DOD AWARDED CONTRACTS
CONTRIBUTING SOURCE: U.S. Department of Defense
NAVY
General Electric, Lynn, Mass., was awarded a $572,500,000 three-year performance based logistics requirements contract, for the repair, replacement, and program support for 17 F414 engine (F/A-18 E, F and EA-18G aircraft) components. Work will be performed at Fleet Readiness Center Southeast, Jacksonville, Fla. (60 percent) and Lynn, Mass. (40 percent), and work is expected to be completed by Dec. 31, 2016. 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 not competitively procured in accordance with 10 U.S.C. 2304(c)(1). NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity (N00383-14-D-001M). (Awarded on Dec. 30, 2013)
BAE Systems, Land & Armaments L.P., Minneapolis, Minn., was awarded a $19,273,217 modification to previously awarded contract (N00024-13-C-5314), to exercise options for fiscal 2014 MK 41 vertical launching system canister production requirements. Production requirements will include 89 MK 21 MOD 3 (SM-6) canisters, coding plug assemblies, explosive bolts, and impulse cartridge assemblies. Work will be performed in Aberdeen, S.D. (87 percent) and Minneapolis, Minn. (13 percent), and is expected to be completed by March 2016. Fiscal 2014 weapons procurement, Navy funds in the amount of $19,273,217 will be obligated at 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. (Awarded on Dec. 31, 2013)
Lockheed Martin Mission Systems & Training, Moorestown, N.J., was awarded a $14,432,389 firm-fixed-price delivery order under previously awarded basic ordering agreement for the production of one Mission Signal Processor equipment suite and two array simulator cabinets in support of the Aegis Training and Readiness Center. Work will be performed in Moorestown, N.J., (59 percent), Clearwater, Fla., (40 percent), and Akron, Ohio, (1 percent) and is expected to be completed by November 2015. Contract funds will not expire at the end of the current fiscal year. Other procurement, Navy funding in the amount of $14,432,389 will be obligated at time of award. The Naval Sea Systems Command, Washington D.C., is the contracting activity (N00024-12-G-5123-0014).
Northrop Grumman Systems Corp., Rolling Meadows, Ill., is being awarded a $12,083,976 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0043) for the procurement of 11 AN/APR-39D(V)2 test assets for various naval aviation platforms, including testing support and travel costs. Work will be performed in Rolling Meadows, Ill., and is expected to be completed in January 2015. Fiscal 2013 and 2014 aircraft procurement, Navy contract funds in the amount of $12,083,976 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Lockheed Martin Corp., Mission Systems and Training, Baltimore, Md., was awarded a $9,710,890 modification to previously awarded contract (N00024-11-C-5302) for MK 41 Vertical Launching System AEGIS Modernization module electronics production. Work will be performed in Baltimore, Md. (12 percent); Clearwater, Fla. (48 percent); Mt. Laurel, Pa. (16 percent); Lewisburg, Tenn. (24 percent), and is expected to be completed by June 2015. Fiscal 2013 other procurement, Navy, fiscal 2013 and 2014 research, development, test and evaluation funds in the amount of $9,710,890 will be obligated at time of award. Contract funds in the amount of $401,781 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded on Dec. 31, 2013)
Caduceus Healthcare Inc, Atlanta, Ga., was awarded a $19,751,538 firm-fixed-price contract for 35 certified registered nurse anesthetists. Funding will be determined with each order. Estimated completion date is Dec. 31, 2015. Work will be performed at San Antonio Military Medical Center. Bids were solicited via the web with eighteen received. Army Medical Command, Fort Sam Houston, Texas, is the contracting activity (W81K00-13-D-0009).
DEFENSE LOGISTICS AGENCY
Sikorsky Aircraft Corp., Stratford, Conn., has been awarded a maximum $14,352,600 firm-fixed-price contract for helicopter bearing assembly spindle. This contract is a sole source acquisition. Location of performance is Connecticut with a Dec. 31, 2018 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va., (SPRPA1-11-G-001Y).
Ball Aerospace & Technologies, Systems Engineering Solutions, Albuquerque, N.M., has been awarded a $9,133,111 cost-plus-fixed-fee contract for Advanced Laser Effects Research branch (ALTER) to advance the state-of the-art of laser damage testing and target system vulnerability to laser weapons. The deliverables for this task include: beam train design documentation, test layout design and documentation, test hardware fabrication, test diagnostic instrumentation, raw data collection and documentation, test reports in the form of monthly technical status reports as required for test operations; and incidental programming or software developed during the test analysis and experimentation. Work will be performed at Kirtland Air Force Base, N.M., and is expected to be completed on Jan. 13, 2017. This award is the result of a competitive acquisition advertised on Federal Business Opportunities, and four offers were received. Fiscal 2013 research and development funds in the amount of $731,000 are being obligated at time of award. Air Force Research Laboratory Lasers Branch, Kirtland Air Force Base, N.M., is the contracting activity (FA9451-14-C-0313).
CORRECTION: The contract to Komada LLC, announced Dec 31, 2013, did not have the correct city and state of the contractor. The correct announcement should read: Komada, LLC, Marysville, Calif., has been awarded a $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Simplified Acquisition of Base Engineering Requirements (SABER) to provide construction for simplified, multi-trade construction at Beale Air Force Base, Calif. Work performed includes a broad range of maintenance, repair, alteration and minor construction on real property valued at less than $750,000. Work will be performed at Beale AFB, Calif., and is expected to be completed by Dec. 31, 2014. This is a single source award and is the result of a competitive acquisition in which an open market of offers were solicited and eleven offers were received. Fiscal 2014 operations and maintenance funds will be obligated with the first task order. The 9th Contracting Squadron, Beale AFB, Calif., is the contracting activity (FA4686-14-D-0002).
U.S. TRANSPORTATION COMMAND
Alaska Airlines Inc., Seattle, Wash., (HTC711-13-D-C001/P00006); Atlas Air Inc., Purchase, N.Y. (HTC711-13-D-C002/P00006); Federal Express Corp., El Segundo, Calif., (HTC711-13-D-C003/P00006); Kalitta Air LLC, Leesburg, Va., (HTC711-13-D-C004/P00006); Miami Air International Inc., Miami, Fla., (HTC711-13-D-C005/P00006); National Air Cargo Group Inc., Ypsilanti, Mich., (HTC711-13-D-C006/P00006); Northern Air Cargo Inc., Anchorage, Alaska, (HTC711-13-D-C007/P00006); Omni Air International, Tulsa, Okla. (HTC711-13-D-C008/P00006); United Parcel Service Co., Louisville, Ky., (HTC711-13-D-C009/P00006); U.S. Airways Inc., Tempe, Ariz., (HT711-13-D-C010/P00006); and World Airways Inc., Peachtree City, Ga. (HTC711-13-D-C011/P00006), have been awarded an estimated $146,635,339 first option-year modification under an indefinite delivery/indefinite quantity, fixed-price, economic price adjustment contract for Category A international commercial air cargo transportation service for less-than-full pallet/plane loads. Work will be performed worldwide as specified on each individual order, and is expected to be completed Jan. 31, 2015. Funds will be obligated through decentralized orders. This contract was a competitive acquisition solicited using the Federal Business Opportunities Website, and 13 offers were received under the initial procurement. The contracting activity is U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill.
AIR FORCE
General Atomics Aeronautical Systems Inc., Poway, Calif., has been awarded a $31,937,493 cost-plus-fixed-fee and firm-fixed-price undefinitized contract action (FA8620-10-G-3038 0080 09) for United Kingdom contractor logistics support (CLS) phase 1 and 2 effort consisting of urgent repairs and services, logistics support, field service representative support, contractor inventory control point and spares management, depot repair, flight operations support and field maintenance. Work will be performed in Poway, Calif., and is expected to be completed by March 31, 2015. This award is the result of a sole-source acquisition. This requirement is 100 percent foreign military sales for the government of United Kingdom. Air Force Life Cycle Management Center/WIIK, Medium Altitude Unmanned Aircraft Systems, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
Dayton Power and Light Co., Dayton, Ohio, has been awarded a $26,102,136 firm-fixed-price contract for base wide electrical services for Wright-Patterson Air Force Base, Ohio. Work will be performed at Wright-Patterson AFB, Ohio, and is expected to be completed by Dec. 31, 2014. Type of appropriation is fiscal 2014 operations and maintenance funds. Air Force Life Cycle Management Center/PZIO (WPAFB Operational Contracting), Wright-Patterson AFB, Ohio, is the contracting activity (FA8601-14-C-0013).
Komada LLC, Colorado Springs, Colo., has been awarded a $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for simplified acquisition of base engineering requests (SABER) to provide construction for simplified, multi-trade construction at Beale Air Force Base, Calif. Work performed includes a broad range of maintenance, repair, alteration and minor construction on real property estimate at less than $750,000. Work will be performed at Beale AFB, Calif., and is expected to be completed by Dec. 30, 2014. This is a single source award and is the result of a competitive acquisition in which an open market of offers were solicited and eleven offers were received. Fiscal 2014 operations and maintenance funds will be obligated with the first task order. The 9th Contracting Squadron, Beale AFB, Calif., is the contracting activity (FA4686-12-D-0002).
Gulfstream Aerospace Corp., Savannah, Ga., has been awarded an $8,365,219 firm-fixed-price modification (P00061) on an existing contract (FA8106-11-C-0001) for recurring engineering services, field service representatives, and technical publications in support of a multi-service fleet of U.S. Air Force, U.S. Army and U.S. Navy C-20 and C-37 aircraft. The contract modification is for the exercise of option three of four one-year options to extend the term of the contract. Work will be performed at Savannah, Ga., and is expected to be completed by Dec. 31, 2014. Fiscal 2014 operations and maintenance funds in the amount of $8,365,219 are being obligated at time of award. Air Force Life Cycle Management Center/WLKLB, Tinker Air Force Base, Okla., is the contracting activity.
Lockheed Martin Corp, Information Systems and Global Solutions, Goodyear, Ariz., has been awarded an $8,283,129 firm-fixed-price modification (P00020) on an existing contract (FA8620-11-C-3007) for a 12-month follow-on support effort on the Foreign Military Sales Peace Krypton Program for the Republic of Korea. They will be providing a continuation of the current support of the system till the end of 2014. The support is in three major components: a field service representative; core support, which includes all full-time equivalent workers who perform the functions and tasking which support the Peace Krypton Program; a system depot support facility which is a lab at the contractors facility which simulates the same system located in South Korea. The contractor also provides software development and software upgrades, various spares, obsolescence mitigation, and any task associated with maintaining and upgrading a reconnaissance system. Work will be performed at Goodyear, Ariz., and is expected to be completed on Dec. 31, 2014. This contract is 100 percent FMS. The Air Force Life Cycle Management Center, ISR&SOF Directorate, Sensors and Foreign Military Sales Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
DEFENSE LOGISTICS AGENCY
KPMG LLP, Mclean, Va., has been awarded a maximum $17,019,142 firm-fixed-price contract to provide all necessary management services, personnel and documentation required to support DLA’s financial audit. This contract is a competitive acquisition and six offers were received. Location of performance is Virginia with a Jan. 15, 2015 performance completion date. Using military service is federal civilian agencies. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Richmond, Va., (SP4703-11-A-0017-0035).
Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas was awarded a $263,410,000 firm-fixed-price contract for fourteen four pack Patriot missiles and seven launcher modifications kits for the Emirate of Kuwait. Fiscal 2014 other procurement (Army) funds in the amount of $23,808,000 were obligated at the time of the award. Estimated completion date is June 30, 2016. One bid was solicited with one received. Work will be performed in Grand Prairie, Texas; Lufkin, Texas; Camden, Ark.; Chelmsford, Mass.; Ocala, Fla.; El Paso, Texas; Huntsville, Ala.; and Anaheim, Calif. Army Contracting Command, Redstone Arsenal, Ala. is the contracting activity (W31P4Q-14-C-0034).
General Electric Co., Cincinnati, Ohio was awarded a $65,388,516 modification (P00020) to contract W58RGZ-12-D-0015 with Corpus Christi Army Depot for technical, engineering, and logistical services and supplies for the overhaul and repair of T-700 engines. Funding and work performance location will be determined with each order. Estimated completion date is Dec. 31, 2014. Army Contracting Command, Redstone Arsenal, Ala. is the contracting activity.
AIR FORCE
Lockheed Martin Space Systems Co., Sunnyvale, Calif., has been awarded an $116,069,077 cost-plus-incentive-fee contract modification (P00548) on contract (F04701-02-C-0002) for Space Vehicle (SV) 4 launch operations and support to integrate the space vehicle into the launch vehicle. SV4 launch preparation activities begin at launch minus 12 months. During this period, the contractor performs pre-launch planning and preparation activities for the launch and early orbit operations rehearsal campaign. Work will be performed at Sunnyvale, Calif., and El Segundo, Calif., and is expected to be completed July 31, 2019. Fiscal 2014 missile procurement funds in the amount of $2,000,000 are being obligated at time of award. The Air Force Space and Missile Systems Center, PKJ, Los Angeles Air Force Base, Calif., is the contracting activity.
Alvarez & Marsal Real Estate Advisory Services, LLC, Washington, D.C., has been awarded an $88,000,000 indefinite-delivery/indefinite-quantity contract for Air Force privatization, post closing management 2013 (PCM-13) services. The contract provides advisory and assistance services for long-term post closing management services in support of the Air Force’s privatization of military housing, enhanced use leasing, value-based transaction, voluntary action program for real estate and environmental issues related to Base Realignment and Closure, Real Estate Transaction, and other programs throughout the United States. This indefinite-delivery/indefinite-quantity contract has a five-year ordering period, with one additional year performance. Work will be performed at the contractor’s facility in Washington, D.C., and various Air Force installations, and is expected to be complete by Dec. 26, 2019. This award is the result of a competitive acquisition, and 100 offers were solicited and two offers were received. Fiscal 2014 operation and maintenance funds in the amount of $3,000 are being obligated at time of award. 772 Enterprise Sourcing Squadron/PKS, Joint Base San Antonio, Lackland, Texas, is the contracting activity (FA8903-14-D-0040).
Lockheed Martin Information Systems & Global Services, Colorado Springs, Colo., has been awarded a $47,347,121 modification (P00302) exercising an option to an existing contract (F19628-00-C-0019) to support critical mission operations for NORAD Cheyenne Mountain Complex/Integrated Tactical Warning/Attack Assessment in support of air, missile and space defense for the national command authority. This sustainment effort encompasses operations, maintenance and support to maintain mission integrity for the Target System Architecture systems at Cheyenne Mountain Air Force Station, Colo., the Alternate Mission Command Center, and forward user and sensor sites, as well as maintenance of legacy systems at Peterson Air Force Base, Colo., Test Development Facility, Space Training System and Joint Space Operations at Vandenberg AFB, Calif., and the ISC2 Test and Integration Lab in Colorado Springs, Colo. Also included are the 721 CS, the Cheyenne Mountain Communications Squadron support. Work will be performed at Colorado Springs, Colo., and Vandenberg AFB, Calif., and is expected to be completed by Sep. 30, 2014. Fiscal 2014 operations and maintenance funds in the amount of $6,520,588 are being obligated at time of award. Air Force Life Cycle Management Center/HBQK, Peterson AFB, Colo., is the contracting activity.
TeraRecon, Inc.,* Foster City, Calif., has been awarded a maximum $30,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for the procurement of radiology systems, subsystems, accessories, service, manuals and repair parts. This contract is a competitive acquisition, and fifty offers were received. Location of performance is California with a Dec. 22, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal year 2014 working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE2D1-14-D-0001).
Brothers Produce, Inc.,* Houston, Texas, has been awarded a maximum $21,474,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for the procurement of full line fresh fruit and vegetable support to non-Department of Defense customers in the Dallas-Fort Worth schools zone. This contract is a competitive acquisition, and three offers were received. Location of performance is Texas with a July 6, 2018 performance completion date. Using service is U.S. Department of Agriculture school customers. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE300-14-D-8607).
ARMY
CDM Federal Programs, Kansas City, Mo., was awarded a $9,500,000 firm-fixed-price, multi-year, indefinite-delivery/indefinite-quantity contract for civil works for the Kansas City District of the Corps of Engineers. Funding will be determined with each order. Work to be performed will be determined with each order, and is expected to be complete Dec. 26, 2018. Bids were solicited via the Internet with 11 received. The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-14-D-1003).
*Mythics, Incorporated, Virginia Beach, Va., was awarded a $19,770,292 firm-fixed-price modification (BA0415) of contract (W91QUZ-06-A-0003) in exercise of option year two for new products and support for Oracle. Work will be performed in Alexandria, Va., and expected to be complete Dec. 31, 2014. The contract will be incrementally funded using fiscal year 2014 operations and maintenance funds. The U.S. Army Contracting Command, Rock Island Arsenal, Ill. is the contracting activity.
NAVY
Lockheed Martin Mission Systems and Training, Moorestown, N.J., is being awarded a $574,538,664 firm-fixed-price, multi-year procurement contract (N00024-14-C-5114) for the production of the Aegis Weapon System MK 7 equipment sets in support of the DDG 51 Shipbuilding Program and an option for Aegis Ashore Missile Defense System, Host Nation Poland, and engineering services. This procurement includes economic order quantity, advance procurement funding for production related materials for the multi-year procurement ship sets. Work will be performed in Moorestown, N.J. (85.5 percent); Clearwater, Fla. (13.1 percent); and Akron, Ohio (1.4 percent), and is expected to be completed by September 2021. Fiscal 2013 shipbuilding and conversion, Navy funds in the amount of $308,360,317 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was awarded as a sole-source contract authorized under 10 U.S.C. 2304(c)(1) – only one or limited number of sources and no other suppliers will satisfy the requirements. The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.
Lockheed Martin Corp., Mission Systems and Training, Manassas, Va., is being awarded an $84,650,745 modification to previously awarded contract (N00024-13-C-6272) for fiscal 2014 Acoustic Rapid Commercial-Off-The-Shelf Insertion (A-RCI) production. A-RCI is a sonar system that integrates and improves towed array, hull array, sphere array, and other ship sensor processing, through rapid insertion of COTS based hardware and software. The contract provides funding for the development and production of the A-RCI and common acoustics processing for Technology Insertion 14 (TI-14) for the United States submarine fleet. This modification will purchase TI-14 System Upgrades for 12 ships including pre-cable kits. Work will be performed in Manassas, Va. (60 percent) and Clearwater, Fla. (40 percent), and is expected to be completed by September 2018. Fiscal 2012, 2013, 2014 shipbuilding and conversion, Navy and fiscal 2014 other procurement, Navy contract funds in the amount $81,681,413 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 Navy Yard, Washington, D.C., is the contracting activity (N00024-13-C-6272).
Raytheon Technical Services Co., Indianapolis, Ind., is being awarded $40,911,284 ceiling priced delivery order 7000 against previously issued basic ordering agreement (N00383-14-G-006D) for the repair of 40 Weapon Replaceable Assemblies of the APG 65/73 Radar System used in support of the F/A-18 aircraft. Work will be performed in Indianapolis, Ind. (57 percent); El Segundo, Calif. (24 percent); Forest, Miss. (17 percent); Andover, Maine (2 percent), and work is expected to be completed no later than December 2015. Fiscal 2014 Navy working capital funds in the amount of $20,455,642 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 and is issued on a sole-source basis in accordance with 10 U.S.C. 2304(c)(1). Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pa., is the contracting activity.
T. B. Penick & Sons, Inc., San Diego, Calif., is being awarded $18,702,988 for firm-fixed-price task order 0007 under a previously awarded multiple award construction contract (N62473-10-D-5412) for renovation of the medical clinic at Marine Corps Air Ground Combat Center, Twentynine Palms. The work to be performed provides for replacement of a medical clinic with multi-story concrete masonry unit building on a concrete foundation to deliver primary care, physical therapy, behavioral and deployment health, and ancillary and diagnostic imaging services. Supporting facilities will include utilities, site improvements, parking, signage, and environmental protection measures. Existing clinic and site structures will be demolished after new clinic has been completed. The task order also contains one planned modification, which if exercised would increase cumulative task order value to $18,723,488. Work will be performed in Twentynine Palms, Calif., and is expected to be completed by September 2015. Fiscal 2013 military construction, Defense medical contract funds in the amount of $18,702,988 are obligated on this award and will not expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.
BAE Systems Information and Electronic Systems Integration (IESI), Inc., Greenlawn, N.Y., is being awarded a $16,472,873 firm-fixed-price contract for the procurement of Common Identification Friend or Foe hardware for the U.S. Army, U.S. Navy, and the governments of Korea, Taiwan, and the United Arab Emirates, including transponders, remote control units, mounts, power supplies; chasses, displays, repairs, and modification kits. Work will be performed in Greenlawn, N.Y. (86 percent) and Scottsdale, Ariz. (14 percent), and is expected to be completed in January 2016. Fiscal 2012, 2013 aircraft procurement, Navy; Fiscal 2013 aircraft procurement, Army; Fiscal 2012, 2013, 2014 other procurement, Navy; Fiscal 2013, 2014 research, development, test and evaluation, Navy; Fiscal 2014 aircraft procurement, Navy; Fiscal 2014 operations and maintenance, Navy; Fiscal 2014 Navy working capital funds; and Foreign Military Sales contract funds in the amount of $16,472,873 are being obligated at time of award, $722,959 of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Army ($7,938,757; 48.2 percent); U.S. Navy ($6,682,819; 40.6 percent), and the Governments of Korea ($820,525; 5 percent), Taiwan ($781,676; 4.7 percent); and the United Arab Emirates ($249,096; 1.5 percent) under the Foreign Military Sales program. This contract was not competitively procured pursuant to FAR 302-1. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-C-0034).
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS
FOR MORE NEWS
January 3, 2014
Business, Business / Career, Education, Government, Health