Source: Provided Courtesy – U.S. Department of Defense
Office of the Assistant Secretary of Defense (Public Affairs)
ARMY
New Generation Power Inc.*, Chicago, Ill., was awarded potential vendor indefinite-delivery/indefinite-quantity, firm-fixed-price, non-option, non-multi-year contract with a cumulative maximum value of $7,000,000,000. The government is awarding this contract for use in competing and awarding power purchase agreement (PPA) task orders. These PPAs will provide for the purchase of energy from renewable and alternative energy production facilities that are designed, financed, constructed, operated and maintained by private sector entities on private land or on installations under jurisdiction of the Department of Defense. These contracts are for the use of geothermal technology. All awarded technologies will share a total estimated value of $7,000,000,000. Performance location and funding will be determined with each order. This contract was a competitive acquisition via the web with 16 bids received. U.S. Army Corps of Engineers – Engineer Support Center, Huntsville, Ala., is the contracting activity (W912DY-13-D-0113).
Science Applications International, McLean, Va., was awarded a $179,585,058 firm-fixed-price, non-option-eligible, non-multi-year contract in support of the Saturn Arch program and provides continued operations, sustainment and integration of aircraft platforms configured to host a suite of sensors deployed in support of Operation Enduring Freedom. This is a hybrid contract containing both fixed-price and cost-reimbursement line items. Performance locations will be: Beavercreek, Ohio; California, Md.; Hanahan, S.C.; Arlington, McLean and Bridgewater, Va.; Djibouti and Afghanistan; with funding from fiscal 2013 other authority funds. This contract was a non-competitive acquisition with one bid solicited and with one bid received. The U.S. Army Contracting Command – Redstone Arsenal (Aviation), Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0134).
Amyx Inc.*, Reston, Va. (W81XWH-13-D-0014); Dynamic Systems Technology Inc.*, Fairfax, Va. (W81XWH-13-D-0015); Ho-Chunk Technical Solutions*, Winnebago, Neb. (W81XWH-13-D-0016); Stratitia Inc.*, Washington, D.C. (W81XWH-13-D-0017); Allied Technologies and Consulting LLC*, Frederick, Md. (W81XWH-13-D-0024); Axiom Corp.*, Atlanta, Ga. (W81XWH-13-D-0025); Enterprise Resource Planning International LLC*, Laurel, Md. (W81XWH-13-D-0026); Indrasoft Inc.*, Reston, Va. (W81XWH-13-D-0027), were awarded a $99,000,000 firm-fixed-price, non-option-eligible, non-multi-year, multiple-vendor, indefinite-delivery/indefinite-quantity contract to provide continuous professional administrative and management support services for the U.S. Army Medical Material Agency core competencies in all its daily business operations. This contract period of performance has a12-month base period and four option periods. Performance locations and funding will be determined with each order. This contract was a competitive acquisition via the web with 19 bids received. The U.S. Army Medical Research Acquisition Activity, Frederick, Md., is the contracting activity.
SRI International, Menlo Park, Calif., was awarded a $62,337,287 firm-fixed-price, non-option-eligible, non-multi-year contract in support of the Desert Owl program and provides continued operations, sustainment and integration of aircraft platforms configured to host a suite of sensors deployed in support of Operation Enduring Freedom. This is a hybrid contract containing both fixed-price and cost-reimbursement line items. Performance locations will be: Menlo Park and San Luis Obispo, Calif.; Durango, Colo.; Ann Arbor, Mich.; Beavercreek, Ohio; Arlington, McLean and Bridgewater, Va.; and Afghanistan, with funding from fiscal 2013 other authority and fiscal 2013 operations and maintenance Army funds. This contract was a non-competitive acquisition with one bid solicited and with one bid received. The U.S. Army Contracting Command – Redstone Arsenal (Aviation), Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0135).
Wycliffe Enterprises Inc.*, Frederick, Md., was awarded a $49,150,525 firm-fixed-price, non-option-eligible, non-multi-year contract to provide all plant, labor, material, equipment and transportation necessary to perform facility maintenance, alterations, repair and minor construction work in the Aberdeen and Edgewood areas of Aberdeen Proving Ground as well as various satellite off-post site locations. Performance locations and funding will be determined with each order. This contract was a competitive acquisition via the web with 37 bids received. The U.S. Army Contracting Command – Installation Contracting, Aberdeen, Md., is the contracting activity (W91ZLK-13-D-0030).
Banneker Ventures LLC*, Baltimore, Md., was awarded a $46,220,000 firm-fixed-price, option-eligible, non-multi-year contract to provide all plant, labor, material, equipment and transportation necessary to perform facility maintenance, alterations, repair and minor construction work in the Aberdeen and Edgewood areas of Aberdeen Proving Ground as well as various satellite off-post site locations. Performance locations and funding will be determined with each order. This contract was a competitive acquisition via the web with 37 bids received. The U.S. Army Contracting Command – Installation Contracting, Aberdeen, Md., is the contracting activity (W91ZLK-13-D-0027).
Akima Construction Services LLC, Anchorage, Alaska, was awarded a $45,789,000 firm-fixed-price, option-eligible, non-multi-year contract to provide all plant, labor, material, equipment and transportation necessary to perform facility maintenance, alterations, repair and minor construction work in the Aberdeen and Edgewood areas of Aberdeen Proving Ground as well as various satellite off-post site locations. Performance locations and funding will be determined with each order. This contract was a competitive acquisition via the web with 37 bids received. The U.S. Army Contracting Command – Installation Contracting, Aberdeen, Md., is the contracting activity (W91ZLK-13-D-0026).
Technical Services LLC, Aberdeen Proving Ground, Md., was awarded a $39,660,705 firm-fixed-price, option-eligible, non-multi-year contract to provide all plant, labor, material, equipment and transportation necessary to perform facility maintenance, alterations, repair and minor construction work in the Aberdeen and Edgewood areas of Aberdeen Proving Ground as well as various satellite off-post site locations. Performance locations and funding will be determined with each order. This contract was a competitive acquisition via the web with 37 bids received. The U.S. Army Contracting Command – Installation Contracting, Aberdeen, Md., is the contracting activity (W91ZLK-13-D-0028).
Patriot Construction LLC*, Dunkirk, Md., was awarded a $33,195,000 firm-fixed-price, option-eligible, non-multi-year contract to provide all plant, labor, material, equipment and transportation necessary to perform facility maintenance, alterations, repair and minor construction work in the Aberdeen and Edgewood areas of Aberdeen Proving Ground as well as various satellite off-post site locations. Performance locations and funding will be determined with each order. This contract was a competitive acquisition via the web with 37 bids received. The U.S. Army Contracting Command – Installation Contracting, Aberdeen, Md., is the contracting activity (W91ZLK-13-D-0029).
Tompkins Associates Inc., Lee’s Summit, Mo., was awarded a firm-fixed-price, non-option-eligible, non-multi-year contract for $9,500,000 to provide architectural and engineering design and planning services for military and civilian work for the U.S. Army Corps of Engineers Kansas City District. Performance location and funding will be determined with each order. This contract was a competitive acquisition via the web with thirty-six bids solicited. The U.S. Army Corps of Engineers – Kansas City District, Kansas City, Mo., is the contracting office (W912DQ-13-D-4000).
AIR FORCE
CSC Applied Technologies LLC., Fort Worth, Texas, has been awarded a $71,650,362 modification (P00101) to previously awarded FA3002-08-C-0007 for base operating support and aircraft maintenance for T-38C/T-1A/T-6 undergraduate pilot training. Work will be performed at Vance Air Force Base, Okla., with an expected completion date of Sept. 30, 2014. No funds are being obligated at time of award. The Air Force Air Education and Training Command is the contracting activity.
General Dynamics Armament and Technical Products, Williston Vt., was awarded a maximum $8,000,000 indefinite-delivery/indefinite-quantity contract for engineering services for medium caliber aircraft guns and ammunition handling systems. Work will be performed at Williston Vt., and Saco Maine, with an expected completion date of Sept. 16, 2014. Fiscal 2013 operations and maintenance funds in the amount of $184,957 are being obligated at time of award. This contract was a sole source acquisition. The Air Force Life Cycle Management Center, Robins Air Force Base, Ga., is the contracting activity (FA8520-13-D-0001).
BAE Systems Technology Solutions & Services, Rockville, Md., has been awarded a $7,300,000 modification (P00106) to previously awarded FA2517-09-C-8000 for the fifth option-year renewal. BAE shall provide non-personal services to operate, maintain, and support the perimeter acquisition radar attack characterization system and site. Work will be performed at Cavalier Air Force Station, N.D., with an expected completion date of Sept. 30, 2017. The 21st Contracting Squadron, Peterson Air Force Base, Colo., is the contracting activity.
DEFENSE LOGISTICS AGENCY
Pfizer, New York, N.Y., has been awarded an estimated $69,277,990 fixed-price with an economic-price-adjustment, indefinite-delivery/indefinite-quantity modification (P00012) to contract (SPM2D0-12-D-0022) exercising the first option-year period on a one year base contract with seven one-year option periods for various pharmaceutical products. Location of performance is New York, with a Sept. 26, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2012 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Revision Military Ltd.*, Essex Junction, Vt., has been awarded a maximum $46,170,844 fixed-price with economic-price-adjustment contract makes available universal prescription lens carriers to military services. This is a one year base, sole-source contract with seven one-year option periods. Location of performance is Vermont, with a Sept. 16, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2DE-13-D-7558).
Raytheon Integrated Defense Systems, Portsmouth, R.I., has been awarded a maximum $45,179,000 undefinitized contractual action (5026) against basic ordering agreement (SPRPA1-09-G-001Y) for the manufacture and delivery of airborne low-frequency sonar helicopter dipping sonar systems. Location of performance is Rhode Island, with a November 2017 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2013 through fiscal 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.
NAVY
Northrop Grumman Corp., Aerospace Systems, Bethpage, N.Y., is being awarded $11,655,626 for firm-fixed-price delivery order #0009 against a previously issued basic ordering agreement (N68335-10-G-0021) for the design, development, first article, and production units for ten pieces of peculiar support equipment (PSE); and the procurement of 29 additional pieces of previously developed PSE for the E-2D Advanced Hawkeye aircraft. Work will be performed in Bethpage, N.Y., and is expected to be completed in March 2016. Fiscal 2011 aircraft procurement Navy contract funds in the amount of $11,655,626 will be obligated at the time of 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.
Insitu Inc., Bingen, Wash., is being awarded $7,264,250 for firm-fixed-price delivery order #0016 against a previously issued basic ordering agreement (N00019-12-G-0008) for hardware repairs and modifications to previously procured ScanEagle Unmanned Air Systems (UAS) for the government of Poland under the foreign military sales program. This effort procures spares, operations and maintenance training, and technical UAS publications. The hardware includes air vehicles, their components, and improvements to the systems ancillary equipment, including ground control stations and launch and recovery equipment. Work will be performed in Bingen, Wash., and is expected to be completed in September 2014. Fiscal 2013 operations and maintenance, Defense Agency contract funds in the amount of $7,264,250 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.
Insitu Inc., Bingen, Wash., is being awarded a $300,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for hardware and operational and maintenance services in support of the ScanEagle Unmanned Aerial Systems operated by the U.S. Special Operations Command. The hardware and services to be provided include replacement air vehicles, spare and consumable parts, and in-theatre field service representatives to supplement naval special warfare operators. Work will be performed in Bingen, Wash., and is expected to be completed in September 2016. Fiscal 2013 operations and maintenance, Navy, overseas contingency operations contract funds in the amount of $85,000,000 will be obligated at the time of award, all 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 Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-D-0016).
Hydroid Inc, Pocasset, Mass., is being awarded a $36,323,734 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of unmanned underwater vehicles. The unmanned underwater vehicles provide the military force with very shallow water and shallow water mine countermeasures as well as underwater object localization tools. Work will be performed in Pocasset, Mass., and is expected to be completed by September 2018. Fiscal 2011 other procurement, Navy funding in the amount of $862,202 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with the statutory authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity (N00174-13-D-0005).
Environmental Management Resources Inc.*, Lawrence, Kan., is being awarded $11,444,076 for firm-fixed-price task order #0006 under a previously awarded multiple award construction contract (N69450-10-D-0787) for renovation and repair of Corry “A” School Bachelor Quarters 3707 and 3708 at Corry Station, Naval Air Station Pensacola. The work to be performed provides for interior demolition, minor structural repairs, sheet rock replacement on walls and ceilings, interior electrical repairs, interior plumbing replacement, installation of fire suppression system and detection systems, floor covering replacement, interior and exterior door replacement, roof replacement, stairwell repairs, heating, ventilation and air conditioning system replacement, and miscellaneous interior and site repairs. Work will be performed in Pensacola, Fla., and is expected to be completed by March 2015. Fiscal 2013 operations and maintenance, Navy contract funds in the amount of $11,444,076 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.
World Wide Technology, Maryland Heights, Mo., is being awarded a $9,967,138 firm-fixed-price contract for support to the Defense Logistics Agency Radio-Frequency Identification Program upgrade. Work will be conducted in Maryland Heights, Mo., and is expected to complete by November 2013. Fiscal 2013 working capital funds in the amount of $9,967,138 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Solutions for Enterprise-Wide Procurement, with four offers received. Naval Surface Warfare Center Crane, Crane, Ind., is the contracting activity (N00164-13-F-0167).
Lockheed Martin Mission Systems & Training, Owego, N.Y., is being awarded $7,037,522 for firm-fixed-price delivery order #4090 against a previously issued basic ordering agreement (N00019-09-G-0005) for ten organic airborne mine countermeasures technical insertion common console kits in support of the MH-60S program. Work will be performed in Owego, N.Y., and is expected to be completed in September 2015. Fiscal 2013 aircraft procurement Navy contract funds in the amount of $7,037,522 will be 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 activity.
DEFENSE LOGISTICS AGENCY
Ceradyne Inc., Costa Mesa, Calif., has been awarded an estimated $151,200,000 firm-fixed-price modification (P00010) to contract (SPM1C1-11-D-1061) exercising the second option-year period on a one-year base contract with two one-year option periods for enhanced small arm protective inserts. Locations of performance are California and Kentucky, with a July 2015 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2013 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.
Science Application International Corp., Fairfield, N.J., has been awarded an estimated $45,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification (P00034) to contract (SPM500-02-D-1021) for maintenance, repair, and operations prime vendor bridge contract for the Southeast Zone 1 region. Location of performance is New Jersey, with a March 31, 2014 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 2014 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pa.
NASCO Aircraft Brake Inc., Gardena, Calif., has been awarded a maximum $29,080,238 firm-fixed-price contract for aircraft wheels and brakes, and spare/repair parts. This is a five-year base, sole-source contract with no option year periods. Location of performance is California with an Aug. 31, 2018 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2013 through fiscal year 2018 Defense Logistics Agency Revolving Capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va., (SPE4AX-13-D-9419).
SupplyCore Inc.*, Rockford, Ill., has been awarded an estimated $23,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification (P00032) to contract (SPM500-02-D-1022) for maintenance, repair, and operations prime vendor bridge contract for the Southeast Zone 2 region. Location of performance is Illinois, with a March 31, 2014 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 2014 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pa.
Bell Helicopter Textron Inc., Fort Worth, Texas, has been awarded a maximum $18,786,469 firm-fixed-price contract for main rotor gearbox assemblies. Location of performance is Texas, with a Dec. 31, 2016 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2013 through fiscal 2016 Navy funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (W58GZ-12-G-0001-THEB).
Lockheed Martin MS2, Owego, N.Y., has been awarded a maximum $7,382.694 firm-fixed-price order (THA7) against contract (SPRWA1-13-D-20000) for radar data processors. Location of performance is New York, with an August 2016 performance completion date. This was a sole-source acquisition. Using military service is Royal Australian Navy. Type of appropriation is fiscal 2013 foreign military sales funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa.
ARMY
NCI Information Systems Inc., Reston, Va., was awarded a $53,018,129 cost-plus-fixed-fee, option-eligible, non-multi-year contract modification (P00010) of contract (W91CRB-12-C-0058) for fielding and logistics services performed in support of Program Executive Office Soldier and its subordinate project managers. Performance locations will be Afghanistan and Ft. Belvoir, Va., with funding from fiscal 2013 other procurement authorization funds. This contract was a competitive acquisition via the web with six bids received. The U.S. Army Contracting Command – Aberdeen Division, Aberdeen, Md., is the contracting activity.
Great Lakes Dredge Dock LLC, Oakbrook, Ill., was awarded a firm-fixed-price, non-option-eligible, non-multi-year contract for $36,900,000 to provide placement of beachfill, dredged from the Sea Bright borrow area, along the length of the constructed project footprint in Keansburg, N.J. Performance location will be Keansburg, N.J., with funding fromfiscal 2013 other authorizations funds. This contract was a non-competitive acquisition with one bid solicited and with one bid received. The U.S. Army Corps of Engineers – New York District, N.Y., is the contracting office (W912DS-13-C-0047).
The Boeing Co., Ridley Park, Pa., was awarded a $19,253,048 cost-plus-fixed-fee, non-option-eligible, non-multi-year contract modification (026106) of contract (W58RGZ-04-G-0023) to obligate funding for sustaining engineering on delivery order 0261 of basic ordering agreement for the MH-47G new build. Performance location will be Ridley Park, Pa., with funding from fiscal 2013 other procurement authority funds. This contract was a non-competitive acquisition with one bid received. The U.S. Army Contracting Command – Redstone Arsenal (Aviation), Redstone Arsenal, Ala., is the contracting activity.
Raytheon Co., McKinney, Texas, was awarded a $19,050,973 firm-fixed-price, non-option-eligible, non-multi-year contract modification (P000014) to contract (W56HZV-11-C-0130) for 41 improved thermal sight system for foreign military sales (FMS), light armored vehicle LAV-25. This is a FMS to Saudi Arabia. Performance location will be McKinney, Texas, with funding from other authorization funding. This contract was a non-competitive acquisition with one bid solicited and one bid received. The U.S. Army Contracting Command – Tank and Automotive (Warren), Warren, Mich., is the contracting activity.
The Boeing Co., St. Louis, Mo., was awarded an $11,427,527 firm-fixed-price, option-eligible, non-multi-year contract modification (P00001) of contract (W58RGZ-13-C-0086) to exercise the option to procure one additional Longbow crew trainer for the Apache helicopter program. Performance location will be St. Louis, Mo., with funding from fiscal 2013 other procurement authority funds. This contract was a competitive acquisition via the web with one bid received. The U.S. Army Contracting Command – Redstone Arsenal (Aviation), Redstone Arsenal, Ala., is the contracting activity.
Veteran’s Contractor’s Group, JV, LLC, Metaire, La., was awarded a firm-fixed-price, non-option eligible, non-multi-year contract for $10,696,914 to provide support to the Southeast Louisiana Urban Flood Control Project (SELA-09a) and construction of Soniat Canal Pump to the River Intake at Jefferson Parish, La. Performance location will be Harahan, La., with funding from fiscal 2013 other authorizations funds. This contract was a competitive acquisition via the web with six bids received. The U.S. Army Corps of Engineers – New Orleans District, New Orleans, La., is the contracting office (W912P8-13-C-0044).
Inglett and Stubbs International Ltd., Smyrna, Ga., was awarded an $8,198,147 firm-fixed-price, non-option eligible, non-multi-year contract to provide routine operation and maintenance of the 56 Megawatt turbine/diesel generator power plant at Bagram Airfield. Performance location will be in Afghanistan, with funding from fiscal 2013 operations and maintenance, Army funds. This contract was a competitive acquisition via the web with one bid received. The U.S. Army Corps of Engineers – Philadelphia District, Philadelphia, Pa., is the contracting office (W912BU-13-F-0050).
Ordnance Systems Inc., Kingsport, Tenn., was awarded an $8,032,815 firm-fixed-price, non-option-eligible, non-multi-year contract modification (P00524) of contract (DAAA09-98-E-0006) for reactivation of magnesium nitration nitric acid unit 5 at Holston Army Ammunition Plant. Performance locations will be Kingsport, Tenn., with funding from fiscal 2013 other authorization funds. This contract was a non-competitive acquisition with one bid solicited and one received. The U.S. Army Contracting Command – Rock Island Arsenal, Rock Island, Ill., is the contracting activity.
AIR FORCE
ARCTEC Alaska Joint Venture, Joint Base Elmendorf-Richardson, Alaska is being awarded a $39,327,456 modification (P00366) to previously awarded contract FA5000-04-C-0011 for the operation and maintenance of the Alaska Radar System, consisting of 15 remote radar sites. The location of performance is Joint Base Elmendorf-Richardson, Alaska with an expected completion of Sept. 30, 2014. A subsequent modification will be executed to obligate fiscal 2014 operations and maintenance funds on Oct. 1, 2013. The contracting activity is the 673rd Contracting Squadron/LGCZ.
FlightSafety Services Corp., Centennial, Colo., has been awarded a $19,876,585 modification (P02A5) to previously awarded contract F33657-01-D-2078 for support of the KC-10 Aircrew Training Systems. The contract modification exercises the seventh program year to provide total acquisition and support for all KC-10 training devices to include Operation and Training System Support Center, Training Management System support, on-site contractor logistics support (CLS), obsolescence and technology insertion, student instruction, CLS on-site maintenance/spares/consumables/repairs, and support equipment maintenance/calibration for aircrew training devices. Work will be performed at Travis Air Force Base, Calif., and McGuire Air Force Base, N.J., with an expected completion date of Sept. 30, 2014. Fiscal 2014 operations and maintenance funds of $19,876,585 will be obligated in a subsequent modification when funds are made available. Contracting activity is the Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio.
Crane Electronics Inc., doing business as STC Microwave Systems, Signal Technology Corp., Chandler, Ariz., has been awarded an estimated $12,399,945 indefinite-delivery, requirements, firm-fixed-price contract for repair efforts of ALQ-161A radio frequency surveillance/electronic countermeasure (RFS/ECM) system shop replaceable units. Contract is to acquire depot level repair of nine shop replaceable units in support of ALQ-161A RFS/ECM used on the B-1 aircraft. Work will be performed in Chandler, Ariz., and is expected to be complete by Sept. 11, 2018. This award is the result of a sole-source acquisition. Air Force Sustainment Center/PZABB, Robins Air Force Base, Ga., is the contracting activity (FA8522-13-D-0006).
Jacobs Technology Inc., Tullahoma, Tenn., has been awarded an $11,711,449 modification (P00063) to previously awarded contract FA9300-11-C-0001 for research operations support services. The contract modification provides operations support of the Experimental Liquid Rocket program within the scope of the basic contract. Work will be performed at the Air Force Research Laboratory, Edwards Air Force Base, Calif., with an expected completion date of March 24, 2014. Fiscal 2013 research and development funds in the amount of $2,196,529 have been obligated at time of award. Air Force Test Center, Edwards Air Force Base, Calif., is the contracting activity.
Ayak LLC, Southport, N.C., was awarded a maximum $7,500,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for repair, replacement and installation of various electrical distribution components. Work will include overhead, underground and facilities electrical distribution components. Electrical distribution includes all facility electrical distribution systems such as overhead and underground distribution lines from delivery points to all main service entrance demand meters at buildings, including substations and accessories along with secondary drops to the building service disconnect or first connection into a building’s electrical system. Work will be performed at Joint Base Charleston, Goose Creek and North, S.C., with an expected completion date of Sept. 15, 2018. This award is the result of a competitive acquisition and six offers were received. No funds will be obligated at time of award. The 628th Contracting Squadron located at Joint Base Charleston, S.C., is the contracting activity (FA4418-13-D-0009).
The Mississippi Department of Rehabilitation Services, Madison, Miss., has been awarded a $6,827,220 modification (P00003) to previously awarded contract FA3010-13-C-0005 for full food services. The contract modification exercises the first option for full food services being procured under the base contract. Work will be performed at Keesler Air Force Base, Miss., with an expected completion date of Sept. 30, 2017. Fiscal 2014 operations and maintenance funds will be obligated in a subsequent modification when funds are made available. The 81st Contracting Squadron, Keesler Air Force Base, Miss., is the contracting activity.
SOURCE: Minority Business Development Agency (MDA)
Minority Business Development Agency Awards $7.3 Million in Grants to Boost Job Creation
Funds will establish MBDA Business Centers in Baltimore, Bridgeport, Conn., Houston, New York, San Francisco, St. Louis, and Washington, D.C.
WASHINGTON (September 16, 2013) — The U.S. Department of Commerce’s Minority Business Development Agency (MBDA) today announced $7.3 million in funding to winners of a grant competition designed to boost job creation and the global competitiveness of minority-owned businesses nationwide. The grant recipients will establish MBDA Business Centers in Baltimore, Bridgeport, Conn., Houston, New York, San Francisco, St. Louis, and Washington, DC, joining a network of 40 MBDA Business Centers across the United States and Puerto Rico.
“MBDA is committed to the continued success of all minority-owned firms, who strengthen the economy and create American jobs,” said David A. Hinson, MBDA National Director. “These new centers will expand the number of front-line business experts we have providing resources to minority-owned businesses to help grow economies in more cities across the U.S.” The recipients of the $7.3 million in grants include the following organizations. Learn more …
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS
Related articles
- Small business receives last contract for geothermal technology under MATOC (sys-con.com)
- Pentagon investigating Redstone Arsenal’s Non-Standard Rotary Wing Aircraft Office over work on Russian helicopters (al.com)
- Army awards third technology, wind, under $7 billion renewable energy MATOC (prnewswire.com)
September 17, 2013
Business / Career, Government