BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

United_States_Department_of_Defense_Seal.svg

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

MISSILE DEFENSE AGENCY

Lockheed Martin Space Systems Co., Huntsville, Alabama, has been awarded a maximum $134,173,537 modification (P00013) to the previously awarded firm-fixed-price and cost-plus-fixed-fee contract HQ0147-14-C-600px-US-MissileDefenseAgency-Seal.svg0004 for highly specialized services to support Ballistic Missile Defense System flight test activities using the contractor’s developed target hardware. Work will be performed at several contractor facilities and government test sites with an expected completion date of Dec. 8, 2018. Fiscal 2014 research, development, test and evaluation funds in the amount of $8,000,000 were obligated at the time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

Department of the ArmyARMY

The Ross Group Construction Corp. Tulsa, Oklahoma was awarded a $16,645,200 firm-fixed-price contract with options for the construction of the KC-46A Fuselage Trainer Flight Training Center and the Fuselage Trainer at Altus AFB, Altus, Oklahoma. Option four for sidewalks and landscaping will be exercised at time of award in the amount of $54,800. Option five for additional concrete parking stalls will be exercised at time of contract award in the amount of $34,100. The estimated completion date is Oct. 5, 2015. Bids were solicited via the Internet with seven received. Fiscal 2014 military construction funds in the amount of $16,645,200 are being obligated at the time of the award. Army Corps of Engineers, Tulsa Oklahoma is the contracting activity (W912BV-14-C-0015).

RANCO Construction,* Southampton, New Jersey was awarded a $8,783,220 firm-fixed-price contract with options for the construction of a new central issuing facility at Joint Base McGuire-Dix-Lakehurst, New Jersey with an estimated completion date of Nov. 12, 2015. Bids were solicited via the Internet with eight received. Fiscal 2011 military construction (Army Reserve) funds in the amount of $820,411; fiscal 2014 military construction (Army Reserve) funds in the amount of $7,273,808; and 2014 operations and maintenance funds in the amount of $689,000 are being obligated at award. Army Corps of Engineers, Louisville, Kentucky is the contracting activity (W912QR-14-C-0021).

NAVY

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded600px-US-DeptOfNavy-Seal.svg a $113,379,349 cost-plus-incentive-fee modification to a previously awarded advance acquisition contract (N00019-13-C-0016) for operations and maintenance support; non-recurring and recurring engineering sustainment, site activation, and depot activation work in support of Low Rate Initial Production Lot VIII F135 propulsion systems. This effort will include maintenance and repair of operational assets; procurement of initial support equipment; packing handling storage and transportation material; fleet management; item management; joint technical data; sustaining engineering; production support; site activation preparation for initial operations; and depot engineering, repair development, inspection limits development for engine depot stand-up and support. Work will be performed in East Hartford, Connecticut (63 percent); Indianapolis, Indiana (25 percent); and Bristol, United Kingdom (12 percent); and is expected to be completed in March 2017. This contract combines purchases for the U.S. Air Force ($50,035,487; 44.1 percent); the U.S. Navy/Marine Corps ($50,381,959; 44.4 percent); and international partners ($12,961,903; 11.5 percent). Fiscal 2012, 2013 and 2014 aircraft procurement (Navy, United States Marine Corp, and United States Air Force) and international partner funds in the amount of $113,379,349 will be obligated at time of award, of which $58,703,576 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., Seattle, Washington, is being awarded a $28,688,558 modification to a previously awarded cost-plus-fixed-fee contract (N00019-04-C-3146) for the design, development, fabrication, installation and testing of the airworthiness cabin equipment and support testing to the existing P-8A Poseidon Test aircraft. Work will be performed in Patuxent River, Maryland (58 percent); Seattle, Washington (34 percent); and Huntsville, Alabama (8 percent), and is expected to be completed in December 2016. No funding will be obligated at time of award. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Orlando, Florida, is being awarded a $20,000,000 ceiling-priced indefinite-delivery/indefinite-quantity contract to provide sustaining engineering services in support of the Consolidated Automated Support System family of testers. Work will be performed in Orlando, Florida (93.85 percent) and Fredericksburg, Virginia (6.15 percent), and is expected to be completed in June 2019. No funds are being obligated at time of award. Funds will be obligated against individual delivery orders as they are issued. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N68335-14-D-0009).

G4S-SJC LLC, Fort Worth, Texas, is being awarded a $19,835,665 firm-fixed-price contract for pier repairs at the United States Navy Support Facility, Diego Garcia. The work to be performed provides for repair of failing timber pile fender system and appurtenances, deteriorating sections of the concrete pier deck, and replacement of impressed current cathodic protection for in-water steel piles with passive anode cathodic protection system at the petroleum oil lubricant pier. Work will be performed in Diego Garcia, British Indian Ocean Territories, and is expected to be completed by April 2016. Fiscal 2014 working capital funds (defense agencies) contract funds in the amount of $19,835,665 are being 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 three proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-14-C-1306).

BAE Systems San Francisco Ship Repair, San Francisco, California, is being awarded a $10,354,523 firm-fixed-price contract for a 58-calendar day regular overhaul and dry docking availability of USNS Wally Schirra (T-AKE 8). Work will include inspection of the propeller shaft and stern tube, bow thruster repairs, installation of the cloropac unit, upgrades to the electronic chart display and information system radar, underwater hull cleaning and painting, modification to the anchor windlass foundation and removal, repair and re-installation of hazardous material containers. Schirra’s primary mission is to operate as part of a carrier strike group providing fuel, ammunition and dry and refrigerated stores to U.S. Navy ships at sea, enabling them to remain underway for extended periods. This contract includes options which, if exercised, would bring the cumulative value of this contract to $13,096,898. Work will be performed in San Francisco, California, and is expected to be completed by October 2014. Working capital contract funds in the amount of $10,354,523 are obligated for fiscal 2014, and will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with two proposals received. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N32205-14-C-3006).

Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded an $11,916,219 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0004) for the upgrade of the E-6B Mercury Weapon System Trainer. Work will be performed in Richardson, Texas (60 percent) and Binghamton, New York (40 percent), and is expected to be completed in February 2017. Fiscal 2012 and 2013 aircraft procurement (Navy) funds in the amount of $11,916,219 are being obligated on this award, $9,032,494 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Alion Science and Technology, Burr Ridge, Illinois (FA8075-14-D-0014); Battelle Memorial Institute, Columbus, Ohio (FA8075-14-D-0015); Booz Allen Hamilton, McLean, Virginia (FA8075-14-D-0016); EOIR Technologies, Inc., Fredericksburg, Virginia (FA8075-14-D-0017); Georgia Tech Research Institute, Atlanta, Georgia (FA8075-14-D-0018); MacAulay-Brown, Inc., Dayton, Ohio (FA8075-14-D-0019); Mantech TSG-2 Joint Venture, Fairfax, Virginia (FA8075-14-D-0020); Prescient Edge Corporation, McLean, Virginia (FA8075-14-D-0021); Strategic Analysis, Inc., Arlington, Virginia (FA8075-14-D-0022); TASC, Inc., Andover, Maryland (FA8075-14-D-0023); URS Federal Services, Inc., Germantown, Maryland (FA8075-14-D-0024); and Wyle Laboratories, Inc., Huntsville, Alabama (FA8075-14-D-0025) have been awarded a maximum $3,000,000,000 cost-plus-fixed-fee, firm-fixed-price, multiple-award, indefinite-delivery/indefinite-quantity contract for Defense Systems Technical Area Tasks (DS TATs). The DS TATs contracts will provide research, development, test and evaluation, and advisory and assistance services related to research and development efforts for technical area tasks within the Advanced Materials; Autonomous Systems; Directed Energy; Energetics; Military Sensing; Non-Lethal Weapons and Information Operations; Reliability, Maintainability, Quality, Supportability, and Interoperability; Survivability and Vulnerability; and Weapons Systems 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 June 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 of $2,500. The multiple-award contracts were competitively procured by full and open competition along with a partial small business set-aside via the Federal Business Opportunities website with 12 offers received. The Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity.

Lockheed Martin Space Systems Co., King of Prussia, Pennsylvania, has been awarded a $452,000,000 indefinite-delivery/indefinite-quantity contract for reentry system/reentry vehicles (RS/RV) subsystem support. The acquisition provides sustaining engineering, maintenance engineering, aging surveillance, modification of systems and equipment, software maintenance, developmental engineering, production engineering, and procurement of the MMIII RS/RV subsystem and related support equipment. Work will be performed at King of Prussia, Pennsylvania, and other various sites to include Hill Air Force Base, Utah, and is expected to be complete by June 4, 2022. This award is the result of a sole-source acquisition. Fiscal 2014 operations and maintenance funds in the amount of $5,983,062 for task order 0001 are being obligated at time of award. Air Force Nuclear Weapons Center/PZBF, Hill AFB, Utah, is the contracting activity (FA8214-14-D-0002).

Parsons Government Support Services Inc., Dallas, Texas, has been awarded a $7,107,395 modification (P00043) for FA8501-08-C-0024 to exercise a 12-month option for continuation of ground support equipment maintenance services from July 1, 2014 through June 30, 2015. The total cumulative face value of the contract is $51,568,279. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed by June 20, 2015. This acquisition is being funded by Defense Maintenance Activity Group appropriations in the amount of $7,107,395 at time of exercise of option. Air Force Systems Center/PZIOA, Robins AFB, Georgia, is the contracting activity.

Essex Electro Engineers, Inc., Schaumburg, Illinois, has been awarded a $6,658,080 firm-fixed-price delivery order (0002) against indefinite delivery requirements contract, FA8533-11-D-0005 for the purchase of 72kW Generators. The 72kW Ground Power Unit (GPU) is used to provide 400Hz, 28VDC, and 270 VDC power for various aircraft maintenance tasks on Air Force aircraft. The GPU is a stand-alone, trailer mounted, self-contained unit capable for providing external ground power to the following aircrafts: C-130, C-17, C-5, B1B, B-2, F-22, F-35, A-10, KC-135, B-52, and secondary power for the F-15 and F-16. Work will be performed at Schaumburg, Illinois and is expected to be completed by Jan. 30, 2016. This order is being placed against basic contract FA8533-11-D-0005 which was the result of a full and open competitive acquisition in which seven proposals were received. Fiscal 2014 operations and maintenance funds in the amount of $6,658,080 are being obligated at time of award. Air Force Life Cycle Management Center/WNKBBB, Robins Air Force Base, Georgia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

UPDATE: Shannon Chastain Enterprises Incorporated,* Eatonton, Georgia (SPE8EC-14-D-0009) has beenDefense_Logistics_Agency added as an awardee to the multiple award contract issued against solicitation #SPM8EC-11-R-0003 announced Aug. 4, 2011.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded a maximum $10,043,483 modification (P00004) exercising the option one period on a seven-month base contract (HR0011-14-C-0010) with one 17-month option period for air-vehicle design to meet the objective of the DARPA Vertical Take-Off and Landing experimental aircraft (X-Plane) program. This is a cost reimbursement no-fee contract. Location of performance is Stratford, Connecticut, (53 percent) and Palmdale, California, (47 percent) with a Nov. 5, 2015, performance completion date. Type of appropriation is fiscal 2014 through fiscal 2015 research, development, test and evaluation. The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Virginia.

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $90,914,168 modification to a previously awarded firm-fixed-price-incentive-fee contract (N00019-12-C-0004) to incorporate the updated system architecture into the original Diminishing Manufacturing Sources redesign activity for the Electronic Warfare System in support of the F-35 Lot VII effort for the U.S. Navy, U.S. Air Force, U.S. Marines and the governments of the F-35 International Partners. Work will be performed in Nashua, N.H. (81percent); Ft. Worth, Texas (19 percent), and is expected to be completed in March 2018. Fiscal 2012 aircraft procurement (Navy and Air Force) and international partner funds in the amount of $90,914,168 are being obligated on this award, $71,576,724 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Rolls-Royce Corp., Indianapolis, Indiana, is being awarded a $9,479,821 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) for the procurement of 13 low power MV-22 repairs under the Mission CareTM contract. Work will be performed in Oakland, California, and is expected to be completed in February 2015. Fiscal 2014 operations and maintenance (Navy) funds in the amount of $9,479,821 are being obligated on this award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Seaward Marine Corp.,* Chesapeake, Virginia, is being awarded an $8,885,335 firm-fixed-price contract for Pier Complex Structural Repairs to Pier 4, Trestle 1a and 4 at Naval Weapon Station Earle. The construction and repairs of pattern cracking on concrete box beams; replacement of access ladders; concrete sealing; anode repairs/replacement; fender system repairs; and recoating exposed steel bearing assemblies will assist in the support of the pier. The contract also contains four unexercised options, which if exercised would increase cumulative contract value to $12,946,707. Work will be performed in Colts Neck, New Jersey, and is expected to be completed by February 2015. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $8,885,335 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-14-C-5220).

ARMY

ARGO/LRS JV,* Hanover, Maryland (W912DY-14-D-0043); Clarke Project Solutions, Inc.,* Aliso Viejo, California,Department of the Army (W912DY-14-D-0044); Health Facility Solutions Co.,*San Antonio, Texas (W912DY-14-D-0045); NIKA Architects Engineers, Rockville, Maryland (W912DY-14-D-0046); Polu Kai Services, LLC,* Falls Church, Virginia (W912DY-14-D-0047); and Team Integrated Engineering, Inc.,* San Antonio, Texas (W912DY-14-D-0048) were awarded a $44,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for medical facilities support services. Funding and work location will be determined with each order with an estimated completion date of June 10, 2019. Bids were solicited via the Internet with twenty-three received. Army Corps of Engineers, Huntsville, Alabama is the contracting activity.

MACNAK Korte Group LLC,* Lakewood, Washington, was awarded a $30,381,000 contract for a 240-person dormitory at Nellis Air Force Base, Nevada with an estimated completion date of Aug. 22, 2016. One bid was solicited and four received. Fiscal 2014 military construction funds in the amount of $30,381,000 are being obligated at the time of the award. Army Corps of Engineers, Los Angeles, California is the contracting activity (W912PL-14-C-0003).

UPDATE: Ceres Environmental Services,* Brooklyn Park, Minnesota was awarded two contracts under the multi-award contract announced May 1, 2014 for debris management services for the United States and its territories with an estimated completion date of June 3, 2019. There were six previous contractors announced and all will compete for task orders under a maximum $580,000,000 firm-fixed-price contract (W912P8-14-D-0020 and W912P8-14-D-002).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Raytheon Co., El Segundo, California, has been awarded a $7,051,595 contract for the Affordable Radio Frequency Multifunction Sensors (ARMS) program. The ARMS program will focus on developing new manufacturing processes to enable an increase in reliability and a decrease in cycle time and costs for Active Electronically Scanned Array (AESA) sensors. The emphasis will be on addressing key manufacturing issues while decreasing the program risk and increasing the manufacturing readiness level to 6. Work will be performed in El Segundo, California, and is expected to be completed by March 4, 2016. This award is the result of a competitive acquisition, and seven offers were received. Fiscal 2013 and 2014 research and development funds in the amount of $1,005,000 are being obligated at time of award. Air Force Research Laboratory, Materials and Manufacturing Directorate, Manufacturing Technology Division, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8650-14-C-5502).

Northrop Grumman Systems Corporation, Electronic Systems, Linthicum Heights, Maryland, has been awarded a $3,750,297 contract for the Affordable Radio Frequency Multifunction Sensors (ARMS) Program. The ARMS program will focus on developing new manufacturing processes to enable an increase in reliability and a decrease in cycle time and costs for Active Electronically Scanned Array (AESA) sensors. The emphasis will be on addressing key manufacturing issues while decreasing the program risk and increasing the manufacturing readiness level to 6. Work will be performed in Linthicum Heights, Maryland, and is expected to be completed by March 4, 2016. This award is the result of a competitive acquisition, and seven offers were received. Fiscal 2014 research and development funds in the amount of $2,645,000 are being obligated at time of award. Air Force Research Laboratory, Materials and Manufacturing Directorate, Manufacturing Technology Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-C-5503).

Northrop Grumman Systems Corp., Aerospace Systems, Palmdale, California, has been awarded a ceiling $9,900,000,000 indefinite-delivery/indefinite-quantity contract for B-2 modernization and sustainment. The Flexible Acquisition Sustainment Team (FAST) II contract requirements include B-2 enhancements, sustainment logistics elements including sustaining engineering, software maintenance and support equipment. Also included is programmed depot maintenance of the fleet and other interim contractor support. Work will be performed at Palmdale, California, with performance at other locations, namely Whiteman Air Force Base, Missouri; Tinker AFB, Oklahoma; Wright-Patterson AFB, Ohio; Edwards AFB, California, and Hill AFB, Utah, and the base period work is to be completed May 2, 2019. If the option is exercised, the work is to be completed May 2, 2024. This award is the result of a sole-source acquisition. Fiscal 2014 research, development, test and evaluation funds in the amount of $6,355,000 are being obligated at time of award on delivery order 0001 for Common Very Low Frequency Receiver Increment 1. The total price for delivery order 0001 is $26,584,648. Air Force Life Cycle Management Center, B-2 Division Contracting, Air Force Life Cycle Management Center/WWZK, Wright-Patterson AFB, Ohio is the contracting activity (FA8616-14-D-6060).

L-3 Communications, IEC, Anaheim, California, has been awarded an $8,281,679 cost-plus-incentive-fee modification (P00017) on FA8807-12-C-0011 for software coding and security certification on the military global positioning system user equipment contract. 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 military-code capable GPS receivers to the warfighter. Work will be performed at Anaheim, California, and is expected to be completed by April 15, 2015. Fiscal 2014 research, development, test and evaluation funds in the amount of $6,000,000 are being obligated at time of award. The Space and Missile Systems Center Contracting Directorate, El Segundo, California, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Ibis Biosciences, Inc., Carlsbad, California, has been awarded a $7,217,926 cost-plus fixed-fee contract. The contract is to develop the PUMA Biosensor system, which is a new point-of-care hand-held device suitable for use in the field with molecular diagnostics for screening viruses, respiratory pathogens and bio threats. Work will be performed in Carlsbad, California, and is expected to be completed by April 30, 2015. Fiscal 2014 applied research funding in the amount of $3,000,000 was obligated at the time of the award. The contracting activity is DARPA, Arlington, Virginia (HR0011-14-C-0083).

DEFENSE HEALTH AGENCY

SeKON Enterprises, Inc., Herndon, Virginia is being awarded a potential $9,499,405 firm-fixed-price contract (HT0011-14-F-0009) to provide support to the Defense Health Agency’s Information Management office. The total potential contract value including the eight-month base period, four one-year option periods, and the transition-in and -out periods is $64,746,604. The contractor will provide analysis to support DHA IM office decisions on business need, mission priorities, alternatives solutions, business process change, policies, and funding. This contract will also support the development and management of business processes, health data management strategies and collaboration in the development and implementation of national health IT standards. Work will be performed in Virginia with an estimated completion date of Feb 14, 2015. Fiscal 2014 operation and maintenance funds in the amount of $5,630,761 are being obligated at award. This contract was competitively procured under the National Institutes of Health Information Technology Acquisition and Assessment Center’s CIO-SP3 Small Business government-wide acquisition contract. Defense Health Agency, Falls Church, Virginia is the contracting activity (HT0011-14-R-0004).

NAVY

Guam MACC Builders A JV, Honolulu, Hawaii, is being awarded $39,699,700 for firm-fixed-price task order 0006 under a previously awarded multiple award construction contract (N62742-10-D-1309) for the design and construction of X-Ray Wharf improvements to Berth 1 at Naval Base, Guam. The work includes the rehabilitation and600px-US-DeptOfNavy-Seal.svg modernization of the north berth at X-Ray Wharf to provide berthing and utilities for Auxiliary Cargo and Ammunition Ship (T-AKE) class supply vessels; including dredging, sheet pile bulkhead, cement/soil mix gravity wall, mooring dolphin, relocation of buoys, wharf deck, fenders, cathodic protection, potable water, bilge and oily waste treatment, sewer, fire protection, and storm drain utility systems, security fencing and lighting, wharf deck lighting, and associated support buildings. Work will be performed in Santa Rita, Guam, and is expected to be completed by October 2016. Fiscal 2014 military construction (Navy) contract funds in the amount of $39,699,700 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.

Olin Corp. – Winchester Ammunition, East Alton, Illinois, is being awarded a $27,681,245 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for 9mm frangible ammunition in support of the U.S. Air Force, U.S. Coast Guard and U.S. Navy. The 9mm frangible ammunition will be used for indoor and outdoor close quarter battle (CQB) training. CQB operations are in locations where there may be populated areas beyond the impact area of an operation for the Air Force, Coast Guard and Navy. Work will be performed in Oxford, Mississippi, and is expected to be completed by June 2019. Fiscal 2014 procurement, military ammunition funds in the amount of $1,955,248 will be obligated at time of contract award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-14-D-JN45).

American Rheinmetall Munition, Stafford, Virginia, is being awarded a $26,037,082 firm-fixed price, indefinite-delivery/indefinite-quantity contract for 3,154,286 40mm day/night M1110 practice cartridges. The M1110 contains a chemiluminescent projectile for training of Marines in the use of the 40mm low velocity cartridge under day and night/low-light conditions. Work will be performed in Camden, Arkansas, and is expected to be completed by February 2016. Fiscal 2012 and 2014 procurement (Marine Corps) funds in the amount of $26,037,082 will be obligated at the time of award. Contract funds in the amount of $14,531,088 will expire at the end of the current fiscal year. This contract was a sole-source procurement in accordance with 10 U.S.C. 2304(c)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-14-D-7403).

Kellogg Brown & Root Services, Inc., Houston, Texas, is being awarded a $22,142,994 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operating support services at Isa Air Base, Bahrain and its outlying support sites including the Patriot Battery Site at Riffa, Bahrain. The work to be performed provides for all management, supervision, labor, materials, and equipment necessary to perform services for general information, management and administration, galley, housing (bachelor/unaccompanied housing), facility support (facility investment, facility management, custodial, pest control, integrated solid waste management, grounds maintenance and landscaping), electrical, wastewater, water and base support vehicles and equipment, and environmental. The maximum dollar value including the base period and four option years is $113,824,554. Work will be performed in Isa, Bahrain, and is expected to be completed by September 2019. Fiscal year 2014 operation and maintenance (Navy, Marine Corps, and Army) contract funds in the amount of $10,921,919 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-14-D-6012).

The Boeing Co., Seattle, Washington, is being awarded a $19,857,582 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0112) for the procurement of one spare P-8A CFM-56 engine and one spare engine build-up unit in support of the P-8A Multi-mission Maritime Aircraft. Work will be performed in Seattle, Washington, and is expected to be completed in August 2015. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $19,857,582 will be obligated on this 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.

Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded a $15,947,962 modification to a previously awarded firm-fixed-priced contract (N00019-09-C-0069) to exercise an option for the procurement of AN/ARC-210(V) electronic radios and ancillary equipment for a variety of aircraft. This option provides for the procurement of 182 RT-1990(C)/ARCs and conversion of four RT-1939(C)s to RT-1990(C)s. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in December 2015. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $15,947,962 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.

King Aerospace, Inc., Addison, Texas, is being awarded a $9,458,209 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-12-D-0014) to exercise an option for contractor logistics services in support of C-9B aircraft, including base site operations, depot planned maintenance interval inspections and engine shop visits. Work will be performed in Cherry Point, North Carolina (60 percent); Ardmore, Oklahoma (10 percent); Whidbey Island, Washington (10 percent); Addison, Texas (10 percent); and Miami, Florida (10 percent), and is expected to be completed in May 2015. No funds are being obligated at time of award. Funds will be obligated against individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland is the contracting activity.

BAE Systems Mayport, Jacksonville, Florida, is being awarded a $9,270,465 modification to previously awarded contract (N40024-10-C-4406) for ship repairs, hull, machinery, electrical, electronics, ship alterations, and piping alteration as required on USS Carney (DDG-64). The primary focus of this repair package is to accomplish structural repairs and habitability upgrades. Work will be performed in Jacksonville, Florida, and is expected to be completed by September 2014. Fiscal 2014 operations & maintenance (Navy), fiscal 2014 other procurement (Navy) and working capital funds (Navy) funding in the amount of $9,270,465 will be obligated at time of award. Contract funds in the amount of $9,215,334 will expire at the end of the current fiscal year. The Southeast Regional Maintenance Center Jacksonville, Florida, is the contracting activity.

Department of the ArmyARMY

General Dynamics Land Systems, Sterling Heights, Michigan was awarded an $11,421,811 modification (P00011) to contract W56HZV-14-C-B019 for the procurement of three additional DVH Stryker ECP ICVV prototype test vehicles, under Phase II of the Stryker Engineering Change Proposal Upgrade program. Fiscal 2014 research, development, test and evaluation funds in the amount of $5,715,337 were obligated at the time of the award. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Dec. 31, 2016. Army Contracting Command, Warren, Michigan is the contracting activity.

APPTRICITY Corp.*, Irving, Texas, was awarded a $10,543,119 firm-fixed-price contract for the annual license maintenance for the Transportation Coordinators Automated Information for Movements System II (TC-AIMS II) commercial supply chain solutions software: [Theater Operations Software (TOPS)]. Funding and work location will be determined with each order. The estimated completion date is Jan. 31, 2019. One bid was solicited and one received. Army Contracting Command, Rock Island Arsenal, Illinois is the contracting activity (W52P1J-14-D-0069).

ITT Exelis Systems Corp., Colorado Springs, Colorado was awarded a $9,490,510 modification (BA0343) to contract W911SE-07-D-0006 for the Army Prepositioned Stock-5 support to the Army Field Support Battalion-Qatar. Fiscal 2014 operations and maintenance (Army) funds in the amount of $4,198,314 were obligated at the time of the award. Estimated completion date is Dec. 31, 2014. Work will be performed in Qatar. Army Contracting Command, Rock Island, Illinois is the contracting activity.

DEFENSE LOGISTICS AGENCY

Sysco Seattle, Kent, Washington, has been awarded a maximum $173,507,460 fixed-price with economic-price-Defense_Logistics_Agencyadjustment, indefinite-delivery/indefinite-quantity contract for subsistence prime vendor support for various customers in Seattle, Washington Zone 1 (Ships). This contract was a competitive acquisition with two offers received. This is a two-year base contract with one two-year option period. Location of performance is Washington with an Aug. 3, 2016 performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3009).

Sysco Seattle, Kent, Washington, has been awarded a maximum $110,818,565 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for subsistence prime vendor support for various customers in Seattle, Washington Zone 2 (Land). This contract was a competitive acquisition with two offers received. This is a two-year base contract with one two-year option period. Location of performance is Washington with an Aug. 3, 2016 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3010).

ScImage, Inc.,* Los Altos, California, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment contract for digital imaging network-picture archive and communication system, components, system options and accessories, upgrades, training, maintenance services, and turnkey installation. This contract was a competitive acquisition with ten offers received. This is a two-year base contract with one one-year option period. Location of performance is California with a May 29, 2017 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal year 2014 through fiscal year 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-14-D-8302).

Genco Infrastructures Solutions, Inc., Pittsburgh, Pennsylvania, has been awarded a maximum $7,955,284 modification (P00006) exercising the first one-year option on a one-year base contract (SP3300-13-C-5002) with four one-year option periods. This is a fixed-price/incentive-firm and cost-reimbursable contract for warehousing and distribution support services. Location of performance is Pennsylvania with a May 31, 2015 performance completion date. Using service is Defense Logistics Agency Distribution Bahrain, Southwest. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania. (Awarded May 16, 2014)

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: