BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

DEFENSE LOGISTICS AGENCY

Delta Industries, East Granby, Conn., has been awarded a maximum $37,177,882 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for turbine exhaust engine cases. This is a competitive acquisition, and oneDefense_Logistics_Agency offer was received. This is a two-year base contract. Location of performance is Connecticut with a May 31, 2016 performance completion date. Using service is Air Force. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Tinker Air Force Base, Okla., (SPRTA1-14-D-0009).

Golden State Medical Supply,* Camarillo, Calif., has been awarded a maximum $22,512,293 modification (P00054) exercising the fifth option period on a one-year base contract (SPM2D0-09-D-0001) with seven one-year option periods for various pharmaceutical supplies. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is California with an April 20, 2015 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2014 war stopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

ARMY

Department of the ArmyLockheed Martin Corp., Orlando, Fla., was awarded a $24,449,293 cost-plus-fixed-fee, sole-source contract to install a vehicle and dismounted exploitation radar (VADER) system and an aerial precision geo location kit on a King Air 350ER aircraft. Fiscal 2013 research, development, testing and evaluation funds in the amount of $5,700,639 were obligated at the time of the award. Estimated completion date is March 18, 2015. One bid was solicited and one received. Work will be performed in Hagerstown and Linthicum Heights Md.; Greenville, Texas; and Fayetteville N.C. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-14-C-0040).

RSP Architects, Minneapolis, Minn., was awarded a $9,000,000 firm-fixed-price contract for architect and engineer services for the design, construction of various Air Force Reserve projects. Funding and work location will be determined with each order. Estimated completion date is April 18, 2019. Bids were solicited via the Internet with 32 received. U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-14-D-0008).

NAVY

General Dynamics Ordnance and Tactical Systems, Orlando, Fla., is being awarded a $9,248,770 modification to previously awarded contract (N00174-08-D-0021) for the procurement of the improved mechanical600px-US-DeptOfNavy-Seal.svg remote fuze disassembly kit (I-MRFDK ) production units, training, system maintenance and spare and depot level repair parts. The I-MRFDK is a portable ordnance inserting and dis-assembly system operated by explosive ordnance disposal technicians to safely inert fuzes used with projectiles, bombs, and other explosive ordnance. Work will be performed in Orlando, Fla., and is expected to be completed by September 2015. Contract funds will not be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity.

3 Phoenix Inc., Chantilly, Va., is being awarded a $7,263,632 modification to previously awarded contract (N00024-13-C-6264) to procure two TB-29A Inverted Passive Electrical Network (iPEN) Towed Array production representative units, associated spares and test equipment. iPEN leverages technology developed under Small Business Innovation Research Topic N04-138, “Real-time Data Fusion and Visualization Interface for Environmental Research Data.” iPEN telemetry acts as a data fusion point for the integration of towed array handling system sensor data. This technology is expected to provide significant improvement in reliability and operational availability of TB-29A towed arrays. Work will be performed in Wake Forest, N.C. (50 percent); Houston, Texas (25 percent); Hanover, Md. (15 percent); and Chantilly, Va. (10 percent), and is expected to be completed by August 2015. Fiscal 2011 and 2012 shipbuilding and conversion, Navy contract funds in the amount of $7,263,632 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

AIR FORCE

356px-Seal_of_the_US_Air_Force.svgRand and Jones Enterprises, Co., Inc., Buffalo, N.Y., has been awarded an $8,000,000 indefinite-delivery/indefinite-quantity contract for a Simplified Acquisition of Base Engineering Requirements contract for completion of minor, non-complex construction projects requiring minimum design. Typical projects involve a number of general construction disciplines including, but not limited to, plumbing, masonry, electrical, mechanical, architectural, painting, HVAC, and abatement. Work will be performed at Rome, Newport, and Stockbridge, N.Y., and is expected to be completed April 18, 2019. The ordering period concludes five years after the effective date of the contract. This award is the result of a competitive acquisition. The solicitation was conducted through Federal Business Opportunities, and two offers were received. Funding varies based on individual requirements but is primarily operations and maintenance, research and development, or Defense Finance and Accounting Service. Current fiscal year funding will be provided on individual orders. Air Force Research Laboratory Specialized Acquisition and Operational Contracting Branch, Rome N.Y., is the contracting activity (FA8751-14-D-0004).

TRICARE

Express Scripts Inc., St. Louis, Mo., is being awarded a $33,800,000 requirements-type contract with fixed unit prices, to provide pharmacy benefit management services to the Department of Defense TRICARE pharmacy program. The total cumulative face value of the contract, including the one year base period and seven one-year option periods, if exercised, for pharmacy benefit management services, and options for contract phase-out, is estimated at $5,364,684,318. The TRICARE Pharmacy Benefits Program offers pharmacy services through direct care pharmacy services at Military Treatment Facilities; retail network pharmacies; authorized retail non-network pharmacies; or delivery through the TRICARE Home Delivery/Mail Order Pharmacy. Retail pharmacy services are available in all 50 states and the District of Columbia, Guam, Puerto Rico, and the Virgin Islands. The contractor will perform pharmacy benefits management functions, including the following: perform claims adjudication, administer a retail pharmacy network, operate mail order pharmacy, provide clinical services for specialty pharmaceuticals, process direct member reimbursements for claims filled at retail network and non-network pharmacies, perform clinical reviews, and provide beneficiary and pharmacy support services. The contractor will also perform as a fiscal intermediary on behalf of DoD to pay for all authorized pharmaceuticals and supplies dispensed for eligible beneficiaries at retail pharmacies and transmit all claim information to the Pharmacy Data Transaction Service, the DoD designated data warehouse. This contract was competitively procured using the Best Value Tradeoff Source Selection process, with two offers received. Fiscal 2014 DoD operations and maintenance funding in the amount of $33,800,000 is being obligated at award. The Defense Health Agency, Aurora, Colo., is the contracting activity (HT9402-14-D-0002).

NAVY

Watermark Environmental Inc.,* Lowell, Mass. (N40083-14-D-2719); Blackhawk-MILCON, A Joint Venture*, San Antonio, Texas (N40083-14-D-2720); Custom Mechanical Systems Corp.,* Bargersville, Ind. (N40083-14-D-2721); Krempp Construction Inc.,* Jasper, Ind., (N40083-14-D-2722); and Howard W. Pence,* Elizabethtown, Ky. (N40083-14-D-2723), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award design-build construction contract for construction projects at Naval Support Activity Crane located primarily within the Naval Facilities Engineering Command (NAVFAC) Midwest area of responsibility (AOR). The work to be performed provides for all labor, equipment, tools, supplies, transportation, supervision, quality control, professional design services, and management necessary to perform various construction, renovation, maintenance,600px-US-DeptOfNavy-Seal.svg and alteration projects at assorted buildings and structures. Work includes but is not limited to design, general construction, alteration, repair, demolition, and work performed by special trades. The maximum dollar value including the base period and four option years for all five contracts combined is $50,000,000. Watermark Environmental Inc., is being awarded task order 0001 at $1,403,808 for the Crane Army Ammunition Activity Building 102 renovation at the Naval Support Activity, Crane, Ind. Work for this task order is expected to be completed by September 2014. All work on this contract will be performed in Crane, Ind. (95 percent), and Sullivan, Ind. (5 percent). The term of the contract is not to exceed 60 months, with an expected completion date of April 2019. Fiscal 2013 Army working capital funds contract funds in the amount of $1,483,808 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with 22 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Midwest, Crane, Ind., is the contracting.

Caddell Construction Co., Inc., Montgomery, Ala., is being awarded $34,311,000 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N69450-09-D-1279) for construction of the Waterfront North Land Water Interface at Naval Submarine Base Kings Bay. The work to be performed provides for the construction of the waterfront restricted area land/water interface termination that connects the north end of the existing waterfront restricted area enclave fencing system to the floating port security barriers. Work will be performed in Kings Bay, Ga., and is expected to be completed by April 2017. Fiscal 2012 military construction, Navy contract funds in the amount of $34,311,000 are being obligated on this award and will not 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.

Lockheed Martin Corp., Owego, N.Y., is being awarded $ 7,265,034 for firm-fixed-priced delivery order 7026 against a previously awarded basic ordering agreement (N00383-12-G-010F) for the repair of 12 items of the common cockpit for H-60R/S helicopters. Work will be performed at Owego, N.Y. (77 percent); Farmingdale, N.Y. (9 percent); Phoenix, Ariz. (6 Percent); Salt Lake City, Utah (6 percent); Hershey, Pa. (2 percent), and is expected to be completed by Jan. 12, 2016. Fiscal 2014 Navy working capital funds in the amount of $7,265,034 will be obligated at the time of award, and will not expire before the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C 2304(c)(1). The Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

ARMY

The Boeing Co., Ridley Park, Pa. was awarded a $43,340,932 modification (P00003) to contract W58RGZ-13-C-Department of the Army0114 to support fielding new equipment and equipment training for units receiving the CH-47F weapons system. Fiscal 2014 other procurement funds in the amount of $43,340,932 were obligated at the time of the award. Estimated completion dated is Feb. 29, 2016. Work will be performed at continental United States and overseas locations. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Ensign-Bickford Aerospace & Defense Co., Simsbury, Conn., was awarded a $26,977,402 firm-fixed-price contract to test, manufacture, package and deliver M21/M23 blasting cap assemblies. Funding and work performance location will be determined with each order. Estimated completion date is April 16, 2019. Bids were solicited via the Internet with one received. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-14-D-0016).

DEFENSE LOGISTICS AGENCY

Heyltex Corp.,* Katy, Texas, has been awarded a maximum $43,292,852 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical products. This is a competitive acquisition, and 35 offers were received. This is a one-year base contract with seven one-year option periods. Location of performance is Texas with an April 16, 2015 performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 war stopperDefense_Logistics_Agency funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE2D0-14-D-0005).

Direct Energy Business, LLC, Pittsburgh, Pa., has been awarded a maximum $11,918,926 firm-fixed-price contract for electricity. This is a competitive acquisition, and three offers were received. This is a two-year base contract. Locations of performance are Pennsylvania and Illinois with a May 31, 2016 performance completion date. Using services are Army, Air Force, and federal civilian agencies. Type of appropriation is fiscal year 2014 through fiscal year 2016 service funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SPE600-14-D-8004).

AIR FORCE

Lockheed Martin Corp., Marietta, Ga., has been awarded a $14,713,606 firm-fixed-price modification (P00312) on contract (FA8625-11-C-6597) for initial spares for the C-130J program purchased under the five-year option contract IV. The contractor will provide initial spares for the C-130J program that are provided for 64 aircraft, comprised of 42 delivered C-130J aircraft and 22 HC/MC-130J aircraft. Work will be performed at Marietta, Ga. Initial spares delivery dates vary depending upon the lead time to procure. Fiscal 2014 aircraft procurement funds ($13,685,100) and fiscal 2013 aircraft procurement funds ($1,028,506) are being obligated at time of award. Air Force Life Cycle Management Center/WLNN, Wright-Patterson Air Force Base, Ohio, is the contracting activity

356px-Seal_of_the_US_Air_Force.svgQuantech Services Inc., Lexington, Mass., has been awarded a $14,402,703 modification (P00050) on cost-plus-fixed-fee, cost reimbursable contract (FA8721-13-C-0016) for professional acquisition support services. This contract modification provides an extension for an additional nine months of professional acquisition support services under the basic contract in support of Air Force Life Cycle Management Center, HBG, HBA, and HBS divisions, including foreign military sales (FMS). Work will be performed at Hanscom Air Force Base, Mass. and Langley AFB, Va., and is expected to be completed by Jan. 17, 2015. FMS support accounts for approximately 38 percent of the stated modification. Fiscal 2014 research and development, procurement and foreign military sales funds in the amount of $3,318,686 were obligated at time of award. FMS countries include Saudi Arabia, Korea, Japan, Australia, France, United Kingdom, Egypt, Oman, Poland, Kyrgyzstan, Afghanistan, and Jordan. Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM, Hanscom AFB, Mass., is the contracting activity.

Oasis Systems LLC, Lexington, Mass., has been awarded an $11,801,189 modification (P00050) on cost-plus-fixed-fee, cost reimbursable contract (FA8721-13-C-0025) for professional acquisition support services. This contract modification provides an extension for an additional of six months of professional acquisition support services under the basic contract in support of Air Force Life Cycle Management Center HNA, HNS, and HNI divisions. Work will be performed at Hanscom Air Force Base, Mass., and Langley AFB, Va., and is expected to be completed by Oct. 17, 2014. Fiscal 2012 procurement and fiscal 2014 research and development, procurement and operations and maintenance funds in the amount of $11,077,504 were obligated at time of award. Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM, Hanscom AFB, Mass., is the contracting activity.

Odyssey Systems Consulting Group Ltd., Wakefield, Mass., has been awarded an $11,445,617 modification (P00050) on cost-plus-fixed-fee, cost reimbursable contract (FA8721-13-C-0022) for professional acquisition support services. This contract modification provides an extension for an additional of nine months for professional acquisition support services under the basic contract. Work will be performed at Peterson Air Force Base, Colo., Hanscom AFB, Mass., and Dahlgren, Va., and is expected to be completed by Jan. 17, 2015. This modification provides professional acquisition support services in support of Air Force Life Cycle Management Center, HBQ and HBD Divisions, including foreign military sales. FMS support account for approximately 11 percent of the stated modification. Fiscal 2014 operations and maintenance, procurement, research and development and foreign military sales funds in the amount of $8,869,158 were obligated at time of award. FMS countries include Taiwan, United Arab Emirates, Saudi Arabia, Kuwait, Israel, and Japan. Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM, Hanscom AFB, Mass., is the contracting activity.

Odyssey System Consulting Group Ltd., Wakefield, Mass., has been awarded a $9,167,656 modification (P00050) on cost-plus-fixed-fee, cost reimbursable contract (FA8721-13-C-0020) for professional acquisition support services. This contract modification provides an extension for an additional nine months of professional acquisition support services under the basic contract in support of Air Force Life Cycle Management Center HBU and HNJ divisions. Work will be performed at Hanscom Air Force Base, Mass., Warner Robins, Ga., and San Antonio, Texas, and is expected to be completed by Jan. 17, 2015. Fiscal 2012 procurement funds and 2014 research and development, procurement, and operations and maintenance funds in the amount of $7,169,369 were obligated at time of award. Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM, Hanscom AFB, Mass., is the contracting activity.

Oasis Systems LLC, Lexington, Mass., has been awarded an $8,983,870.00 modification (P00050) on cost-plus-fixed-fee, cost reimbursable contract (FA8721-13-C-0026) for professional acquisition support services. This contract modification provides an extension for an additional nine months of professional acquisition support services under the basic contract in support of Air Force Life Cycle Management Center HB and HBAJ divisions including foreign military sales (FMS). Work will be performed at Hanscom Air Force Base, Mass., Langley AFB, Va., and Topeka, Kan., and is expected to be completed by Jan. 17, 2015. Fiscal 2013 procurement and fiscal 2014 research and development and procurement funds and FMS funds in the amount of $5,331,180 were obligated at time of award. FMS (84 percent of the contract) countries include Iraq, Saudi Arabia, Jordan, Qatar, Egypt, Belgium, Romania, Poland, and Columbia. Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM, Hanscom AFB, Mass., is the contracting activity.

P E Systems Inc., Fairfax, Va., has been awarded a $7,280,498 modification (P00050) on cost-plus-fixed-fee, cost reimbursable contract (FA8721-13-C-0029) for professional acquisition support services. This contract modification provides an extension for an additional six months of professional acquisition support services under the basic contract in support of Air Force Life Cycle Management Center HNA and HBD Divisions, including foreign military sales (FMS). Work will be performed at Hanscom Air Force Base, Mass., Langley AFB, Va., Washington, D.C., and Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Oct. 17, 2014. FMS support account for approximately 13 percent of the stated modification. Countries include Jordan, Germany, Pakistan, Saudi Arabia, Singapore, Oman, Greece, Thailand, France, Sweden, and United Kingdom. Fiscal 2012 procurement and fiscal 2014 operations and maintenance, research and development, procurement and foreign military sales funds in the amount of $6,351,766 were obligated at time of award. Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM, Hanscom AFB, Mass., is the contracting activity.

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $54,574,234 modification to a previously awarded fixed-price-incentive-fee, cost-plus-incentive-fee contract (N00019-12-C-0004) for production non-recurring technical assistance in support of the F-35 Lot VII effort for the U.S. Navy, U.S.600px-US-DeptOfNavy-Seal.svg Air Force, and international partner governments. Services to be provided includes manufacturing technology transfer and planning tasks required to ensure a manufacturing base with sufficient technical knowledge to support F-35 production requirements. Work will be performed in El Segundo, Calif. (38 percent); Fort Worth, Texas (24 percent); Warton, United Kingdom (16.5 percent); San Diego, Calif. (14 percent); Orlando, Fla. (3.4 percent); Nashua, N.H. (2.3 percent); Palmdale, Calif. (1.2 percent); Marietta, Ga. (.3 percent) Amityville, N.Y. (.2 percent); and Laval, Canada (.1 percent), and is expected to be completed in January 2015. Fiscal 2012 aircraft procurement, Navy and Air Force and international partner funds in the amount of $54,574,234 are being obligated on this award, $42,966,294 of which will expire at the end of the current fiscal year. This modification combines purchases for the U.S. Navy ($21,912,810; 4 percent); the U.S. Air Force ($21,053,484; 38.7 percent); and F-35 international partner governments ($11,607,930; 21.3 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

FTSI-Phelps Joint Venture,* Irvine, Calif., is being awarded a $13,961,000 firm-fixed-price contract for the design and construction of a low-rise composite shop and Marine Aviation Logistics Squadron (MALS) Ground Support Equipment (GSE) holding shed at Marine Corps Base Hawaii. The work to be performed provides for the demolition of an existing engine test cell facility and the removal of an existing tension fabric structure that was used for equipment storage. The composite shop building will include areas for epoxy storage and mixing, paint storage and mixing, machining and grinding, cleaning and preparation, layup and bonding, open storage, preparation room, offices, restrooms and supporting mechanical, electrical and communication spaces. The MALS GSE holding shed will include open equipment storage, restrooms and supporting electrical and mechanical spaces. The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $14,372,716. Work will be performed in Kaneohe, Hawaii, and is expected to be completed by September 2015. Fiscal 2010 and 2014 military construction, Navy contract funds in the amount of $13,961,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with seven proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-14-C-1315).

Alutiiq Security & Technology,* Anchorage, Alaska (N65236-14-D-4978); Atlantic CommTech, Corp.,* Norfolk, Va. (N65236-14-D-4979); Forward Slope Inc.,* San Diego (N65236-14-D-4980); The Cameron Bell Corp., doing business as Government Solutions Group,* Daniel Island, S.C. (N65236-14-D-4981); Mandex Inc.,* Fairfax, Va. (N65236-14-D-4982); and Systems Applications & Solutions,* Hanahan, S.C. (N65236-14-D4983), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee with provisions for firm-fixed-price task orders, performance based multiple award contract. The contracts are for the procurement of Ashore Systems engineering services. The services required include engineering development, design, procurement, fabrication, configuration, integration, installation, logistics, maintenance and life cycle support services for Ashore Systems. The cumulative, estimated ceiling value of the base year is $9,980,000. These contracts include options which, if exercised, would bring the cumulative ceiling value of these contracts to an estimated $49,900,000. This contract action merely establishes a potential ceiling value and does not obligate the Navy to fund to the ceiling. Work will be performed in Charleston, S.C. (85 percent) and Washington, D.C. (15 percent). Work is expected to be completed by April 2015. If all options are exercised, work could continue until April 2019. SPAWAR Systems Center Atlantic Navy working capital funds in the amount of $25,000 will be obligated at the time of award as the minimum guarantee and will be split among the six awardees; these funds will not expire at the end of the current fiscal year. This contract action establishes a potential ceiling value, in which funds are obligated on individual task orders for efforts that fall within the core competency areas. The multiple award contracts were competitively procured by full and open competition after exclusion of sources under small business set-aside provisions (10 U.S.C. 2304 (b)(2)) via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 20 offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Defense_Logistics_AgencyThe Source Group Inc.,* Signal Hill, Calif., has been awarded a maximum $13,810,540 firm-fixed-price contract for environmental remediation, assessment, and emergency response services. This is a competitive acquisition, and five offers were received. This is a five-year base contract. Location of performance is California with an April 30, 2019 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-5410).

The Source Group Inc.,* Signal Hill, Calif., has been awarded a maximum $10,432,295 firm-fixed-price contract for environmental remediation, assessment, and emergency response services. This is a competitive acquisition and five offers were received. This is a five-year base contract. Location of performance is California with an April 30, 2019 performance completion date. Using service is Defense Logistics Agency Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-5411).

Rockwell Collins-ESA Vision Systems, Fort Worth, Texas, has been awarded a maximum $10,307,718 modification (02) on delivery order (0009) to contract (SPRWA1-11-D-0007). The modification adds various items in support of the joint helmet mounted cueing system. The revised total based on this delivery order modification is $37,210,209. This is a firm-fixed-price contract. This is a sole-source acquisition. Locations of performance are Texas, Oregon, and Israel with a Sept. 30, 2015 performance completion date. Using military service is Air Force. This modification contains foreign military sales elements for Iraq. Type of appropriation is fiscal 2015 Air Force procurement funds and FMS funds. The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga.

AIR FORCE

AECOM Technical Services Inc., Los Angeles, Calif., (FA8903-14-D-0001); Baker-Stanley-Cardno Joint Venture, Moon Townside, Pa., (FA8903-14-D-0002); OTIE-RS&H Joint Venture, Milwaukee, Wis., (FA8903-14-D-0004); Parsons Brinkckerhoff-FSB-H&A Joint Venture, Houston, Texas, (FA8903-14-D- 0005); Parsons Government Services Inc., San Antonio, Texas, (FA8903-14-D-0006), and LEIDOS Inc. (formerly SAIC), McLean, Va., (FA8903-14-D-0007) have been awarded a $950,000,000 indefinite-delivery/indefinite-quantity contract for architect-engineering services to support military construction (MILCON), military family housing (MFH), and sustainment, restoration and modernization (SRM) programs worldwide. The work includes efforts to perform Title I, Title II, and356px-Seal_of_the_US_Air_Force.svg other A-E services to administer, coordinate, and technically support the Air Force Civil Engineer’s MILCON, MFH (to include military housing privatization initiatives, SRM program areas, and other areas of essential support worldwide. These programs could include work in various government installations in the United States, at various overseas government locations, at government territorial possessions, at Defense Logistics Agency fuel facilities worldwide, and at other worldwide locations of interest to the government that could include contingency operation, remote, austere and/or hostile locations. Work is expected to be complete by April 2021. This award is the result of a qualifications-based selection process in accordance with FAR 36.6 and the Brooks Act, Public Law 92-582 electronically through Federal Business Opportunities and 82 offers were received. Fiscal 2014 funds from a variety of types (Environmental Restoration Account/Environmental Compliance, Base Realignment and Closure, MFH, and operations and maintenance) in the amount of $3,000 are being obligated for the first task order for each of the contractors. 722 ESS/PKB, Joint Base San Antonio, Lackland Air Force Base, Texas, is the contracting activity.

Booz Allen Hamilton, McLean, Va. (FA8075-14-D-0002); Battelle Memorial Institute, Columbus, Ohio (FA8075-14-D-0003); Jacobs Technology Inc., Tullahoma, Tenn. (FA8075-14-D-0004); MacAulay-Brown Inc., Dayton, Ohio (FA8075-14-D-0005); MRI Global, Kansas City, Mo. (FA8075-14-D-0006); National Security Information Associates, Chantilly, Va. (FA8075-14-D-0007); Strategic Analysis Inc., Arlington, Va. (FA8075-14-D-0008); Leidos Inc., Reston, Va. (FA8075-14-D-0009); Scitor Corp., Colorado Springs, Colo. (FA8075-14-D-0010); TASC Inc., Andover, Md. (FA8014-14-D-0011); URS Federal Services Inc., Germantown, Md. (FA8075-14-D-0012); and Wyle Laboratories Inc., Houston, Texas (FA8075-14-D-0013) have been awarded a maximum $900,000,000 cost-plus-fixed-fee, firm-fixed-price, multiple-award, indefinite-delivery/indefinite-quantity contract for Homeland Defense and Security Technical Area Tasks (HD TATs). The HD TATs multiple-award IDIQ contracts will provide research, development, test and evaluation, and advisory and assistance services related to research and development efforts for TATs within the chemical, biological, radiological and nuclear defense, homeland defense and security, critical infrastructure protection, weapons of mass destruction, biometrics, medical, cultural studies and alternative energy focus areas. Location of performance will be cited on individual task orders. Generally, work will be performed at government facilities, and the period of performance is five years. The ordering period is a one year basic period with four one-year option periods with work expected to be completed by April 2019 if all option periods are exercised. Individual task orders, obligating fiscal 2014 research and development funds, will be issued against the basic contracts, in order to meet the minimum order guarantee. The multiple-award contracts were competitively procured by full and open competition along with a small business reservation via the Federal Business Opportunities website with 13 offers received. The Air Force Installation Contracting Agency, Offutt Air Force Base, Neb., is the contracting activity.

Jacobs Government Services Co., Oak Ridge, Tenn. (FA8903-14-D-0023); MWH-Cardno TEC Baker-A Joint Venture, San Antonio, Texas (FA8903-14-D-0024); and Zapata Inc., Charlotte, N.C. (FA8903-14-D-0025), have been awarded a $500,000,000 indefinite-delivery/indefinite-quantity contract for architect-engineering services to include environmental projects consisting of planning and programming, restoration, quality (compliance and pollution prevention), and conservation as required by the Air Force Civil Engineering Center. These programs could include work in various government installations in the United States, at various overseas government locations, at government territorial possessions, at Defense Logistics Agency fuel facilities worldwide, and at other worldwide locations of interest to the government that could include contingency operation, remote, austere and/or hostile locations. Work is expected to be complete by April 2021. This award is the result of a qualifications-based selection process in accordance with FAR 36.6 and the Brooks Act, Public Law 92-582 electronically through Federal Business Opportunities and 37 offers were received. Fiscal 2014 funds from a variety of types (Environmental Restoration Account/Environmental Compliance, Base Realignment and Closure, MFH, and operations and maintenance) in the amount of $3,000 are being obligated for the first task order for each of the contractors. 722 ESS/PKB, Joint Base San Antonio, Lackland Air Force Base, Texas, is the contracting activity.

NAVY

Baldi Bros. Inc.,* Beaumont, Calif. (N62473-14-D-0043); Coffman Specialties Inc., San Diego, Calif. (N62473-14-D-0044); Flatiron West Inc., San Marcos, Calif. (N62473-14-D-0045); Granite Construction Co., Watsonville, Calif. (N62473-14-D-0046); Kiewit Infrastructure West, Co., Vancouver, Wash. (N62473-14-D-0047); and Reyes Construction Inc., Pomona, Calif. (N62473-14-D-0048); are each being awarded a firm-fixed-price, indefinite-600px-US-DeptOfNavy-Seal.svgdelivery/indefinite-quantity multiple-award construction contract for airfield paving and heavy duty paving projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value including the base period and four option years for all six contracts combined is $99,000,000. Types of projects may include, but are not limited to: paving of airfield runway, taxiway, apron, and support areas for aircraft; and heavy duty paving of areas intended for heavy military and other heavy operational vehicles and equipment. No task orders are being issued at this time. Work on these contracts will be performed within the NAVFAC Southwest AOR including, but not limited to, California (80 percent), Arizona (16 percent), Nevada (1 percent), Utah (1 percent), Colorado (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of April 2019. Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $30,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured as full and open unrestricted procurement with a Historically Underutilized Business Zone price evaluation preference in accordance with FAR 52.219-4 and one reserve for small business via the Navy Electronic Commerce Online website with 20 proposals received. The reserve was met by award to Baldi Bros. Inc. These six contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

BCF Solutions Inc., Arlington, Va. (N65236-14-D-4151); Booz Allen Hamilton Inc., McLean, Va. (N65236-14-D-4152); Bowhead Science and Technology LLC, Alexandria, Va. (N65236-14-D-4153); CommIT Enterprises Inc.,* Hughesville, Md. (N65236-14-D-4154); Deloitte Consulting LLP, Alexandria, Va. (N65236-14-D-4155); TASC Inc., Andover, Mass. (N65236-14-D-4156); and Whitney, Bradley and Brown Inc., Reston, Va. (N65236-14-D-4157), are each being awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, with provisions for cost-plus-fixed-fee task orders, performance based multiple award contract. The cumulative, estimated ceiling value of the base year is $83,333,333. The contracts are for the procurement of program management and financial management support services including non-inherently governmental services to perform analyses and research. These contracts include options which, if exercised, would bring the cumulative ceiling value of these contracts to an estimated $250,000,000. This contract action merely establishes a potential ceiling value and does not obligate the Navy to fund to the ceiling. Work will be performed worldwide. Work is expected to be completed by April 2015. If all options are exercised, work could continue until April 2017. SPAWAR Systems Center Atlantic Navy working capital funds in the amount of $15,000 will be obligated at the time of award as the minimum guarantee and will be split among the seven awardees; these funds will not expire at the end of the current fiscal year. This contract action establishes a potential ceiling value, in which funds are obligated on individual task orders for efforts that fall within the core competency areas. The multiple award contracts were competitively procured by full and open competition via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 12 offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

iRobot Corp., Bedford, Mass., is being awarded a $59,220,496 modification to previously awarded contract (N00174-11-D-0013) for the procurement of Man Transportable Robotic System (MTRS) production systems, depot level repair parts, spare kits, depot repair services, parts supply, training, engineering enhancements, configuration management, and approved accessories. The MTRS is a small robotic vehicle used by explosive ordnance disposal technicians to conduct remote reconnaissance, render safe, and/or dispose of explosive devices. Work will be performed in Bedford, Mass., and is expected to be completed by April 2015. Fiscal 2014 operations and maintenance, Army and fiscal 2014 operations and maintenance, Navy contract funds in the amount of $720,500 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity.

Whitman, Requardt & Associates LLP, Baltimore, Md., is being awarded a maximum amount $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract with for multi-discipline architect-engineering services in support of projects primarily in New Jersey, New York, and Pennsylvania. The work to be performed provides for the following engineering and design services, but is not limited to building construction and addition of special projects and military construction facilities, general building renovation work, development of design-bid-build packages, development of design-build request for proposal packages, conducting life safety code studies, interior space planning/design studies, engineering and design site work, paving, landscaping, communications, fire protection, energy conservation systems, utilities and facility planning. Task order 0001 is being awarded at $157,886 for survey of sanitary and storm drain systems in Building 77L at the Philadelphia Navy Yard, Philadelphia, Pa. Work for this task order is expected to be completed by August 2014. All work will be performed at various Navy and Marine Corps facilities and other government facilities throughout the Naval Facilities Engineering Command, Mid-Atlantic area of responsibility including, but not limited to, New Jersey (34 percent), New York (33 percent), and Pennsylvania (33 percent). The term of the contract is not to exceed 60 months with an expected completion date of April 2019. Fiscal 2014 Navy working capital fund contract funds in the amount of $157,886 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance, Navy. This contract was competitively procured via the Navy Electronic Commerce Online website, with 18 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic Northeast, Integrated Product Team, Norfolk, Va., is the contracting activity (N40085-14-D-5205).

Insitu Inc., Bingen, Wash., is being awarded $10,222,289 for firm-fixed-price delivery order 0015 against a previously issued basic ordering agreement (N00019-12-G-0008) for interim contractor services in support of the RQ-21A Unmanned Aircraft System, including all requirements necessary to support the system at the organizational level during planned and surge flight operations. Services include integrated logistics support, program planning and management support, field service technical support, data reporting, and hardware to maintain the RQ-21 production configuration during initial fielding. Work will be performed at Marine Corps Air Station, Cherry Point, N.C. (80 percent) and Bingen, Wash. (20 percent), and is expected to be completed in April 2015. Fiscal 2014 procurement, Marine Corps funds in the amount of $10,222,289 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.

DEFENSE LOGISTICS AGENCY

Golden Manufacturing Co., Inc.,* Golden, Miss., has been awarded a maximum $54,873,720 modification (P00102) exercising the first option period on a one-year base contract (SPM1C1-13-D-1047) with four one-year option periods for various Permethrin Army combat uniform coats. This is a firm-fixed-price contract. Locations of performance are Mississippi and Georgia with an April 16, 2015 performance completion date. Using military serviceDefense_Logistics_Agency is Army. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. (Awarded April 9, 2014)

Dental Health Products,* New Franken, Wis., has been awarded a maximum $38,436,832 modification (P00002) exercising the second option period on a one-year base contract (SPM2DE-12-D-7459) with four one-year option periods for distribution of general dental supplies. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Wisconsin with an April 27, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa

MedImmune Biologics Inc., Gaithersburg, Md., has been awarded a maximum $23,274,000 modification (P00101) exercising the first option period on a one-year base contract (SPM2D0-13-D-0006) with one one-year option period for intranasal influenza vaccine spray. This is a firm-fixed-price contract. Locations of performance are Maryland and Pennsylvania with a June 26, 2015 performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

ARMY

Department of the ArmyAllison Transmission Inc., Indianapolis, Ind., was awarded a $51,444,025 modification (P00026) to multi-year contract W56HZV-08-D-0159 to acquire 99 X1100-3B transmissions for M1A2 Abrams tanks. Work will be performed in Indianapolis, Ind. Estimated completion date is Sept. 30, 2015. Fiscal 2013 other procurement funds in the amount of $11,349,458 were obligated at the time of the award. Army Contracting Command, Warren, Mich., is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

LEIDOS, Reston, Va., is being awarded a $7,294,064 modification (18) to firm-fixed-price contract (HQ0034-11-F-0080) to provide mission support services for court room and case preparation. Services required are linguistic, translation, transcription support, court reporters, and expert witnesses for commission hearings. Work will be performed in Washington, D.C., with an expected completion date of April 14, 2016. Fiscal 2014 operations and maintenance funds in the amount of $7,294,064 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured, with one proposal received. Washington Headquarters Services, 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: