Arab Emirates. A combination of fiscal 2012 and fiscal 2013 procurement funds are being obligated on this award. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.
General Atomics Systems Integration LLC, San Diego, Calif., was awarded a firm-fixed-price contract with a maximum value of $7,297,342 for the procurement of base support, aircraft material and demobilization services. Work will be performed in Poway, Calif.; Rancho Bernardo, Calif.; Bridgewater, Va.; and Afghanistan. Fiscal 2013 operations and maintenance funds are being obligated on this award. One bid was solicited, with one bid received. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0124).
Great Lakes Dredge & Dock Company LLC, Oak Brook, Ill., was awarded a firm-fixed-price contract with a maximum value of $7,229,450 for construction services in support of the Coney Island Hurricane Shore Protection Project. Work will be performed in Brooklyn, N.Y. Fiscal 2013 procurement funds are being obligated on this award. The bid was solicited through the Internet, with three bids received. The Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-13-C-0035).
Trace Systems, McLean, Va., was awarded a $6,953,728 modification (P00011) to a previously awarded firm-fixed-price, option-filled contract (W91B4N-10-C-5014) to procure information technology support services in Afghanistan. The cumulative total face value of this contract is $21,225,120. Fiscal 2013 operations and maintenance funds in the amount of $2,167,526 are being obligated on this award. The U.S. Central Command, Joint Theater Support Contracting Command, Bagram, Afghanistan, is the contracting activity.
Navy
Raytheon Co., McKinney, Texas, is being awarded $9,618,024 for delivery order #7024 under a previously issued Basic Ordering Agreement (N-00383-10-G-006D) for the repair of the H-60 multi-spectral targeting system forward looking infrared turrets. Work will be performed in McKinney, Texas (5 percent) and Jacksonville Fla. (95 percent), and work is expected to be completed by May, 2014. Fiscal 2013 Navy Working Capital funds in the amount of $9,618,024 will be obligated at the time of award, none of which will expire before the end of the current fiscal year. The contract was not competitively procured in accordance with FAR 6.302.1. Naval Supply Systems Command, Weapon Systems Command, Philadelphia, Pa., is the contracting activity.
Raytheon Co., El Segundo, Calif., is being awarded a $279,400,000 cost-plus-incentive-fee contract for developmental efforts in support of the Technology Development (TD) Phase of the Next Generation Jammer (NGJ) Program, which will replace the aging ALQ-99 tactical jamming system for integration on the EA-18G tactical aircraft. Developmental efforts will include maturation and demonstration of critical technologies, completion of the system architecture and the requirements derivation and decomposition to subsystems. The objective of the NGJ TD phase is to develop a cost effective electronic attack system that will provide significantly improved airborne electronic attack capabilities against advanced threats through enhanced agility and precision within jamming assignments, increased interoperability, and expanded broadband capability for greater threat coverage against a wide variety of radio frequency emitters. Work will be performed in El Segundo, Calif. (55.99 percent); Ft. Wayne, Ind. (13.36 percent); Dallas, Texas (11.12 percent); Torrance, Calif. (9.94 percent); Clearfield, Utah (2.72 percent), McKinney, Texas (2.36 percent); Tucson, Ariz. (1.56 percent); Marion, Va. (2.37 percent); Goleta, Calif. (0.02 percent); Forest, Miss. (0.18 percent); and Andover, Mass. (0.38 percent) and is expected to be completed in May 2015. Fiscal 2013 Research, Development, Test & Evaluation, Navy contract funds in the amount of $50,030,189 are being obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals and three offers were received. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-C-0128).
L-3 Communications, Link Simulation & Training Div., Arlington, Texas, is being awarded a $33,174,360 modification to a firm-fixed-price delivery order issued previously against Basic Ordering Agreement N61340-12-G-0001. This provides for the procurement of 12 tactical operational flight trainer (TOFT) high definition (HD) visual system kits for Naval Air Station (NAS) Oceana, NAS Lemoore and NAS Whidbey Island; purchase and delivery of HD projectors and mirrors for the six TOFTs at the Marine Corps Air Station Miramar; delivery of four TOFT HD visual systems to NAS Whidbey Island; purchase and delivery of uninterrupted power sources for four TOFTs to support the HD visual systems at NAS Oceana; and purchase and delivery of spares kit(s). In addition, this order provides for the procurement of HD visual systems for two Australian F/A-18E/F Super Hornets TOFTs for the Royal Australian Air Force under the foreign military sales (FMS) program, which includes installation and acceptance testing of four HD9 modification kits, drawing and manual updates, initial spares kits, operator and maintenance training, and overseas crating. Work will be performed in Arlington, Texas (44 percent); Whidbey, Wash. (16 percent); Oceana, Va. (14 percent); Lemoore, Calif. (13 percent); Royal Australian Air Force Base Amberley, Australia (6 percent); Miramar, Calif. (5 percent); and Atsugi, Japan (2 percent); and is expected to be completed in May 2016. Fiscal 2012 and 2013 Aircraft Procurement Navy and FMS contract funds in the amount of $33,174,360 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy ($26,357,419; 80 percent) and the Government of Australia ($6,819,941; 20 percent). The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity.
AQUATE Corp., Huntsville, Ala., is being awarded a $15,313,067 modification to previously awarded contract (N00174-11-C-0037) to exercise option year two to provide engineering and testing; performing modeling and simulation; conducting situational awareness; implementing new equipment and sustainment training; fielding equipment, sustainment, and providing dedicated logistics support to joint program offices and other federal agency customers dependent on critical chemical, biological, radiological, nuclear, and high yield explosives equipment in support of their missions. Work will be performed in Quantico, Va. (25 percent); Williamsburg, Va. (20 percent); San Diego, Calif. (15 percent); Edgewater, Md. (15 percent); Suffolk, Va. (15 percent); and Aberdeen, Md. (10 percent), and is expected to be completed by July 2014. Fiscal 2013 Operation and Maintenance, Navy funding in the amount of $606,700 will be obligated at the time of award, and will expire at the end of the current fiscal year. The Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity.
CACI Inc.-Federal, Chantilly, Va., is being awarded a $9,366,730 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N00033-09-D-6503) with firm-fixed-price and/or firm-fixed-price level-of-effort task orders for systems development support services in support of Military Sealift Command’s Command, Control, Communications, and Computer Systems directorate. Work will be performed in Chantilly, Va. (80 percent); Arlington, Va. (2 percent); Norfolk, Va. (2 percent); Ledyard, Conn. (12 percent), San Diego, Calif. (2 percent) and overseas worldwide (2 percent), and is expected to be completed by July 2014. Fiscal 2013 Working Capital Funds in the amounts of $9,366,730 will be obligated on individual task orders as they are issued, and will not expire at the end of the current fiscal year. The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-09-D-6503).
Champion Energy Services LLC, Houston, Texas, has been awarded a $729,167 firm-fixed-price modification (D406-08) for a contract (FA3002-08-D-0026) for retail electric service. The total cumulative face value of the contract is $8,750,000 and it is a multiyear contract. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be completed by Sept. 30, 2013. Fiscal 2013 Operations and Maintenance funds in the amount of $8,750,000 are being obligated on this award. The 82nd Contracting Squadron/LGCB, Sheppard Air Force Base, Texas, is the contracting activity.
Defense Logistics Agency
Moog Inc., East Aurora, N.Y., has been awarded a maximum $7,674,650 firm-fixed-price, sole-source contract (SPM4AX-07-D-9412 THA1). The contract is for V-22 aircraft swashplate actuators. Location of performance is New York with a September 2014 completion date. Using military service is Navy. Type of appropriation is fiscal 2013 Navy Working Capital funds. The contracting activity is the Defense Logistics Agency Aviation Strategic Acquisitions, Philadelphia, Pa.
United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Conn., is being awarded a $133,979,288 cost-plus-incentive-fee modification to a previously awarded advance acquisition contract (N00019-12-C-0090). This modification provides for non-recurring and recurring sustainment, site activation and depot activation efforts in support of the Joint Strike Fighter F135 Propulsion System Low Rate Initial Production Lot VI. Efforts to be provided include procurement of initial support equipment; packing handling storage and transportation material; fleet management; item management; joint technical data; sustaining engineering; production support; site activation preparation for initial operations; and depot engineering, repair development, inspection limits development for engine depot stand-up and support. Work will be performed in East Hartford, Conn. (63 percent); Indianapolis, Ind. (25 percent), and Bristol, United Kingdom (12 percent), and is expected to be completed in December 2015. Fiscal 2012 Aircraft Procurement, Air Force, Fiscal 2012 Aircraft Procurement Navy, and International Partner funding in the amount of $133,979,288 are being obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($59,056,849; 44.1 percent); U. S. Marine Corps ($31,442,198; 23.5 percent); the U.S. Navy ($28,884,205; 21.6 percent); and the governments of the United Kingdom ($2,889,881; 2.1 percent); Italy ($2,743,250; 2 percent); Turkey ($2,094,260; 1.6 percent); Australia ($2,094,260; 1.6 percent); the Netherlands ($1,779,956; 1.3 percent); Canada ($1,361,104; 1 percent); Norway ($1,005,376; .8 percent); and Denmark ($627,949; .4 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
BAE Systems San Francisco Ship Repair, San Francisco, Calif., is being awarded a $10,772,461 firm-fixed-price contract for a 56-calendar day regular overhaul and dry docking availability of Military Sealift Command dry cargo/ammunition ship USNS Carl Brashear (T-AKE 7). Work will include inspection of the propeller shaft and stern tube, cleaning and painting of the hull, inspection and polish of the bow thruster propeller, installation of the cloropac unit and overhaul of the seal valves. Brashear’s primary mission is to operate as part of a carrier strike group, providing fuel, ammunition, and dry and refrigerated stores to support the U.S. Navy ships at sea. The contract includes options which, if exercised, would bring the total contract value to $12,334,532. Work will be performed in San Francisco, Calif., and is expected to be completed by Sept. 25, 2013. Fiscal 2013 Navy Working Capital contract funds in the amount of $10,772,461 will be obligated at the time of award, and will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with one offer received. Military Sealift Command Norfolk, Norfolk, Va., a field activity of Military Sealift Command, is the contracting activity (N32205-13-C-3015).
Air Force
TRI-COR Industries Inc., Lanham, Md., has been awarded a $73,903,803 firm-fixed-price indefinite-delivery/indefinite-quantity contract for applications, infrastructure and systems support, Increment 2 (AISS II) services in support of the Mobility Air Force Command and control and in-transit visibility/business systems. Work will be performed at Scott Air Force Base, Ill., and is expected to be completed by July 31, 2017. This award is the result of a competitive small business set-aside acquisition with no limit to the number of offers solicited and six offerors were received. A combination of Transportation Working Capital Fund Operating funds and Operations and Maintenance funds will be used for this contract. The maximum dollar value of the life of the contract (Aug. 1, 2013 through July 31, 2017) is $99,000,000. Fiscal 2013 funds will be used for two months of phase-in for which $71,178 will be obligated at time of award. This is not a multiyear contract. Headquarters Air Mobility Command/ A7KQ, Scott Air Force Base, Ill., is the contracting activity (FA4452-13-D-0002).
Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $308,321,789 modification (P00002) to a previously awarded firm-fixed-price, foreign military sales (FMS) contract (W31P4Q-13-C-0068) for the procurement of tactical missiles and launcher modification kits. This FMS contract is in support of Kuwait. The cumulative total face value of this contract is $1,063,456,570. Work will be performed in Grand Prairie, Lufkin and El Paso, Texas; Camden, Ark.; Chelmsford, Mass.; Ocala, Fla.; Huntsville, Ala.; and Anaheim, Calif. A combination of fiscal 2012 and fiscal 2013 procurement funds in the amount of $151,077,676 are being obligated on this award. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.
Bay West Inc., St. Paul, Minn., (W9128F-13-D-0002); Engineering Remediation Resources Group Inc., Martinez, Calif., (W9128F-13-D-0003); RMC South Earth LLC, Wheat Ridge, Colo., (W9128F-13-D-0004); HydroGeologic Inc., Reston, Va., (W9128F-13-D-0005); EA Engineering, Science and Technology Inc., Hunt Valley, Md., (W9128F-13-D-0006); North Wind Inc., Centennial, Colo., (W9128F-13-D-0007); Earth Resources Technology Inc., Laurel, Md., (W9128F-13-D-0008); Bhate Environmental Associates Inc., Birmingham, Ala., (W9128F-13-D-0012); PIKA — Arcadis Joint Venture, Stafford, Texas, (W9128F-13-D-0024); and Zapata Inc., Charlotte, N.C., (W9128F-13-D-0025); were awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, multiple-award contract with a maximum value of $250,000,000 for the environmental remediation services in support of the Military Munitions Response Program. Performance location and funding will be determined with each order. The bid was solicited through the Internet, with 25 bids received. The Army Corps of Engineers, Omaha, Neb., is the contracting activity.
The Boeing Co., Mesa, Ariz., was awarded a $109,461,580 modification (P00006) to a previously awarded firm-fixed-price, foreign military sales contract (W58RGZ-12-C-0089 ) for services in support of the Royal Saudi Land Force Aviation Command. This FMS contract is in support of Saudi Arabia. The cumulative total face value of this contract is $394,918,691. Fiscal 2012 procurement funds are being obligated on this award. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.
Sotera Defense Systems, Herndon, Va., was awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price contract with a maximum value of $97,850,000 for design, build, integration testing and delivery services in support of the electronic warfare planning and management tool. Performance location and funding will be determined with each order. The bid was solicited through the Internet, with six bids received. The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-13-D-C115).
Barnhill Contracting Co., Tarboro, N.C., was awarded a firm-fixed-price, multi-year, task-order contract with a maximum value of $95,000,000 for the construction services primarily at Fort Bragg, N.C. Performance location and funding will be determined with each order. The bid was solicited through the Internet, with five bids received. The Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-13-D-0014).
Machining Technologies Inc., Salisbury, Md., was awarded a firm-fixed-price contract with a maximum value of $79,900,000 for the procurement of 120mm M31 tail fins. Type of appropriation will be determined with each order. The bid was solicited through the Internet, with nine bids received. The Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-13-C-0063).
Jacobs Technology Inc., Fort Walton Beach, Fla., was awarded a cost-plus-fixed-fee contract with a maximum value of $45,000,000 for the procurement of global logistics and support services. Performance location and funding will be determined with each order. The bid was solicited through the Internet, with seven bids received. The Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-13-D-0041).
Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $37,375,568 modification to a previously awarded cost-plus-fixed-fee, foreign military sales contract for services in support of the enhanced launcher electronic station cost reduction initiatives. This FMS contract is in support of United Arab Emirates. Work will be performed in Grand Prairie and Lufkin, Texas; and Ocala, Fla. Fiscal 2012 procurement funds in the amount of $15,365,866 are being obligated on this award. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-11-C-0001/P00072).
Lockheed Martin Integrated Systems, Shawnee, Va., was awarded a $35,670,673 modification to a previously awarded cost-plus-fixed-fee contract for the procurement of information technology services for the Pentagon and National Capital Region. The cumulative total face value of this contract is $49,675,273. Work will be performed in Washington, D.C. Fiscal 2013 operations and maintenance funds are being obligated on this award. The Army Contracting Command, Rock Island, Ill., is the contracting activity (W91QUZ-06-D-0017/BA9011).
Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $35,604,779 modification (P00042) to a previously awarded cost-plus-fixed-fee contract (W13P4Q-12-C-0048 ) for the development of the M270A1 fire control system — update. Work will be performed in Fort Worth, Texas; Melbourne, Fla.; and Budd Lake, N.J. Fiscal 2013 research, development, testing and engineering funds in the amount of $20,000,000 are being obligated on this award. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.
The Boeing Co., Mesa, Ariz., was awarded a $15,425,233 modification (P00004) to a previously awarded firm-fixed-price, foreign military sales contract (W58RGZ-12-C-0113) for the procurement of Apache Block III aircraft. This FMS contract is in support of Saudi Arabia. The cumulative total face value of this contract is $50,584,111. Fiscal 2012 procurement funds are being obligated on this award. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.
Airborne Systems North American of CA Inc., Santa Ana, Calif., was awarded a firm-fixed-price, multi-year, foreign military sales contract with a maximum value of $12,945,226 for the procurement and inspection of MC-4 personnel parachutes. This FMS contract is in support of the Democratic People’s Republic of Korea. Performance location and funding will be determined with each order. The bid was solicited through the Internet, with three bids received. The Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-D-0062).
Advanced Mission Systems, Charlotte, N.C., was awarded an $8,437,960 modification (P00004) to a previously awarded cost-plus-fixed-fee, multi-year contract (W911QX-12-C-0150) for training and instruction services. Performance location and funding will be determined with each order. The Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.
DRS Radar Systems, Horsham, Pa., was awarded a firm-fixed-price, multi-year, foreign military sales contract with a maximum value of $8,105,505 for the procurement of a border surveillance system. This FMS contract is in support of Egypt. Fiscal 2013 procurement funds are being obligated on this award. The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-13-C-D522).
The Boeing Co., Mesa, Ariz., was awarded a firm-fixed-price, foreign military sales contract with a maximum value of $7,745,923 for sustainment services in support of the Apache AH-64D. This FMS contract is in support of Netherlands. Fiscal 2012 procurement funds are being obligated on this award. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (WW58RGZ-13-C-0122).
IKBI Inc., Choctaw, Miss., was awarded a firm-fixed-price contract with a maximum value of $7,692,387 for the procurement of an HC-130J Simulator Facility at Moody Air Force Base, Ga. Type of appropriation will be determined with each order. The bid was solicited through the Internet, with one bid received. The Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-13-C-0011).
Northrop Grumman Systems Corp., Boulder, Colo., was awarded a $6,786,896 modification (P00003) to a previously awarded cost-plus-incentive-fee contract (W9113M-12-C-0055) for the improvement of the joint tactical ground station system. The cumulative total face value of this contract is $37,986,896. Work will be performed in Colorado Springs, Colo.; and Azusa, Calif. Fiscal 2013 research, development, testing and engineering funds are being obligated on this award. The Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity.
Critigen-Clark Nexsen Joint Venture, Greenwood Village, Colo., is being awarded a maximum amount $35,000,000 indefinite-delivery/indefinite-quantity contract for geographic information systems, professional surveying and mapping services for work predominantly in the western continental United States, but also worldwide. The work to be performed also includes data collection, development and integration as follows: geospatial data development and enterprise-level deployment; acquisition, development, maintenance and analysis of geospatial data and metadata; survey and mapping (photogrammetry) to include aerial imagery and light intensity distance and ranging vector feature extraction; ground-based survey and mapping by use of conventional methods, global positioning systems or remote sensing; cartographic output, thematic mapping, data visualization, data migration, and data conversion; and document research, scanning, geo-referencing and other digitization related to the development of geospatial data. No task orders are being issued at this time. All work on this contract will be performed in Southwest (40 percent); Southeast (20 percent); Midwest (15 percent); other activities within the Naval Facilities Engineering Command area of responsibility, worldwide (25 percent), and is expected to be completed by June 2016. Fiscal 2013 Operation and Maintenance, Navy contract funds in the amount of $5,000 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 three proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-13-D-3013).
Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $9,293,000 modification to a previously awarded advanced acquisition contract (N00019-13-C-9999) to exercise an option to procure long lead materials and related support for the full rate production of five E-2D Advanced Hawkeye Lot 2 aircraft. In addition, the modification definitizes the advanced acquisition contract to a fixed-price contract. Work will be performed in Syracuse, N.Y. (36.9 percent); Bethpage, N.Y. (15.6 percent); El Segundo, Calif. (7.8 percent); Chicago, Ill. (7.4 percent); Menlo Park, Calif. (7.1 percent); Indianapolis, Ind. (6.8 percent); Cleveland, Ohio (3.3 percent); Aire-Sur-L’Adour, France (2.6 percent); Owego, N.Y. (2.4 percent); Torrance, Calif. (2.1 percent); Edgewood, N.Y. (1.7 percent); Falls Church, Va. (1.4 percent); and various locations throughout the United States (4.9 percent); and is expected to be completed in March 2014. Fiscal 2013 Aircraft Procurement Navy contract funds in the amount of $9,293,000 are being obligated at the 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.
AIR FORCE
First Support Services Inc., Dallas, Texas, has been awarded a $6,960,811 modification (P00037) on contract (FA8501-08-C-0024) and represents exercise of a 12 month option for continuation of ground support equipment maintenance services from July 1, 2013 through June 30, 2014. The total cumulative face value of the contract is $44,314,301. Work will be performed at Robins Air Force Base, Ga., and is expected to be completed by June 30, 2014. Fiscal 2013 funding will be obligated at the time of exercise of the option. Air Force Systems Center/PZIOA, Robins Air Force Base, Ga., is the contracting activity.
Huntington Ingalls Inc., Newport News, Va., is being awarded a $745,000,000 cost-plus-incentive-fee contract for the inactivation of USS Enterprise (CVN 65). Work will be performed in Newport News, Va., and is expected to be completed by September 2018. Fiscal 2013 Operations and Maintenance, Navyfunding in the amount of $645,000,000 will be obligated at the time of award. Contract funds in the amount of $645,000,000 will expire at the end of the current fiscal year. This contract was not competitively procured under the authority of 10 U.S.C. 2304(c)(1) – only one responsible source and no other supplies or services will satisfy the agency’s requirements. The Naval Sea System Command, Washington, D.C., is the contracting activity (N00024-13-C-2112).
Electric Boat Corp., Groton, Conn., is being awarded a $208,651,154 undefinitized modification to contract (N00024-12-C-2115) for the long lead time material associated with the second fiscal 2014 Virginia-class submarine (SSN 793) and fiscal 2015 Virginia-class submarines (SSN 794 and SSN 795). Work will be performed in Sunnyvale, Calif. (54 percent), Florence, N.J. (8 percent), Groton, Conn./Quonset Point, R.I. (6 percent), Newport News, Va. (6 percent), Coatesville, Pa. (5 percent), Windsor Locks, Conn. (4 percent), Montville, N.J. (3 percent), Tampa, Fla. (2 percent), York, Pa. (2 percent), and other locations below 1 percent (10 percent). Work is expected to be complete by December 2013. Fiscal 2013 Research, Development, Test and Evaluation funding in the amount of $208,651,154 will be obligated at the time of award. 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.
Data Link Solutions, LLC.,Cedar Rapids, Iowa (N00039-10-D-0031) and ViaSat, Inc., Carlsbad, Calif., (N00039-10-D-0032) each will be awarded a $166,300,000 modification to a previously awarded multiple award contract to exercise options for systems engineering and integration of the multifunctional information distribution system (MIDS) low volume terminal (LVT) and the MIDS joint tactical radio systems (JTRS) terminal. The MIDS-LVT provides secure, high-capacity, jam-resistant, digital data and voice communications capability for Navy, Air Force and Army platforms. MIDS-JTRS is a pre-planned product improvement replacement transforming the MIDS-LVT into a four-channel, software communications architecture compliant JTRS terminal while maintaining current Link 16 and tactical air navigation capability. For Data Link Solutions, work will be performed in Wayne, N.J., (70 percent) and Cedar Rapids, Iowa (30 percent), and is expected to be complete by March 9, 2014. For ViaSat, Inc., work will be performed in Carlsbad, Calif., and is expected to be completed by March 9, 2014. Contract funds will not expire at the end of the current fiscal year. Funds will be placed on contract and obligated at the time delivery orders are awarded under exercised options. This contract wascompetitively procured as a multiple award contract via the Federal Business Opportunities and The Space and Naval Warfare Systems e-Commerce Central websites, with twoproposals solicited and twooffers received. Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.
Vericor Power Systems LLC, Alpharetta, Ga., is being awarded a $41,373,993 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the procurement of up to 27 ETF-40B engine power producer groups, and 25 full authority digital engine controllers for use as drop-in place engine spares for the Navy’s landing craft, air cushioned vessels. Work will be performed in Alpharetta, Ga.(90 percent), and Winnipeg, Canada (10 percent), and is expected to be completed by June 2018. Fiscal 2013 Other Procurement, Navy funding in the amount of $12,454,605 will be obligated at time of award. Contract funds will not 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) – only one responsible source and no other supplies or services will satisfy agency requirements (FAR 6.302-1). The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-13-D-0013).
BAE Systems, Land & Armaments L.P., U.S. Combat Systems, Minneapolis, Minn., is being awarded a $40,327,024 firm-fixed-price contract for fiscal 2013 production requirements for MK 41 Vertical Launching System canisters. These requirements include: MK 14 MOD 2 (Tomahawk), MK 21 MOD 2 (SM-3), MK 21 MOD 3 (SM-6), and MK 25 MOD 0 (Seasparrow) Canisters; ancillary hardware; and associated support equipment. The canisters provide rocket motor exhaust gas containment and a launch rail during missile firing. The canisters also serve as missile shipping and storage containers. This contract combines purchases for the U.S. Navy (96.7 percent) and the government of Thailand (3.3 percent) under the Foreign Military Sales (FMS) program. Work will be performed in Aberdeen, S.D. (90 percent), and Minneapolis, Minn. (10 percent), and is expected to be completed by July 2015. Fiscal 2012 and 2013 Weapons Procurement, Navy and FMS funding in the amount of $40,327,024 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Federal Business Opportunities and the Navy Electronic Commerce Online websites, with one offer received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-5314).
Northrop Grumman Corp., Electronic Systems, Linthicum Heights, Md., is being awarded a $24,502,359 modification under a previously awarded cost-plus-incentive-fee, firm-fixed-price contract (M67854-07-C-2072) to increase the estimated ceiling cost for the Ground/Air Task-Oriented Radar Engineering and manufacturing development phase and associated other direct costs to reflect the anticipated cost growth. Funds in the amount of $21,100,000 account for a cost growth in the engineering and manufacturing development phase and $3,402,359 account for the production engineering support. Work for the anticipated cost growth will be performed Linthicum Heights, Md. (88 percent), Yuma, Ariz. (10 percent), and Syracuse, N.Y. (2 percent), and work is expected to be completed April 25, 2014. Work for the production engineering support will be performed in Linthicum Heights, Md. (81 percent), and Syracuse, N.Y. (19 percent), and work is expected to be completed Feb. 16, 2014. Fiscal 2013 Research and Development funds for cost growth in the amount of $13,592,762 are being obligated at the time of award, and will not expire at the end of the current fiscal year. Fiscal 2012 Procurement Marine Corps funds for the production engineering support in the amount of $3,402,359 are being obligated at the time of award, and will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Va., is the contracting activity.
Exelis Inc., Van Nuys, Calif., is being awarded a $20,285,451 modification to previously awarded contract (N00024-09-C-5395) for AN/SPS-48G(V) radar modification kits to support the Recovery Obsolescence Availability Radar. AN/SPS-48 radars are installed on USN ships for three-dimensional air search. The modification kits are expected to increase operational availability and decrease operating and support costs. Work will be performed in Los Angeles, Calif. (48 percent); Johnstown, Pa. (40 percent); and San Diego, Calif. (12 percent), and is expected to be completed by October 2015. Fiscal 2013 Other Procurement, Navy funding in the amount of $20,285,451 will be obligated at the time of award. 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.
Northrop Grumman Systems Corp., Bethpage, N.Y., is being awardeda $19,360,601 modification to previously awarded contract (N00024-06-C-6311) to provide engineering and production planning services for mission packages that will deploy from and integrate with the littoral combat ship. Work will be performed in Bethpage, N.Y. (44 percent); Oxnard, Calif. (16 percent); Washington, D.C. (14 percent); Panama City, Fla. (10 percent); Dahlgren, Va. (8 percent); San Diego, Calif. (4 percent); Hollywood, Md. (2 percent); Andover, Mass. (1 percent); and Middletown, R.I. (1 percent); and is expected to be completed by June 2014. Fiscal 2013 Research, Development, Test and Evaluation funding in the amount of $5,931,600 will be obligated at the time of award. 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.
Advanced Technology International, Anderson, S. C. (N62583-10-D-0780); Science Applications International Corp., Mclean, Va., (N62583-10-D-0781) are each being awarded option year one under a previously awarded firm-fixed-price, multiple award contract for field test and evaluation support services in support of the Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme. The combined total value for the two contractors is $15,000,000. The work to be performed provides for technology research and development support, field test and evaluation support, program/project planning, project management, equipment/components development and fabrications, administrative support, and assessment, analytical, and documentation throughout the world. The total contract amount after exercise of this option will be $30,000,000. Work will be performed at various installations world-wide, and work for this option is expected to be completed in June 2014. No funds will be obligated with this award. No task orders are being issued at this time. 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.
Engility Corp., Mount Laurel, N.J., is being awarded a $12,490,000 modification to a previously awarded cost-plus-fixed-fee contract (N00421-12-C-0048) to exercise an option for engineering services in support of the Joint Precision Approach and Landing Systems and the Navy Unmanned Combat Aerial Systems programs. Services to be provided include requirements definition and analysis; prototyping; test and evaluation; technical assistance; system analysis; engineering; software development, integration and maintenance; test data acquisition; reduction and analysis; technical logistic support; configuration management; training support; and program and project management. Work will be performed in St. Inigoes, Md. (95 percent); Providence, Rhode Island (3 percent); and Chicago, Ill. (2 percent); and is expected to be completed in January 2014. Fiscal 2013 Research, Development, Test and Evaluation, Navy funds in the amount of $3,950,158 are being obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md. is the contracting activity.
Northrop Grumman Systems Corp., Electronic Systems Sector, Land and Self Protection Systems Division, Rolling Meadows, Ill., is being awarded an $11,567,751 fixed-price indefinite-delivery/indefinite-quantity contract to produce, test, integrate, qualify and deliver an upgraded laser configuration for the Electro-Optical Third Generation Console for the F/A-18 E/F Advanced Targeting Forward Looking Infrared (FLIR) and the SH-60 FLIR. This effort will provide two production representative units, 102 upgraded units, and associated technical data, as well as technical and logistics support for the upgrade. Work will be performed in Rolling Meadows, Ill. (63.29 percent); Santa Barbara, Calif. (23.23 percent); Linthicum, Md. (8.5 percent); and Vaudreuil-Dorion, Quebec, Canada (4.98 percent), and is expected to be completed in June 2016. Fiscal 2013 Aircraft Procurement Navy funds in the amount of $9,564,258 are being obligated at time of award, none of which 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 Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-13-D-0017).
Harris Corp., Palm Bay, Fla. is being awarded a $9,370,956 modification to a previously awarded firm-fixed pricecontract (N00039-10-C-0062) for AN/WSC-6 E(V)9 satellite communication (SATCOM) systems. The AN/WSC-6 E(V)9 system is used by surface ships to provide a military SATCOM capability in the super high frequency range. This contract includes options which, if exercised, would bring the cumulative value of the contract to an estimated $40,515,414. Work will be performed in Malabar, Fla., and is expected to be completed by June 25, 2014. If all options are exercised, work could continue until March 2016. Fiscal 2013 Ship Construction, Navyfunds in the amount of $9,370,956 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole-source acquisition in accordance with 10 U.S.C. 2304(c)(1) – only one responsible source (FAR Subpart 6.302-1). The Space and Naval Warfare Systems Command, San Diego, is the contracting activity (N00039-10-C-0062).
RFD Beaufort, Inc., Sharon Center, Ohio, is being awarded $7,200,262 for a firm-fixed-price indefinite-delivery/indefinite-quantity delivery order #0002, under previously awarded contract (N00104-12-D-F001), for the manufacture of 1,694 submarine escape and immersion mark suits. Work will be performed in Sharon Center, Ohio, and is expected to be completed by June 30, 2014. Fiscal 2013 Navy Working Capital funds in the amount of $7,200,262 will be obligated at the time of award, and will not expire before the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1). Navy supply Systems Command, Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity.
Altec Industries, Inc., Birmingham, Ala., has been awarded an estimated maximum $327,500,000 fixed-price with economic-price-adjustment, requirements type contract. The contract is for the procurement of commercial type cranes. Location of performance is Alabama with a June 24, 2018 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 2018 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8EC-13-D-0018).
Vitol, Inc., Houston, Texas, has been awarded an estimated maximum $193,749,384 fixed-price with economic-price-adjustment contract. The contract is for fuel. Locations of performance are Texas and United Kingdom with a July 30, 2016 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-0483).
BAE Systems, Phoenix, Ariz., has been awarded a maximum $89,460,000 modification (P00005) exercising the first option year period for enhanced small arms protective inserts. The contract (SPM1C1-12-D-1025) is a firm-fixed-price contract. Location of performance is Arizona with a July 2, 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.
Sysco Hampton Roads, Suffolk, Va., has been awarded an estimated maximum $67,500,000 fixed-price with economic-price-adjustment, bridge contract. The contract is for prime vendor food and beverage support for Department of Defense and non-Department of Defense customers in Virginia; Guantanamo Bay, Cuba; and Honduras. Location of performance is Virginia with a June 29, 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-3669).
Akorn, Inc.,* Lake Forest, Ill., has been awarded a maximum $37,900,575 modification (P00006) exercising the first option year period on a one year base contract with seven one-year option periods for various pharmaceutical products. The contract (SPM2D0-12-D-0004) is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Illinois with a June 30, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Lemon Oil,* Romulus, Mich., has been awarded an estimated maximum $27,126,384 fixed-price with economic-price-adjustment contract. The contract is for fuel. Locations of performance are Michigan, Maryland, Ohio, Virginia, Indiana, West Virginia, and Kentucky with a July 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, Coast Guard, 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-4023).
AIR FORCE
LinQuest Corp., Los Angeles, Calif., has been awarded a $121,182,989 cost-plus-incentive-fee contract for System Engineering & Integration Support Services (SE&I). The contractor will provide and maintain enterprise SE&I services for the current MILSATCOM Systems Directorate, execute and evolve standardized enterprise processes, control and manage the technical baseline and interface(s), perform system integration across the enterprise and within identified programs, develop and implement key systems engineering processes, developing tools and techniques to predict issues and enable timely action, and develop and maintain performance metrics. Work will be performed at Los Angeles AFB, Calif., and is expected to be completed by June 30, 2019. This award is the result of a competitive acquisition and multiple offerors were solicited with two offers being received. Fiscal 2013 Research and Development funds in the amount of $3,870,800 are being obligated at time of award. The Space and Missile Center, Los Angeles Air Force Base, Calif., is the contracting activity (FA8808-13-C-0009).
Messier-Bugatti-Dowty, Velizy-Villacoublay, France, has been awarded a $80,655,256 firm-fixed-priced requirements contract for support the KC-135 carbon brake system. This requirement is to manufacture end items and components of the KC-135 wheel and brake assembly and to overhaul the brake heat sink in support of the KC-135 Stratotanker. Work on the overhaul and carbon manufacturing will be performed at Messier-Bugatti’s Walton, Ky., facility with the remaining component parts to be manufactured in France, and is expected to be completed by Dec. 31, 2018. The basic contract will be for five years, and funds will be obligated on individual delivery orders. The contract combines the efforts of the Air Force procurement for spares and the overhaul with the BRAC mandated depot level reparable spares assets in which the Defense Logistics Agency has procurement authority into one strategic contract. This award is the result of a sole-source acquisition. Funds will be issued on each individual delivery order as they are issued and will be 4930 Working Capital funds from the fiscal year in which the orders are issued. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8203-13-D-0001).
Lockheed Martin Space Systems Co., Sunnyvale, Calif., has been awarded a $75,230,383 modification (P00003) to the existing fiscal 2013 2016 Contractor Logistics Support, Legacy Sustainment, and Combined Task Force Support contract (FA8810-13-C-0002) for the Space Based Infrared System Survivable Endurable Evolution (S2E2), Increment 1. The total cumulative face value of the contract is $181,098,565. This contract modification is for permanent sustainment modifications to the current Mobile Ground System (MGS) to enable processing of Defense Support Program and SBIRS geosynchronous orbit satellites mission data and to perform limited contingency SBIRS GEO satellite commanding. This project also replaces the existing Intermediate Maintenance Facility with the Maintenance and Operations Support Suite used for pre-deployment preparation on the S2E2 MGS Force Packages, and to provide maintainer and limited operator training. Work will be performed at Colorado Springs, Colo., Boulder, Colo., and Greeley Colo., and is expected to be completed by January 31, 2017. Fiscal 2012 and 2013 Procurement funds for the full amount will be obligated at time of award. The Air Force Space and Missile Systems Center Infrared Space Systems Directorate Contracting Division is the contracting activity.
DTS Aviation Services, Fort Worth, Texas, has been awarded an estimated $15,575,790 modification (P00239) for firm-fixed-price and cost-reimbursement contract (FA8106-05-C-0001) for the C-21A Contractor Logistics Support (CLS). The cumulative face value of the contract is estimated $426,271,109. The contract modification is for the extension of the active duty and Peterson Air Force Base, Colo., Colorado Air National Guard (ANG) C-21A aircraft for the period of July 1, 2013 through Dec. 31, 2013 through the use of the “Option to Extend Services” clause FAR 52.217-8 to the existing CLS contract. Work will be performed at Andrews AFB, Md.; Scott AFB, Ill.; Peterson AFB, Colo.; Ramstein Air Base, Germany and Oklahoma City, Okla., and is expected to be completed no later than Dec. 31, 2013. Fiscal 2013 Air Force and Air National Guard Operations and Maintenance funds in the amount of $4,058,806 are being obligated at time of award. Air Force Life Cycle Management Center/WLKLC, Tinker AFB, Okla., is the contracting activity.
Lockheed Martin Integrated Systems, Warner Robins, Ga., has been awarded a $14,453,031 modification (mod 25) to contract (FA8530-08-D-00080006) for Contractor Logistics Support (CLS) for the Iraq C-130E program. The contract modification is to exercise Option IV for CLS support for the Iraq C-130E fleet. The cumulative face value of the contract is $61,622,864. Work will be performed at New al-Muthana Air Base, Baghdad, Iraq, and is expected to be completed by June 30, 2014. This contract involves 100 percent foreign military sales. Air Force Life Cycle Management Center/WLKCB, is the contracting activity.
DEFENSE THREAT REDUCTION AGENCY
Science Applications International Corp., of McLean, Va., is being awarded an indefinite-delivery/indefinite-quantity contract valued at $99,500,000 for Cooperative Threat Reduction logistics support services. Work will be performed worldwide and the initial ordering period will continue through June 2016. This requirement was solicited as a full and open competition on FedBizOpps and six proposals were received. The contracting activity is Defense Threat Reduction Agency, Fort Belvoir, Va., (HDTRA1-13-D-0010).
InfoReliance Corp., Fairfax, Va., has been awarded a time and material and firm-fixed-price contract with an estimated maximum amount of $9,179,734 for Microsoft Consulting Services (MCS) in support of the Defense Threat Reduction Agency (DTRA) Directorate of Information Operations (J6). The contract award was made off the General Services Administration schedule. There are only six vendors who are licensed to provide MCS. DTRA solicited all six vendors, and received five quotes and one no bid. Type of appropriation is fiscal 2013 Research and Development and Operations and Maintenance (O&M) funds. Work will be performed at Ft. Belvoir, Va., at the DTRA facility with a July 5, 2014 completion date. The contracting activity is DTRA, Fort Belvoir, Va., (HDTRA1-13-F-0037).
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS
Related articles
- Business and Career Opportunities DOD Awarded Contracts (beenetworknews.com)
- Pentagon Announces $730 Million in New Contracts Wednesday (fool.com)
- Army Corps Probe Led U.S. to $1 Billion Contract Scheme (bloomberg.com)
- Pentagon Announces $730 Million in New Contracts Wednesday (dailyfinance.com)
July 11, 2013
Business, Business / Career, Government