DOD AWARDED CONTRACTS
CONTRIBUTING SOURCE: U.S. Department of Defense
NAVY
Bell Helicopter Textron Inc., Hurst, Texas, is being awarded a $337,772,560 modification to definitize a previously awarded advance acquisition contract (N00019-13-C-0023) for the manufacture and delivery of 12 Lot 11 UH-1Y Build New Aircraft and 12 Lot 11 AH-1Z Build New Aircraft for the U.S. Marine Corps to a fixed-price-incentive for the aircraft and firm-fixed-price for the auxiliary fuel kits. Work will be performed in Fort Worth, Texas (60 percent) and Amarillo, Texas (40 percent), and is expected to be completed in June 2017. Fiscal 2013 and 2014 aircraft procurement, Navy funds in the amount of $337,772,560 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, Maryland, is the contracting activity.
Lockheed Martin Mission Systems & Training, Moorestown, New Jersey, is being awarded a $92,610,784 modification to previously awarded contract (N00024-11-C-5106) for Aegis Weapon System and Aegis Combat System combat systems engineering, in-country support services, and staging support to fulfill Aegis lifetime support requirements for the Japan Maritime Self Defense Force. This contract modification involves foreign military sales to Japan (100 percent). Work will be performed in Moorestown, New Jersey (95.1 percent), Kumi, South Korea (1.5 percent), Chinhae, South Korea (1.4 percent), Kongsburg, Norway (.86 percent), Tokyo, Japan (.5 percent), Sasebo, Japan (.23 percent), Maizuru, Japan (.14 percent), San Fernando, Spain (.12 percent), and Yokohama, Japan (.1 percent), and is expected to be completed by November 2014. FMS funds in the amount of $47,013,917 will be obligated at the time of award, and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
Lockheed Martin, Mission Systems and Training, Manassas, Virginia, is being awarded a $20,490,657 modification to previously awarded contract (N00024-13-C-5225) to exercise options for AN/SQQ-89 engineering services, advanced capability build, technical insertion development and integration. The AN/SQQ-89 is an undersea warfare/anti-submarine warfare combat system that provides surface warships with a seamlessly integrated undersea/anti-submarine warfare detection, localization, classification and targeting capability. This contract involves foreign military sales to Japan (63 percent). Work will be performed in Manassas, Virginia, and is expected to be completed by May 2015. Fiscal 2011, 2012, and 2013 shipbuilding and conversion, Navy; fiscal 2014 operations and maintenance, Navy; fiscal 2014 research and development; fiscal 2014 other procurement, Navy and FMS funding in the amount of $20,490,657 will be obligated at the time of the award. Contract funds in the amount of $300,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
Raytheon Co., Integrated Defense Systems (IDS), Tewksbury, Massachusetts, is being awarded a $10,271,042 cost-plus-fixed-fee contract modification to previously awarded contract (N00024-05-C-5346) for the execution of Phase II CVN 78 Dual Band Radar, test and evaluation engineering support at the Raytheon IDS Software Development Laboratory and Wallops Island Engineering Test Center Land Based Test Site. Work will be performed in Sudbury, Massachusetts (90 percent), and Moorestown, New Jersey (10 percent), and is expected to be completed by December 2014. Fiscal 2011 shipbuilding and conversion, Navy contract funds in the amount of $10,271,042 will be obligated at time of award and will not expire at the end of this fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
ManTech Systems Engineering Corp., Fairfax, Virginia, is being awarded an $8,852,349 cost-plus-fixed-fee, cost-only contract to provide specific systems operation, sustainment and support services for the Navy Ship Maintenance and Logistics Information Systems (SMLIS) program. This contract provides uninterrupted enterprise support to the SMLIS program, including engineering support in the areas of information technology life cycle planning, operations and sustainment, documentation, program management, application technical refresh, testing, training, and deployment. This contract contains options which, if exercised, would bring the cumulative value of this contract to $39,603,500. Work will be performed in Norfolk, Virginia (55 percent), Mechanicsburg, Pennsylvania (10 percent), Rocket Center, West Virginia (9.1 percent), Kittery, Maine (7.1 percent), Washington, District of Columbia (6 percent), San Diego, California (5 percent), Fairfield, California (2 percent), Mayport, Florida (2 percent), Indian Head, Maryland (1 percent), and other locations less than 1 percent (2.8 percent) and is expected to be completed by May 2015. Fiscal 2014 operations and maintenance, Navy and fiscal 2014 research, development, test and evaluation funding in the amount of $8,852,349 will be obligated at time of award, and funds in the amount of $8,352,349 will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-C-4110).
ARMY
Watterson Construction Co., Anchorage, Alaska, was awarded a $44,334,530 firm-fixed-price contract for the design and construction of the mechanical-electrical building, missile field number one in Fort Greely, Alaska. Estimated completion date is March 1, 2016. Fiscal 2013 research, development, test and evaluation funds in the amount of $53,658; fiscal 2014 reserarch, development, test and evaluation funds in the amount of $1,442,369 and fiscal 2014 military construction funds in the amount of $42,838,502 are being obligated at award. Bids were solicited via the Internet with seven received. U.S. Army Corps of Engineers, Elmendorf, Alaska, is the contracting activity (911KB-14-C-0016).
Conti Federal Services Inc., Edison, New Jersey, was awarded a $26,560,022 firm-fixed-price, contract for a design-build construction contract for buildings, utilities and infrastructure at Shivta Artillery Base, Israel. Fiscal 2014 other appropriations in the amount of $26,560,022 are being obligated at award. Work will be performed in Israel, with an estimated completion date of Sept. 15, 2016. Bids were solicited via the Internet with three received. U.S. Army Corps of Engineers-Europe District, is the contracting activity (W912GB-14-C-0016).
MOCA Systems Inc.*, Newton, Massachusetts, was awarded a $7,000,000 firm-fixed-price, indefinite-delivery contract for architect-engineer services to support the construction management activities for the Mobile District, U.S. Army Corps of Engineers. Funding and performance location will be determined with each order. Estimated completion date is May 15, 2019. Bids were solicited via the Internet with 36 received. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-14-D-0012).
DEFENSE LOGISTICS AGENCY
CORRECTION: The contract announced on Dec. 17, 2013, for Nacco Materials Handling Group Inc., Greenville, North Carolina (SPM8E8-14-D-0002), for $28,725,000 was announced with an incorrect award date. The correct award date is May 16, 2014.
Science Application International Corp., Fairfield, New Jersey, has been awarded a maximum $21,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime vendor bridge contract for maintenance, repair, and
operations for Southwest zone two region of the United States. This contract was a sole-source acquisition. Location of performance is New Jersey with a Sep. 18, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPM500-04-D-BP08/P00029).
The Boeing Co., St. Louis, Missouri, has been awarded a maximum $19,459,507 firm-fixed-price, definite-quantity contract to provide airframe structural support components. This contract was a sole-source acquisition. This is a five-year base contract with no option periods. Location of performance is Missouri, with a May 31, 2019 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 Aviation, Richmond, Virginia (SPM4A1-14-G-0007-00YH).
Graybar Electric Company Inc., St. Louis, Missouri, has been awarded a maximum $18,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime vendor bridge contract for maintenance, repair, and operations for Southwest zone one region of the United States. This contract was a sole-source acquisition. Location of performance is Missouri with a Sept. 18, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPM500-04-D-BP07/P00031).
Paramount Packaging*, Haddonfield, New Jersey, has been awarded a maximum $18,000,000 modification (P00104) exercising the first option period on a two-year base contract (SPM8EF-12-D-0001) with three one-year option periods. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for the supply of tote boxes used for shipping. Locations of performance are New Jersey and Pennsylvania, with a June 14, 2015 performance completion date. Using service is Defense Logistics Agency supply depots. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
Ultra Flightline Systems, Victor, New York, has been awarded a maximum $9,990,280 firm-fixed-price contract for gyroscopes which support helicopter flight controls. This contract was a sole source acquisition. Location of performance is New York, with a March 2016 performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-14-C-0004).
U.S. TRANSPORTATION COMMAND
AAR Airlift Group, Inc., Palm Bay, Florida, is being awarded an $8,529,906 indefinite- delivery/indefinite- quantity, fixed-price with economic-price-adjustment contract for dedicated rotary wing services in the Central Africa Region (Uganda, Central Africa Republic, the Democratic Republic of Congo and South Sudan) with an expected completion date of April 23, 2015. Funds will be obligated on individual task orders and are operations and maintenance, Army funds. This contract was a competitive acquisition, and seven proposals were received. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity (HTC711-14-D-R059).
DEFENSE LOGISTICS AGENCY
Fisher Scientific Company LLC, Pittsburgh, Pennsylvania, has been awarded a maximum $120,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for the selection of distributor who will use the electronic catalog program to make laboratory supplies and wares available for purchase. This contract was a competitive acquisition with five offers received. This is a one-year base contract with four one-year option periods. Locations of performance are Pennsylvania, Massachusetts, Illinois, California, Kentucky, Colorado, Texas, Puerto Rico, North Carolina, Hawaii, Washington, and Georgia, with a May 13, 2015 performance completion date. Using 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, Pennsylvania (SPM2DE-14-D-7351).
AIR FORCE
Jacobs Technology Inc., Bedford, Massachusetts, has been awarded a $60,430,781 cost-plus-fixed-fee and cost-reimbursable contract to provide engineering and technology acquisition support services which consists of disciplined systems/specialty engineering and technical/information assurance services, support, and products using established government, contractor, and industry processes. Work will be performed at Hanscom Air Force Base, Massachusetts, Peterson AFB, Colorado, Langley AFB, Virginia, Tinker AFB, Oklahoma, and Seattle, Washington, and is expected to be complete by Jan. 31, 2015. This award is the result of a sole-source acquisition. Fiscal year 2013 and 2014 research and development, procurement, operations and maintenance and foreign military sales (Saudi Arabia, Iraq, Jordan, Australia and Taiwan) funds in the amount of $39,988,406 will be obligated at time of award. Air Force Life Cycle Management Center/PZM, Hanscom AFB, Massachusetts, is the contracting activity (FA8721-14-C-0018).
Matrix Research Corp., Dayton, Ohio, has been awarded an indefinite-delivery/indefinite-quantity contract in the amount of $36,027,000 for research and development. The contractor will perform research and development to address problems of concurrent detection, tracking, imaging, and classification/identification of targets within contested and challenging environments. This will include the development of models, hardware, software, algorithms and techniques spanning basic, applied and advanced research for both active and passive sensing. Work will be performed in Dayton, Ohio, and is expected to be completed by May 16, 2021. This award is the result of a competitive acquisition and multiple offers were solicited through a Broad Agency Announcement, six offers were received. Fiscal 2014 research and development funds in the amount of $1,100,000 are being obligated at time of award. Air Force Research Laboratory/RQKSR, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-1722).
Raytheon Co., El Segundo, California, has been awarded a $22,000,000 modification (P00015) to FA8807-12-C-0012 for software coding and security on the military global positioning system user equipment contract. The total cumulative face value of the contract is $51,836,354. The contract modification is to mature the software coding of the GPS receiver cards being developed and perform security certification to enable faster fielding of M-code capable GPS receivers to the warfighter. Work will be performed at El Segundo, California, and is expected to be completed by Aug. 31, 2015. Fiscal 2014 research, development, testing and evaluation funds in the amount of $7,000,000 are being obligated at time of award. The Space and Missile Systems Center Contracting Directorate, El Segundo, California, is the contracting activity.
DRS-Sustainment Systems Inc., St. Louis, Missouri, has been awarded a $19,574,481 firm-fixed-price, fixed-price-incentive-firm-target, cost-reimbursable-no fee (travel only), requirements-type contract for the Halvorsen 25K aircraft cargo loader contractor logistics support program. This requirement is for Level 1 performance based logistics (PBL) support for 443 Tunner aircraft cargo loaders at over 166 worldwide locations. The Level 1 PBL metric ensures maximum cargo velocity support is provided to Air Mobility Command. There are six elements of support that comprise this requirement: material management-parts, material management-infrastructure, program engineering support, overhaul, unscheduled depot level maintenance and modifications. Work will be performed at West Plains, Missouri, and is expected to be complete by May 14, 2016. This award is the result of a competitive acquisition and unlimited offers were solicited and two offers were received. Fiscal 2014 working capital funds, centralized asset management, Air Force Reserve Command and Air National Guard funds will be obligated upon availability for task orders. Air Force Life Cycle Management Center/WNKBBA, Robins Air Force Base, Georgia, is the contracting activity (FA8519-14-D-0007).
Textron Systems Corp., Textron Defense Systems, Wilmington, Massachusetts, has been awarded a $17,283,970 modification (P00022) to FA8682-11-C-0044 for the completion of mission control unit software development and aircraft integration for the sensor fuzed weapon. The total cumulative face value of the contract is $310,983,586. The contract modification is for the final phase of sensor fuzed weapon integration to the Indian Jaguar aircraft. This contract involves 100 percent of foreign military sales for India. FMS funding in the amount of $17,283,970 will be obligated at time of award. Work will be performed at Wilmington, Massachusetts, and is expected to be completed by Sept. 30, 2015. Air Force Life Cycle Management Center, Long Range Systems Division, Eglin Air Force Base, Florida, is the contracting activity.
The Boeing Co., Defense, Space & Security-Network & Space Systems, Newark, Ohio, has been awarded an estimated $7,300,000 firm-fixed-price, requirements contract for remanufacture of 77 air launched cruise missile warhead arming devices. The work performed under this contract is to remanufacture and perform acceptance testing of the items specified in the performance work statement, per the warhead arming devices remanufacture procedures. The remanufactured WADs will be delivered as the 76560-11 configuration. Work will be performed in Newark, Ohio, and is expected to complete the basic one year ordering period by May 31, 2015 (estimated), and delivery dates will be cited on each order. This award is the result of a sole source acquisition. Fiscal 2012 and 2013 missile procurement funds will be obligated with each individual task order. Air Force Sustainment Center/PZABC, Tinker Air Force Base, Oklahoma, is the contracting activity. (FA8119-14-D-0003)
NAVY
Martin Baker Aircraft Co., Ltd., Higher Denham, Near Uxbridge, Middlesex, England, is being awarded a $26,408,026 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0066) to exercise an option for the procurement of 89 Navy aircrew common ejection seats for F/A-18 series and EA-18G aircraft for the U.S. Navy (65) and the government of Australia (24). In addition, this option provides for associated hardware, equipment, technical data, and production support services for the U.S. Navy, the National Aeronautics and Space Administration (NASA), and the governments of Australia, Switzerland, Malaysia, and Canada. Work will be performed in Johnstown, Pennsylvania (60 percent) and Higher Denham, Near Uxbridge, Middlesex, England (40 percent), and is expected to be completed in May 2016. Fiscal 2013 and 2014 aircraft procurement, Navy; fiscal 2014 procurement of ammunition, Marine Corps, fiscal 2013 National Guard and Reserve equipment, Defense; working capital fund, Defense, and foreign military sales funds in the amount of $26,408,026 will be obligated at time of awarded, none of which will expire at the end of the current fiscal year. This contract combines purchase for the U.S. Navy and Marine Corps ($18,803,335; 71 percent), NASA ($4,985; 0.2 percent) and the governments of Australia ($6,866,956; 26 percent); Canada ($538,347; 2 percent); Switzerland ($154,525; .6 percent); and Malaysia ($39,878; .2 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded a $9,048,214 cost-plus-fixed-fee modification to the previously awarded contract (N00024-13-C-4308) to incrementally fund previously exercised options to provide non-nuclear submarine repair work on Groton-based submarines under the New England Maintenance Manpower Initiative (NEMMI). Under the terms of the contract, Electric Boat Corp., will provide NEMMI tasks in support of non-nuclear maintenance, modernization and repair of operational nuclear powered submarines, floating dry docks, support and service craft, and plant equipment assigned to the Naval Submarine Support Facility New London. Work will be performed in New London, Connecticut, and is expected to be completed by December 2014. Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $9,048,214 will be obligated at time of award and 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). The Naval Sea Systems Command, Washington, Distric of Columbia, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Henry Schein Inc., Melville, New York, has been awarded a maximum $348,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for the distribution of a wide range of general dental supplies to all contiguous United States and outside contiguous United States facilities that participate in the electronic catalog program. This contract was a competitive acquisition with six offers received. This is a 15-month base contract with three one-year options and one eight-month option. Location of performance is New York, with an Oct. 31, 2015 performance completion date. Using 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, Pennsylvania (SPM2DE-14-D-7469).
Produce Source Partners,* Ashland, Virginia, has been awarded a maximum $36,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh fruit and vegetable support. This contract was a competitive acquisition with three offers received. This is an 18-month base contract with two 18-month option periods. Location of performance is Virginia, with a Nov. 12, 2015 performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and Department of Agriculture school customers. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-P257).
Kyrish Government Group,* Kileen, Texas, has been awarded a maximum $16,421,974 firm-fixed-price, indefinite-quantity contract for automotive parts and maintenance hardware items. This contract was a competitive acquisition with four offers received. This is a two-year base contract with one one-year option period. Location of performance is Texas, with a May 12, 2016 performance completion date. Using services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7L1-14-D-0001).
NAVY
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $101,900,000 not-to-exceed modification to a previously awarded cost-reimbursement contract (N00019-12-C-0070). This modification provides for non-recurring engineering and sustainment tasks for mission systems software and autonomic logistics development of the F-35A Conventional Take Off and Landing Air System for the government of Israel under the Foreign Military Sales Program. In addition, this modification provides for the procurement of autonomic logistics hardware to support Israel pilot training. Work will be performed in Fort Worth, Texas, and is expected to be completed in April 2015. Foreign military sales funds in the amount of $37,900,000 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, Maryland, is the contracting activity.
Long Wave Inc.*, Oklahoma City, Oklahoma (N39430-14-D-1422); SiteMaster Inc.*, Tulsa, Oklahoma (N39430-14-D-1423); and Shape Construction Inc.*, Bremerton, Washington (N39430-14-D-1424), are each being awarded an indefinite-delivery/indefinite-quantity multiple award contract for construction services for specialized antennas, towers, and communication facilities at Navy installations worldwide. The maximum dollar value including the base period and two option periods for all three contracts combined is $45,000,000. The work to be performed provides for the maintenance, repair, or new construction of telecommunication towers and supporting communications and electrical equipment for Navy telecommunication towers. These requirements may include project development, concept development, design, engineering analysis, preparation of plans, writing of specifications, estimation of construction costs, fabrication, construction, and controlling quality, troubleshooting, overhauling old equipment, procuring new components, equipment installation and testing. SiteMaster, Inc. is being awarded task order 0001 at $669,794 for the extension of top-load radials at the Naval Radio Transmitting Facility, Aguada, Puerto Rico. Work for this task order is expected to be completed by November 2014. All work on this contract will be performed at various Navy installations worldwide. The term of the contract is not to exceed 36 months, with an expected completion date of May 2017. Fiscal 2013 other procurement, Navy and fiscal year 2014 Navy working capital funds in the amount of $669,794 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 eight proposals received. These three contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.
Raytheon Missile Systems, Tucson, Arizona, is being awarded a $38,401,383 modification to previously awarded contract (N00024 13 C-5403) for Standard Missile-2 (SM-2) and Standard Missile-6 (SM-6) engineering and technical services to ensure continuity in production, design integrity, and total systems integration of the missile round and its components. This contract provides support to both the U.S. Navy (92.3 percent) and the following SM-2 foreign military sales (FMS) customers: the governments of The Netherlands (1.7 percent), Taiwan (1.7 percent), Japan (1.4 percent), Germany (1 percent), Korea (1 percent), Australia (.7 percent), and Spain (.2 percent) under the FMS program. Work will be performed in Tucson, Arizona (99 percent), and Portsmouth, Rhode Island (1 percent), and is expected to be completed by December 2015. Fiscal 2013 and 2014 research, development, test and evaluation; FMS and fiscal 2014 operations and maintenance, Navy funding in the amount of $25,495,322 will be obligated at time of award. Contract funds in the amount of $30,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
HART Technologies,* Manassas, Virginia, is being awarded a $32,182,700 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee completion and firm-fixed-price delivery orders to provide for rapid prototype development, hardware fabrication, hardware and software for prototype or prototype pre-production units and kits in support of the Battle Management Systems, Dragon Spear, and Littoral Combat Ship programs. Work will be performed in Manassas, Virginia, and is expected completed by August 2018. Fiscal 2013 aircraft procurement, Navy contract funds in the amount of $64,434 are being obligated for the first delivery. Contract funds will not expire at the end of the current fiscal year. This contract was competitively via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-14-D-1009).
Huntington Ingalls Industries, Huntington Ingalls Inc., Pascagoula, Mississippi, is being awarded a $12,168,588 modification to previously awarded contract (N00024-12-C-2312) to exercise options for DDG 51 class follow yard services (FYS). The FYS provides necessary engineering, technical, material procurement and production support; configuration; class flight upgrades and new technology support; data and logistics management; lessons learned analysis; post-delivery tests and trials; post-shakedown availability support; reliability and maintainability; system safety program support; material and fleet turnover support; shipyard engineering team; turnkey; crew indoctrination, design tool/design standardization, detail design development, and other technical and engineering analyses for the purpose of supporting DDG 51 class ship construction and tests and trials. Work will be performed in Pascagoula, Mississippi (97 percent), and Washington, D.C. (3 percent), and is expected to be completed by May 2015. Fiscal 2010 and 2013 shipbuilding and conversion, Navy and fiscal 2014 research, development, test & evaluation contract funds in the amount of $12,168,588 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, District of Columbia, is the contracting activity.
M. A. Mortenson Co., Minneapolis, Minnesota, is being awarded a $7,262,015 firm-fixed-price modification to a previously awarded contract (N40085-12-C-7722) to increase the maximum dollar value of a firm-fixed-price contract for increasing the apron for aircraft maintenance hangar/apron/classrooms and combat aircraft loading area addition at Marine Corps Air Station New River. The work to be performed provides for the expansion of the parking apron and relocation of the wash rack for the parking apron. After award of this modification, the total cumulative contract value will be $66,111,686. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by February 2015. Fiscal 2012 military construction, Navy contract funds in the amount of $7,262,015 are being obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.
ARMY
Kipper Tool Co., Gainesville, Georgia, was awarded an $85,010,115 firm-fixed-price contract to procure 401 hydraulic electric pneumatic petroleum operated equipment tools and special application tools for engineering tasks. The estimated completion date is March 13, 2019. Bids were solicited via the Internet with one received. Funding and work location will be determined with each order. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-14-D-0069).
NAN-Samsung LLC, Honolulu, Hawaii, was awarded a $69,749,203 firm-fixed-price competitive contract for construction of the Combat Aviation Brigade Complex, Phase 2, Wheeler Army Airfield, Oahu, Hawaii, with an estimated completion date of Jan. 10, 2017. Bids were solicited via the Internet with nineteen received. Fiscal 2013 military construction funds in the amount of $69,749,203 were being obligated at the time of the award. U.S. Army Corps of Engineers, Fort Shafter, Hawaii, is the contracting activity (W9128A-14-C-0002).
Leonie Industries LLC, Pacific Palisades, California, was awarded a $55,449,092 firm-fixed-price competitive contract for the Military Information Support Task Force-Afghanistan. Work will be performed in Afghanistan, with an estimated completion date of May 21, 2019. Bids were solicited via the Internet with six received. Fiscal 2014 operations and maintenance, Army funds in the amount of $21,398,953 are being obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W560MY-14-C-0002).
CDG Engineers, St. Louis, Missouri, was awarded a $9,000,000 firm-fixed-price competitive contract for architectural and engineering services for civil works and support for other agencies for the St. Louis, Rock Island, and St. Paul Districts, the Mississippi Valley Division, U.S. Army Corps of Engineers, or in other areas of continental United States as needed. Funding and work location will be determined with each order. The estimated completion date is May 12, 2019. Fourteen bids were solicited and fourteen received. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-14-D-0517).
AIR FORCE
Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $20,022,313 modification (P00017) to FA8807-12-C-0013 for software coding and security on the military global positioning system user equipment contract. The total cumulative face value of the contract is $50,916,525. The contract modification is to mature the software coding of the GPS receiver cards being developed and perform security certification to enable faster fielding of M-code capable GPS receivers to the warfighter. Work will be performed at Cedar Rapids, Iowa, and is expected to be completed by Aug. 31, 2015. Fiscal 2014 research, development, testing and evaluation funds in the amount of $7,000,000 are being obligated at time of award. The Space and Missile Systems Center Contracting Directorate, El Segundo, California, is the contracting activity.
NAVY
General Electric Co., General Electric Aircraft Engines, Lynn, Massachusetts, is being awarded a $220,684,090 ceiling-priced indefinite-delivery/indefinite-quantity contract for commercial depot level services for T700-GE-401 and T700-GE-401C turbo shaft engines, cold section modules and power turbine modules in support of H-60, H-1, AH-1W and AH-1Z aircraft. This contract provides for rework and testing, receiving, packing, shipping, and reporting of the engines and modules. Work will be performed in Arkansas City, Kansas, and is expected to be completed in May 2019. No funds are being obligated at time of award. Funds will be obligated against individual task orders as they are issued. This contract was competitively procured via an electronic request for proposals; one offer was received. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-14-D-0004).
Raytheon Co., McKinney, Texas, is being awarded a $50,121,721 modification to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-13-C-0161) to exercise an option for the procurement of 16 APY-10 radar kits for full rate initial production Lot I P-8A Poseidon aircraft. In addition, this option provides for installation and checkout technical support, configuration management, reliability and maintainability failure reporting and corrective actions, engineering change orders/proposals, integrated logistics support, technical data, and repair of repairables. Work will be performed in McKinney, Texas (53.38 percent), Reston, Virginia (8.35 percent); Little Falls, New Jersey (7.78 percent); Spring Valley, California (6.51 percent); Black Mountain, North Carolina (4.24 percent); Etobicoke, Ontario, Canada (2.73 percent); Poway, California (2.50 percent); Simsbury, Connecticut (2.43 percent); Leesburg, Virginia (2.33 percent), and various locations throughout the United States (9.75 percent), and is expected to be completed in November 2016. Fiscal 2014 aircraft procurement, Navy funds in the amount $50,121,721 will be obligated at time of award; none of which expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Guam MACC Builders a Joint Venture, Honolulu, Hawaii, is being awarded $42,393,740 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract (N62742-10-D-1309) for the construction of 28 modular storage magazines at Naval Base, Guam. The work to be performed also provides for security fencing, electrical power, security lighting, communication and emergency generator building, clearing and grubbing, grading, paving and site improvements to include access roads, concrete aprons, circulation roadways, drainage, percolation basins, waterlines, and incidental related work. Work will be performed in Santa Rita, Guam, and is expected to be completed by June 2016. Fiscal 2014 military construction, Navy contract funds in the amount of $42,393,740 are being obligated on this award and will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.
C&N Universe Inc.*, National City, California, is being awarded a five-year $7,200,590 hybrid firm-fixed-price, cost-plus-fixed fee, and cost reimbursement contract to provide organizational level maintenance and repairs, service call repairs and operational support services for the Commander, Pacific Fleet Berthing and Messing Barge Program. This contract contains four option years, which if exercised, would bring the contract value to a maximum ceiling of $40,261,768. Work will be performed in San Diego, California (31.50 percent), Puget Sound, Washington (28.91 percent), Pearl Harbor, Hawaii (22.24 percent), Yokosuka, Japan (7 percent), Sasebo, Japan (5.35 percent), Guam (5 percent), and is expected to be completed by May 2015. If all options are exercised, work will continue through May 2019. Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $7,200,590 will be obligated at contract award and expire at the end of the current fiscal year. This requirement was a Small Business Administration, Section 8(a) set-aside competitively procured via the Federal Business Opportunities website, with three offers received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity (N55236-14-C-0006).
DEFENSE LOGISTICS AGENCY
The Boeing Co., St. Louis, Missouri, has been awarded a maximum $42,500,000 firm-fixed-price, undefinitized delivery order against the current Boeing basic ordering agreement (SPA4A1-14-G-0007) for F-15 vertical stabilizers. Location of performance is Missouri, with a March 2019 performance completion date. Using service is Air Force. Type of appropriation is fiscal 2016 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A1-14-G-0007).
ARMY
Olsson Industrial Electric, Springfield, Oregon, was awarded a $34,990,238 firm-fixed-price incrementally funded contract for the replacement of the 4160/480 volt station service electrical system at McNary Lock and Dam, Umatilla, Oregon. Work will be performed in Umatilla, Oregon, with an estimated completion date of June 10, 2018. Bids were solicited via the Internet with five received. Fiscal 2014 other procurement funds in the amount of $840,000 are being obligated at the time of the award. U.S. Army Corps of Engineers, Walla Walla, Washington, is the contracting activity (W912EF-14-C-0011).
Edifice-Schlosser Joint Venture,* Hyattsville, Maryland, was awarded a $17,891,000 firm-fixed-price contract for the Joint Land Attack Cruise Missile Defense Elevated Netted Sensor System. Work will be performed at Aberdeen Proving Ground, Maryland, with an estimated completion date of March 8, 2015. Bids were solicited via the Internet with four received. Fiscal 2014 military construction funds in the amount of 17,891,000 are being obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-14-C-0017).
Great Lakes Dredge & Dock Co., Oak Brook, Illinois, was awarded a $17,731,250 firm-fixed-price contract for shore protection from hurricane and storm damage. Work will be performed at Port Monmouth, New Jersey, with an estimated completion date of June 26, 2015. Bids were solicited via the Internet with three received. Fiscal 2014 other procurement funds in the amount of $17,731,250 are being obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-14-C-0015).
Academi Training Center, Inc, Moyock, North Carolina was awarded an $8,801,172 modification (P00012) to contract W5J9JE-12-C-0087 for camp integrity and life support and private security services. Fiscal 2014 funds are being obligated at the time of the award. Cumulative total for prior modifications is $16,104,831. Estimated completion date is May 14, 2015. Work will be performed Afghanistan. CENTCOM Joint Theater Support Contracting Command, Phoenix, APO AE is the contracting activity.
AIR FORCE
Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $7,253,896 modification (P00068) to FA8615-07-C-6032 for F-16 production contracts. The total cumulative face value of the contract is $430,377,045. This modification incorporates a solution to solve a radar interoperability issue affecting F-16 aircraft produced for Pakistan and Thailand under the basic contract. Work will be performed at Fort Worth, Texas, and is expected to be completed by April 30, 2016. The contract supports 100 percent foreign military sales for Thailand and Pakistan. Air Force Life Cycle Management Center/WWMK, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS
May 17, 2014
Business, Business / Career, Education, Entertainment, Government