Business and Career Opportunities DOD Awarded Contracts

United_States_Department_of_Defense_Seal.svgDOD AWARDED CONTRACTS

Source:  Info Provided Courtesy: U.S. Department of Defense
Office of the Assistant Secretary of Defense (Public Affairs) 

Defense Logistics Agency

Tiffin Metal Products Co.*, Tiffin, Ohio, has been awarded a maximum $39,544,872 modification (P00004) exercising the second option-year period of a one-year base contract (SPM8E6-11-D-0009) with thee one-year option periods for acquisition of drive-type spade less fence posts for use in providing framework and support for erecting military barbedDefense_Logistics_Agency wire entanglements and fencing. The contract is a fixed-price with an economic-price-adjustment contract. There were five responses to the DLA Internet Bid Board solicitation. Location of performance is Ohio, with a Sept. 22, 2014 performance completion date. Using services are Army and Air Force. Type of appropriation is fiscal 2013 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

American Posts, LLC.*, Toledo, Ohio, has been awarded a maximum $39,421,755 modification (P00005) exercising the second option-year period of a one-year base contract (SPM8E6-11-D-0010) with thee one-year option periods for acquisition of drive-type spade less fence posts for use in providing framework and support for erecting military barbed wire entanglements and fencing. The contract is a fixed-price with an economic-price-adjustment contract. There were five responses to the DLA Internet Bid Board solicitation. Location of performance is Ohio, with a Sept. 22, 2014 performance completion date. Using services are Army and Air Force. Type of appropriation is fiscal 2013 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Navy

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $34,500,000 undefinitized modification to the previously awarded Low Rate Initial Production Lot 6 Advance Acquisition contract (N00019-11-C-0083) for the F-35 Lightning II Joint Strike Fighter aircraft. This modification provides for the procurement of Autonomic Logistics Information System equipment, training devices and sustainment and logistics support for non-recurring engineering activities for the 600px-US-DeptOfNavy-Seal.svggovernment of Italy. Work will be performed in Fort Worth, Texas (35 percent); El Segundo, Calif. (25 percent); Warton, United Kingdom (20 percent); Orlando, Fla. (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent), and is expected to be completed in October 2018. International Partner funding contract funds in the amount of $17,250,000 will be obligated at the time of award, none of which expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Computer Sciences Corp., San Diego, Calif., is being awarded a not-to-exceed $28,897,021 undefinitized modification (P00007) to a previously awarded cost-plus-fixed-fee bridge contract (M00264-13-C-0004) for information technology services to support the Technology Services Organization’s (TSO) requirements and its role as an enterprise business systems integrator for the Marine Corps. Services required are in support of government designed and owned Marine Corps business systems that have no parallel in other sectors of the government or private industry. Software engineering design, programming, testing, and integration to be performed under this contract will involve tasking that is so integrally related that it requires personnel with highly developed experiences with the specific systems supported by the TSO. The TSO supports a number of business mission areas across the Marine Corps, including the deputy commandant program and resources, deputy commandant manpower and reserve affairs, and the deputy commandant installation and logistics. Work will be performed in Kansas City, Mo. (95 percent) and Indianapolis, Ind. (5 percent), and is expected to be completed by August 2014. Fiscal 2013 operations and maintenance, Marine Corps funds in the amount of $28,897,021 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. The Regional Contracting Office, National Capital Region, Quantico, Va., is the contracting activity.

Tetra Tech Inc., San Luis Obispo, Calif., is being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract with a maximum amount of $7,500,000 for surveying and mapping services in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work to be performed provides for cadastral surveys; topographic surveys; aerial surveys; geodetic surveying; construction surveys; record of surveys; hydrographic surveys; special studies; civil site improvements; digital mapping products; and geospatial information and service database/mapping. No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to California (87 percent), Arizona (5 percent), Nevada (5 percent), Colorado (1 percent), New Mexico (1 percent) and Utah (1 percent). The term of the contract is not to exceed 36 months with an expected completion date of August 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 27 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-13-D-3007).

Blinderman Construction Co., Inc.*, Chicago, Ill., is being awarded a $14,864,000 firm-fixed-price contract for construction of the Navy Drug Screening Laboratory at Naval Station Great Lakes. The one story drug screening laboratory will include administrative and training spaces for the Navy Drug Screening Program. Work will be performed in Great Lakes, Ill., and is expected to be completed by December 2014. Fiscal 2013 military construction, defense medical contract funds in the amount of $14,864,000 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. The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill., is the contract activity (N40083-13-C-0003).

Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $10,778,997 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) for 11 low power repairs of the AE1107 turbo shaft engines for the MV-22 aircraft and two months of mission care site support for HMX-1s in Quantico, Va. Work will be performed in Oakland, Calif. (70 percent); Indianapolis, Ind. (20 percent); and Quantico, Va. (10 percent), and is expected to be completed in February 2014. Fiscal 2013 operation and maintenance, Navy contract funds in the amount of $10,778,997 will be obligated at the 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.

Pave-Tech Inc., Carlsbad, Calif., is being awarded $8,412,212 for firm-fixed-price task order #0013 under a previously awarded multiple award construction contract (N62473-09-D-1605) for construction and repair of the aircraft parking apron and joint and slab repair on taxiway E at Marine Corps Air Station, Yuma. Work will be performed in Yuma, Ariz., and is expected to be completed by January 2015. Fiscal 2013 operation and maintenance, Marine Corps contract funds in the amount of $8,412,212 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Air Force

Phantom Eagle LLC., Hot Springs, Va., has been awarded a $13,803,202 firm-fixed-price level-of-effort contract for Air Operations Center weapons system test, experimentation, & technical services for Air Combat Command (ACC). Work will be performed at Langley Air Force Base, Va., and is expected to be completed by Aug. 31, 2016. This award is the result of a competitive acquisition and all eligible service disabled veteran owned small businesses were solicited via Federal Business Opportunities and six offers were received. Fiscal356px-Seal_of_the_US_Air_Force.svg 2013 operations and maintenance funds in the amount of $246,000 will be obligated at time of award. ACC/AMIC/PKA, Newport News, Va., is the contracting activity (FA4890-13-C-0105).

The Air Force is exercising an option with G4S Government Solutions Inc., Palm Beach Gardens, Fla., for $8,960,604 modification (P00014) to a firm-fixed-price, cost-reimbursable for fuel contract (FA2521-12-C-0057) for fire protection, emergency management and emergency medical services (FEMS II) for Cape Canaveral Air Force Station, Fla. Work will be performed at Patrick Air Force Base, Fla., and is expected to be completed by Sept. 30, 2014. Fiscal 2014 operations and maintenance funds in the amount of $746,717 will be obligated at time of award. 45 Contracting Squadron/LGCZC, Patrick Air Force Base, Fla., is the contracting activity.

Army

JE Hurley Construction*, Colorado Springs, Colo., was awarded a firm-fixed price, option eligible, non-multi-year contract with a cumulative maximum value of $37,465,421 for repair and replacement of Runway 14/32 at Buckley Air Force Base. Funding will be from fiscal 2013 Other Procurement accounts. This contract was a competitive acquisition via the web with two bids received. The National Guard Bureau Major Construction, Selfridge Army National guard Base, Mich., is the contracting activity (W912QR-13-C-0023).

Department of the ArmyGeneral Atomics Aeronautical Systems, Inc., Poway, Calif., was awarded a cost-plus-incentive fee, option eligible, multi-year contract with a cumulative maximum value of $30,481,905 for one MQ-1C Gray Eagle Composite Maintenance System Trainer (CMST) suite of equipment with an option for Interim Contractor Support (ICS) for one CMST suite of equipment. Performance location will be Fort Huachuca, Ariz., with funding from fiscal 2013 Other Procurement accounts. The U.S. Army Contracting Command Redstone Arsenal (Aviation), Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0127).

Accel and Pacific Joint Venture*, Chicago, Ill., was awarded a firm-fixed price, option eligible, multi-year contract with a cumulative maximum value of $21,779,000 for construction of Army Reserve Center Phase I at Fort Sheridan, Ill. Performance location will be Fort Sheridan, Ill., and $21,575,000 of funding will be from fiscal 2013 Military Construction account, and $204,000 will be from fiscal year 2013 Operations and Maintenance account. This contract was a competitive acquisition via the web with four bids received. The U.S. Army Corps of Engineers Louisville District, Louisville, Ky., is the contracting activity (W912QR-13-C-0024).

Walsh-Butt Joint Venture, Chicago, Ill., was awarded a firm-fixed price, option eligible, non-multi-year contract with a cumulative maximum value of $12,598,778 for replacement of boilers located at Wright Patterson Air Force Base, Ohio. Funding will be from fiscal 2013 Operations and Maintenance account. This contract was a competitive acquisition via the web with four bids received. The U.S. Army Corps of Engineers Louisville District, Louisville, Ky., is the contracting activity (W912QR-13-C-0023).

Olin Winchester, Inc., East Alton, Ill., was awarded a firm-fixed-price, option eligible, non-multi-year contract modification (P00029) in the amount of $11,676,796 with a cumulative maximum value of $136,598,412 in exercise of their option to procure: 10,380,720 each A059 (5.56mm M855 cartridges in 10-round clips), 2,337,600 each A062 (5.56mm M855 cartridges linked), 3,200 each A064 (5.56mm M855 and M 856 cartridges and tracers linked 4 to 1) and 3,186,200 each A55 (Caliber .50 M17 cartridges linked). Performance location will be East Alton, Ill., with funding from fiscal 2011-2013 Other Procurement accounts. This contract was a competitive acquisition via the web with two bids received. The U.S. Army Contracting Command Rock Island Arsenal, Rock Island, Ill. is the contracting activity (W52P1J-11-C-0038).

U.S. Special Operations Command

General Dynamics Ordnance and Tactical Systems of St. Petersburg, Fla., is being awarded an indefinite-delivery/indefinite-quantity contract with firm-fixed-price, cost-plus-fixed-fee and cost delivery orders (or any combination of those) contract with total ceiling of $562,210,980 for the purchase of Ground Mobility Vehicles 1.1 (GMV 1.1). The GMV 1.1 is a highly mobile, C/MH-47-transportable platform with associated manuals, spare parts, mechanical/operator training and a Government Furnished C4ISR suite non-developmental160px-Special_Operations_Specops_Army.svg item with Special Operations Forces-peculiar modifications. The majority of the work will be performed in St. Petersburg, Fla., and Ladson, S.C. The term of the contract is seven years, and is expected to be completed by September 2020. This contract will be funded at the delivery order level. One delivery order will be issued at the time of contract award and funded with $9,807,029 of research, development, test and evaluation funds, under fiscal 2012 and 2013, and $4,999,500 procurement funds under fiscal 2012 and 2013. This contract was competitively procured via Federal Business Opportunities, with seven proposals received. U.S. Special Operations Command is the contracting activity (H92222-13-D-0013).

World Wide Language Resources (WWLR) of Fayetteville, N.C., is being awarded a $257,223,248 firm-fixed-price contract for linguist and translation support, in support of U.S. Special Operations Command. The work will be conducted in multiple locations in the United States and overseas. The term of the contract is five years (base and four one 1-year options) with expected completion date of 60 months after date of contract, assuming all options are exercised. This contract will be funded incrementally. FY13 operations and maintenance funds in the amount of $1,000,000 will be obligated at the time of award. This contract was competitively procured via Federal Business Opportunities, with seven proposals received. U.S. Special Operations Command is the contacting activity (H92222-13-C-0053).

Air Force

The Air Force is exercising an option with Computer Sciences Corp., Patrick Air Force Base, Fla., for $81,671,340 (estimate) cost-plus-award-fee, firm-fixed-price, cost-reimbursable contract.  The Eastern Range Technical Services will provide operations, maintenance and sustainment of critical range and launch processing systems that support the launch 356px-Seal_of_the_US_Air_Force.svgprocessing mission of the 45th Space Wing and its launch customers at Cape Canaveral Air Station.  Work will be performed at Patrick Air Force Base (AFB), Fla., and is expected to be completed by Sept. 30, 2014.  No funds are being obligated at time of award.  45 Contracting Squadron/LGCZR, Patrick AFB, Fla., is the contracting activity. (FA2521-07-C-0011)

L-3 Communications Corp., Link Simulation and Training, Arlington, Texas, has been awarded an $18,510,814 modification (P00081) on a firm-fixed-price contract (FA8621-09-C-6292) for M6.2+ Operational Flight Program for the F-16 Mission Training Center.  The total cumulative value of the contract is $316,498,529.  Work will be performed at Arlington, Texas, and is expected to be completed by May 31, 2016.  Fiscal 2013 research and development funds in the amount of $6,900,000 are being obligated at time of award.  Air Force Life Cycle Management Center/WNSK, Wright-Patterson AFB, Ohio, is the contracting activity.

Science Applications International Corp. (SAIC), McLean, Va., and Signal Innovations Group (SIG) Inc., Durham, N.C. are being awarded indefinite-delivery, indefinite-quantity contracts for object physics for exploitation and recognition (OPERA) to obtain the capability to isolate and model physical mechanisms responsible for exploitation performance earlier in the exploitation development process.  Work will be performed at McLean, Va., and Durham, N.C., and is expected to be completed by Aug. 21, 2020.  This award is the result of a competitive acquisition and multiple offers were solicited through a BAA Call; four contractors submitted a total of five offers (one company submitted offers for both topics); however two contracts have been awarded.  The OPERA Program “Overall Ceiling”, for the two separate contracts is $16,168,000; The Topic 1 (SAIC) contract (FA8650-13-D-1622) price ceiling is $9,274,000 and the Topic 2 (SIG) contract (FA8650-13-D-1623) price ceiling is $5,894,000.  Fiscal 2013 research and development funds in the amount of $50,000 for task order 0001 for SAIC and funds in the amount of $675,000 for task order 0001 for SIG will be obligated.  These are not multiyear funds.  Air Force Research Laboratory/RQKSR, Wright-Patterson AFB, Ohio, is the contracting activity.

Defense Logistics Agency

Phoenix Textile Corp.**, O’Fallon, Miss., has been awarded a maximum $80,730,677 modification (P00006) exercising the second option-year period of a one-year base contract (SPM2D0-11-D-0008) with seven one-year option periods for various medical and surgical products.  The contract is a fixed-price with an economic-price-adjustment, indefinite-delivery/indefinite quantity contract.  Location of performance is Missouri, with an Aug. 24, 2014 performance completion date.  Using services are Army, Navy, Air Force, MarineDefense_Logistics_Agency 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.

DRS Tactical Systems Inc., Melbourne, Fla., has been awarded a maximum $61,568,105 for support of Force Battle Command Brigade and Below (FBCB2) program.  The contract is a five-year, firm-fixed-price, sole-source contract.  Location of performance is Florida, with an Aug. 20, 2018 performance completion date.  Using service is Army.  Type of appropriation is fiscal 2013 through fiscal 2018 Army working capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Md., SPRBL1-13-D-0024.

Navy

Northrop Grumman Systems Corp., San Diego, Calif., is being awarded a $27,599,424 modification to a previously awarded cost-plus-fixed-fee contract (N00019-12-C-0117) to exercise an option for additional operations and maintenance services in support of the Broad Area Maritime Surveillance Demonstrator Unmanned Aircraft System.  Work will be 600px-US-DeptOfNavy-Seal.svgperformed in Patuxent River, Md. (70 percent), and outside continental United States (30 percent), and is expected to be completed in May 2014.  Fiscal 2013 operations and maintenance, Navy contract funds in the amount of $27,599,424 will be obligated at the 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.

Logos Technologies Inc.*, Arlington, Va., is being awarded an $8,000,994 modification to a previously awarded firm-fixed-price contract (N68335-12-C-0192) to exercise an option for field service representatives, operators, and analysts required to support Persistent Ground Surveillance Systems Kestrel systems deployed outside of the continental United States for the U.S. Army.  Work will be performed in Afghanistan (90 percent), and Fairfax, Va. (10 percent), and is expected to be completed in February 2014.  Fiscal 2013 operations and maintenance, Army contract funds in the amount of $8,000,994 are being obligated on this award, all of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J.,is the contracting activity.

Central Texas College, Killeen, Texas, is being awarded $7,689,190 for modification #P00005 under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00189-09-D-Z059) for Navy’s Center for Personal and Professional Development Navy College Program for Afloat College Education instructor led services.  Work will be performed on Navy ships worldwide (84 percent); Norfolk, Va. (8 percent); San Diego, Calif. (8 percent), and is expected to be completed by Sept. 30, 2014.  Funding for this contract will be done on individual task orders using fiscal 2014 operations and maintenance, Navy funds, which will not expire before the end of the current fiscal year.  This contract was awarded on a competitive basis using Navy Electronic Commerce On-line, with one offer received in response to the solicitation.  The NAVSUP Fleet Logistics Center Norfolk, Philadelphia Office, Philadelphia, Pa., is the contracting activity.

Correction:  No. 582-13, Aug. 14, 2013:  Contract awarded to Whitesell-Green Inc.*, Pensacola, Fla., for $15,949,000, is revised to show the corrected contract number as N69450-13-C-1257.

Army

BAE Systems Land and Armaments, L.P., York, Penn., was awarded a firm-fixed price, no option, multi-year, contract with a cumulative maximum value of $149,882,446 for forty-nine M88A2 Heavy Equipment Recovery Combat Utility Lift Evacuation System (HERCULES) and three sets of spare parts.  Performance location will be York, Penn., and funding will be from fiscal 2013 other funding. This contract was a competitive acquisition with one offer received.  The U.S. Army Contracting Command Tank and Automotive, Warren, Mich., is the contracting activity (W56HZV-13-C-0358).

General Electric Aviation, Lynn, Mass., was awarded a firm-fixed price, no option , non-multi-year contract with a cumulative maximum value of $57,498,658 for seventy-two each of production T700-GE-701D engines with extended warranties and four each spares and support for the Unites States Army for the Government of the Republic of Korea. Department of the ArmyPerformance location will be Lynn, Mass., and funding will be from fiscal 2013 other funding. This contract is an approved Foreign Military Sale to the Republic of Korea. This contract was a competitive acquisition with three bids solicited and three received. The U.S. Army Contracting Command Redstone Arsenal (Aviation), Redstone Arsenal, Ala., is the contracting activity (SPRTA1-12-G-0006).

Patriot Construction, LLC.,  Dunkirk, Md., (W91278-13-D-0040); and Willis-McKenneys, 8(a) Joint Venture, Atlanta, Ga., (W91278-13-D-0041) were awarded a firm-fixed price, no option, multi-year contract with a cumulative maximum value of $25,000,000 to provide mechanical systems repair for DoD Army medical facilities in the Southeastern United States to include repair and replacement of mechanical systems such as heating, ventilation, air conditioning, plumbing, ductwork, exhaust systems and other related systems. Performance location will vary by task order and funding will be incremental and determined by each order.  This contract was a competitive acquisition with two offers received. The U.S. Army Corps of Engineers Mobile District, Mobile, AL is the contracting activity.

Coordinated Defense Supply Systems, Inc.*, Clinton Township, Mich., was awarded a firm-fixed price, no option, non-multi-year contract with a cumulative maximum value of $6,785,518 to provide 6,211 each tan, cover kits for medium tactical vehicles. Performance location will be Clinton Township, Mich., and funding will be $2,400,223 from fiscal 2011 other procurement, Army funds and $4,385,295 from fiscal 2012 other funding. This contract was a competitive acquisition with four offers received. The U.S. Army Contracting Command Tank and Automotive, Warren, Mich., is the contracting activity (W56HZV-13-C-0326).

Weeks Marine, Inc., Covington, Louisiana, was awarded a firm-fixed-price, no option, non-multi-year, award with a maximum value of $26,440,000.00 for the dredging of the Federal Navigations Channel and deposition basins at East Rockaway Inlet at Jamaica Bay. This contract is in support of Hurricane Sandy repair work. Performance location and funding will be determined at completion. Bidding was solicited via Web, with 2 bids received. The U.S. Army Corps of Engineers New York District, New York, N.Y. is the contracting activity (W912DS-13-C-0042).

Kongsberg Defence & Aerospace AS, Kongsberg, Norway was awarded a firm-fixed-price, option-eligible, non-multi-year, contract award modification of $14,786,467 with a cumulative maximum value of $51,094,647 for the M153 Common Remotely Operated Weapon Station system and system spares. This is an award contract modification to exercise options CLIN. Performance location Johnstown, Pa., and funding will be thru Fiscal 2013. Bidding was solicited via Web, with 2 bids received. The U.S. Army Contracting Command, Picatinny Arsenal, Picatinny, N.J., is the contracting activity (W15QKN-12-C-0103).

EDC Consulting, LLC, Washington, D.C., was awarded a cost price fixed fee, no option, non-multi-year, contract with a cumulative maximum value of $8,588,035 to design, develop, integrate, test, implement and field the Integrated Personnel and Pay System Army (IFPPS-A) Increment I. Performance location is Alexandria, Va., and funding will be incrementally funded with roughly half up front and the remainder upon satisfactory completion. One bid offer solicited and 1 bid received. U.S. Army Contracting Command, Picatinny Arsenal, N.J. is the contracting activity (W15QKN-13-C-0084).

Hanjin Intermodal America, Inc., Carson, Calif., was awarded a firm-fixed-price, no option, non-multi-year, contract with a cumulative maximum value of $10,000,000 to provide services for ground transportation of locally procured cargo from Uzbekistan and Kazakhstan into Afghanistan for the Defense Logistics Agency. Performance location and funding will be determined with each order. One bid offer solicited and 1 bid received. U.S. Army Contracting Command, Rock Island Arsenal, Ill., is the contracting activity (W52P1J-13-D-0098).

TSS-GARCO JV, Richland, Wash., was awarded a firm-fixed-price, no option, non-multi-year, contract with a cumulative maximum value of $7,237,000 to construct one bridge over railroad tracks at Joint Base Lewis McChord, Wash. Performance location is Dupont, Wash., and funding will be Fiscal 2010 MILCON. Bids solicited via web with 4 bids received. The U.S. Army Corps of Engineers Seattle District, Seattle, Wash., is the contracting activity (W912DW-13-C-0040).

Delta Resources, Inc., Alexandria, Va., was awarded a firm-fixed-price, option-eligible, non-multi-year, contract with a cumulative maximum value of $6,794,404 for technical, program management, research, administrative and analytical services to support the mission of the assistant secretary of the Army Installation Environment and Energy, deputy assistant secretary of the Army for Environment, Safety and Occupational Health Technology Directorate and the Defense Environment Information Technology Management Program. Performance location and funding determined with each order. Bidding was solicited via Web, with 1 bid received. The U.S. Army Contracting Command, Installation Contracting Division, Aberdeen Proving Ground, Md. (W91ZLK-13-D-0037).

Catapult Health Technology Group, Bethesda, Md., was awarded a firm-fixed-price, option-eligible, non-multi-year, contract with a cumulative maximum value of $26,917,073 for information technology support services for multiple locations of the Army Research Laboratory. Performance locations varied and funding is incremental from fiscal 2013 and fiscal 2014 Research Development Test and Evaluation funds. Bidding was solicited via Web, with 4 bids received. The U.S. Army Contracting Command, Installation Contracting Division, Adelphi Division, Adelphi, Md. (W911QX-13-F-0030).

Manson Construction, Co., Seattle, Wash., was awarded a firm-fixed-price, no option, non-multi-year, contract with a maximum value of $40,067,500 for the placement of $3,900,000 million cubic yards of sand to restore the Long Branch reach of the Sea Bright to Manasquan Project to its initial fill profile. Performance location will be Long Branch, N.J., and funding will be from fiscal 2013 Operations and Maintenance Army. Bidding was solicited via Web, with 2 bids received. The U.S. Army Corps of Engineers New York District, New York, N.Y. is the contracting activity (W912DS-13-C-0044).

NAVY

Booz Allen Hamilton, Inc., McLean, Va. (N00189-13-D-Z031); Engility Corp., Chantilly, Va., (N00189-13-D-Z032); Gemini Industries*, Inc., Burlington, Mass. (N00189-13-D-Z033); ManTech International Corp., Fairfax, Va. (N00189-13-D-Z034); Serco, Inc., Reston, Va. (N00189-13-D-Z035); Whitney, Bradley & Brown, Inc., Reston, Va. (N00189-13-D-Z036) are being awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts to provide management support services in support of Deputy Chief of Naval Operations, Communications Networks’ (DCNO N6) Warfighting, Manpower and Business Transformation Initiatives. The services are for strategic, operational and tactical level support regarding current and future requirements generation/capability development; programmatic, budgeting, cost-control; strategic governance and policy initiatives. Booz Allen Hamilton, Inc., is being awarded $15,939,976; and if options are exercised, the total aggregate value will be $48,281,854. Engility Corp., is being awarded $12,602,253; and if all options are exercised, the total aggregate value will be $38,017,859. Gemini Industries*, Inc., is being awarded $15,697,139; and if all options are exercised, the total aggregate value will be $47,563,961. ManTech International Corp., is being awarded $16,179,488; and if all options are exercised, the total aggregate value will be $49,217,389. Serco, Inc., is being awarded $12,367,548; and if all options are exercised, the total aggregate value will be $38,073,783. Whitney, Bradley & Brown, Inc., is being awarded $15,331,792; and if all options600px-US-DeptOfNavy-Seal.svg are exercised the total aggregate value will be $45,995,375. All work will be performed in Washington, D.C., and work is expected to be completed by Sept. 29, 2014. If all options are exercised, work will continue through Sept. 29, 2016. A minimum guarantee of $16,666 will be provided to each of the six contractors at the time of award. Fiscal 2013 Navy Operations and Maintenance funds in the amount of $99,996 will be obligated at the time of award, and will expire at the end of the current fiscal year. These contracts were competitively procured under full and open competition and solicited via the Navy Electronic Commerce On-line and Federal Business Opportunities websites, with ten offers received in response to this solicitation. NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pa., is the contracting activity.

BergerABAM, Federal Way, Wash., is being awarded a maximum $30,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for marine/waterfront projects at the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The work to be performed provides for the preparation of design/build request for proposals and plans and specifications for contracts to accomplish renovation projects, or for construction of new facilities. Projects may include new designs, evaluations, and/or studies for maintenance, construction, equipment installation, repair and replacement of piers, wharves, quaywalls, dry docks, fendering systems, floating metal or concrete structures, wave attenuation devices, etc, including utilities. Task order #0001 is being awarded at $20,000 for the minimum guarantee. All work will be performed primarily at various Navy and Marine Corps facilities within the NAVFAC Northwest AOR including, but not limited to Washington (92 percent); Oregon (2 percent); Alaska (2 percent); Idaho (1 percent); Montana (1 percent); Wyoming (1 percent) and work may also be performed in the remainder of the U.S. (1 percent). The term of the contract is not to exceed 60 months with an expected completion date of August 2018. Fiscal 2013 Operation and Maintenance, Navy funds in the amount of $20,000 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 four proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-13-D-8003).

Whitesell-Green, Inc.*, Pensacola, Fla., is being awarded a $15,949,000 firm-fixed-price contract for construction of a Broad Area Maritime Surveillance (BAMS) Mission Control Complex at Naval Air Station Jacksonville. The work to be performed provides for a new freestanding two-story structure with two Electromagnetic Interference Shielded Mission Control Systems, a Tactical Operations Center with sensitive compartmented information facility spaces, and numerous roof-top mounted antennas. This project will renovate some interior spaces; the renovations include a reconfigured command suite, systems reconfiguration, and in some cases finish upgrades. Within the scope of this project antenna infrastructure will be constructed at a remote site south of the new facility construction site. Work will be performed in Jacksonville, Fla., and is expected to be completed by December 2014. Fiscal 2013 Military Construction, Navy funds in the amount of $15,949,000 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 eight proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-13-C-1258).

Northrop Grumman Systems Corp., El Segundo, Calif., is being awarded a $15,000,000 firm-fixed-price contract for a preliminary design review assessment for the Unmanned Carrier Launched Airborne Surveillance and Strike (UCLASS) Air Vehicle. The objective of the UCLASS system is to enhance aircraft carrier/air wing operations by providing a 600px-US-DeptOfNavy-Seal.svgresponsive, world-wide presence via an organic, sea-based Unmanned Aerial System, with persistent intelligence, surveillance, reconnaissance, and targeting, and strike capabilities. Work will be performed in El Segundo, Calif., and is expected to be completed in June 2014. Fiscal 2013 Research, Development, Test and Evaluation, Navy funds in the amount of $4,750,000 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the FAR 6.302-1(a)(2). The Naval Air Systems Command, Patuxent River, Md., is the contracting authority (N00019-13-C-0140).

Lockheed Martin Corp., Palmdale, Calif., is being awarded a $15,000,000 firm-fixed-price contract for a preliminary design review assessment for the Unmanned Carrier Launched Airborne Surveillance and Strike (UCLASS) Air Vehicle. The objective of the UCLASS system is to enhance aircraft carrier/air wing operations by providing a responsive, world-wide presence via an organic, sea-based Unmanned Aerial System (UAS), with persistent Intelligence, Surveillance, Reconnaissance, and Targeting, and strike capabilities. Work will be performed in Palmdale, Calif., and is expected to be completed in June 2014. Fiscal 2013 Research, Development, Test and Evaluation, Navy funds in the amount of $4,750,000 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the FAR 6.302-1(a)(2). The Naval Air Systems Command, Patuxent River, Md., is the contracting authority (N00019-13-C-0141).

The Boeing Co., St. Louis, Mo., is being awarded a $15,000,000 firm-fixed-price contract for a preliminary design review assessment for the Unmanned Carrier Launched Airborne Surveillance and Strike (UCLASS) Air Vehicle. The objective of the UCLASS system is to enhance aircraft carrier/air wing operations by providing a responsive, world-wide presence via an organic, sea-based Unmanned Aerial System, with persistent intelligence, surveillance, reconnaissance, and targeting, and strike capabilities. Work will be performed in St. Louis, Mo., and is expected to be completed in June 2014. Fiscal 2013 Research, Development, Test and Evaluation, Navy funds in the amount of $4,750,000 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the FAR 6.302-1(a)(2). The Naval Air Systems Command, Patuxent River, Md., is the contracting authority (N00019-13-C-0142).

General Atomics Aeronautical Systems, Inc., Poway, Calif., is being awarded a $15,000,000 firm-fixed-price contract for a preliminary design review assessment for the Unmanned Carrier Launched Airborne Surveillance and Strike (UCLASS) Air Vehicle. The objective of the UCLASS system is to enhance aircraft carrier/air wing operations by providing a responsive, world-wide presence via an organic, sea-based Unmanned Aerial System, with persistent intelligence, surveillance, reconnaissance, and targeting, and strike capabilities. Work will be performed in Poway, Calif., and is expected to be completed in June 2014. Fiscal 2013 Research, Development, Test and Evaluation, Navy contract funds in the amount of $4,750,000 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the FAR 6.302-1(a)(2). The Naval Air Systems Command, Patuxent River, Md., is the contracting authority (N00019-13-C-0143).

Booz Allen Hamilton, Inc., McLean, Va., is being awarded a $12,099,998 modification (N65236-09-D-3808) to a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for a ceiling increase to provide continued management and business operations support services at the current levels. This contract included four options which, as a result of this modification, would bring the cumulative ceiling value of this contract to $65,998,718. Work will be performed in Charleston, S.C., and is expected to be completed by August 2014. No contract funds are obligated at the time of award, and contract funds will not expire at the end of the current fiscal year. This contract was previously competitively procured with proposals solicited and four offers received via the Commerce Business Daily’s Federal Business Opportunities website, and the SPAWAR e-Commerce Central website, with four offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

 3E Consultants, Inc.*, Orlando, Fla., is being awarded a maximum amount $7,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for hazardous material and waste management services in Florida, Georgia, Alabama, South Carolina, and the Caribbean. Task order #0001 is being awarded at $21,774 for Emergency Planning and Community Right to Know Act reporting at Marine Corps Logistics Base, Albany, Ga. Work for this task order is expected to be completed by September 2014. All work will be performed at various Navy and Marine Corps facilities and other government facilities within the Naval Facilities Engineering Command Southeast area of responsibility including, but not limited to Fla. (60 percent), Ga. (20 percent), Ala. (10 percent), S.C. (five percent) and the Caribbean (five percent), and is expected to be completed by August 2018. Fiscal 2013 Operation and Maintenance, Marines Corps contract funds in the amount of $21,774 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 six proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-13-D-0017).

Evergreen Helicopters, Inc., McMinnville, Ore., is being awarded a $6,765,700 firm- fixed-price contract to provide ship-based and shore-based vertical replenishment and other rotary-wing logistic services. These include search and rescue support; medical evacuations; passenger transfers, internal cargo movement; and dynamic interface testing in support of Commander, Naval Air Forces Command. Evergreen Helicopters, Inc., will provide helicopters, personnel, support equipment, and all supplies necessary to perform flight operations in the U.S. 5th Fleet and U.S. 7th Fleet areas of responsibility. This contract includes four one-year option periods, which, if exercised, would bring the cumulative value of this contract to $36,620,242. Work will be performed in U.S. 5th Fleet and U.S. 7th Fleet areas of responsibility and is expected to be completed September 2014. If all option periods are exercised, work will continue through September 2018. No contract funds will be obligated at the time of award. No contract funds will expire at the end of the current fiscal year. This contract was competitively procured with more than 50 companies solicited via the Military Sealift Command’s procurement website, the Navy Electronic Commerce Online website, and the Federal Business Opportunities website, with three offers received. The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-13-C-8000).

Intermat, Biddeford, Maine, is being awarded a $7,127,246, cost-plus-fixed-fee contract for continued research and development efforts directed toward the fabrication of carbon-carbon shape stable nosetip materials; development and fabrication of advanced reentry materials including antenna windows, control surfaces, leading edges and heat shields; and support of engineering studies in direct support of Submarine Launched Ballistic Missile reentry systems. Work will be performed in Biddeford, Maine, and is expected to be completed by August 2016. Fiscal 2013 Research, Development, Test and Evaluation contract funds in the amount of $486,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the authority of 10 U.S.C. 2304 (c)(1), as implemented by FAR 6.302-1(a)(2) satisfying a requirement for unique supplies available from only one source. The Naval Surface Warfare Center, Dahlgren, Va., is the contracting activity (N00178-13-C-1020).

AIR FORCE

Hawker Beechcraft Corp., Wichita, Kan., has been awarded a not-to-exceed $18,637,181 modification (P00020) to an undefinitized contractual action (UCA) (FA8620-11-C-3000) for356px-Seal_of_the_US_Air_Force.svg basic life support (BLS) and security. Work will be performed in Iraq, and is expected to be completed by Sept. 30, 2014. The total cumulative face value of the contract is $47,822,341. This modification provides for the procurement of BLS and security to support the Contractor Logistics Support personnel in-country. As of Sept. 1, 2013, Foreign Military Sales (FMS) contractors are required to obtain their own BLS and security. This contract modification incorporates that requirement for the contractor, while operating in Iraq. This contract supports 100 percent FMS. Air Force Life Cycle Management Center/WINK, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Northrop Grumman Space & Mission Systems, Redondo Beach, Calif., is being awarded a $10,118,368 modification to a cost-plus-fixed-fee contract (HR0011-09-C-0062). Under the Terahertz Electronics (THz) program, the performer shall develop critical device and integration technologies necessary to realize compact, high-performance electronic circuits that operate at a center frequency of 1.03 THz. Work will be performed in Redondo Beach, Calif. (83.95 percent); Charlottesville, Va. (6.17 percent), and Pasadena, Calif. (9.88 percent). The estimated completion date is Feb. 15, 2015. Defense Advanced Research Projects Agency, Arlington, Va., is the contracting activity.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

, , , , , , , , , , , , ,

Comments are closed.

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

"What is it that the systems doesn't want me to know about my child's life and or death?"- Mary Couey

Truth- A Right to Fight For...

My Words & Random Videos Exposing TRUE History & Facts, Current News and Info Mainly Relating to Amerikkkan Racism & the Government, Especially Police & the Black Community... RBG...MakaveliTrained

%d bloggers like this: