CONTRIBUTING SOURCE: U.S. Department of Defense
NAVY
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $391,607,952 cost-plus-incentive-fee contract to provide recurring sustainment support for delivered air systems for the F-35 Lightning II program including, but not limited to: ground maintenance activities; action request resolution; depot activation activities; Automatic Logistics Information System operations and maintenance; reliability, maintainability and health management implementation and support; supply chain management; and activities to provide and support pilot and maintainer initial training for the U.S Air Force, U.S. Marine Corps, U.S. Navy, and international partners. Work will be performed at Fort Worth, Texas (35 percent); El Segundo, California (25 percent); Warton, United Kingdom (20 percent); Orlando, Florida (10 percent); Nashua, New Hampshire (5 percent); and Baltimore, Maryland (5 percent), and is expected to be completed by Nov. 30, 2015. Fiscal 2014 and 2015 aircraft procurement (Air Force, Navy and Marine Corps) funds, and international partner funds in the amount of $360,313,730, are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured according to FAR 6.302-1. The Naval Air System Command, Patuxent River, Maryland is the contract activity (N00019-15-C-0031).
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $220,748,611 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0070). This modification provides for the System Development and Demonstration Phase I Increment 2, to continue support of F-35A Conventional Take Off and Landing (CTOL) air system for the government of Israel under the foreign military sales program. This modification includes the development and demonstration of the hardware and software for the Israel F-35A CTOL air system. Work will be performed at Fort Worth, Texas, and is expected to be completed in March 2019. Foreign military sales funds in the amount of $77,777,441 are being 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., Government Systems, Cedar Rapids, Iowa, is being awarded a $101,069,955 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of AN/ARC-210 electronic protection radio equipment in support of domestic and foreign military sales (FMS) aircraft. This contract consists of a maximum of 1,160 radios inclusive of potential FMS sales: 920 associated ancillary equipment; five training sessions; 15 FMS Have Quick software media downloads; 140 associated FMS license and royalty fees; 500 FMS standard commercial warranties; 250 receiver-transmitter conversions; 10 failure analyses; and one lot for data. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in September 2015. Contract funds will not be obligated at the time of award. This contract was not was not competitively procured pursuant to FAR 6.302-1 The Naval Air Systems Command, Patuxent River, Maryland is the contracting activity (N00019-15-D-5501).
Raytheon Co., Integrated Defense Systems, Tewksbury, Massachusetts, is being awarded a $7,848,850 modification to a previously awarded contract (N00024-10-C-5126) to exercise options for integration, production and life cycle support planning and management services in support of the DDG 1000 program. Work will be performed in Portsmouth, Rhode Island (80 percent), and in Bath, Maine (20 percent), and is expected to be completed by December 2015. Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $1,666,921 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
U.S. TRANSPORTATION COMMAND
Twenty-four transportation carriers have each been awarded indefinite-delivery/indefinite-quantity, fixed-price with economic price adjustment contracts for transportation protective services. The transportation carriers are: TNI (USA), Inc., doing business as AATCO, Duenweg, Missouri (HTC711-15-D-R002); Ace Doran Hauling Rigging Co, Inc., Cincinnati, Ohio (HTC711-15-D-R003); AAT Carriers, Inc.,* Chattanooga, Tennessee (HTC711-15-D-R004); Baggett Transportation Co.,* Birmingham, Alabama (HTC711-15-D-R005); Bennett Motor Express, Inc., McDonough, Georgia (HTC711-15-D-R006); T. F. Boyle Transportation, Inc.,* Billerica, Massachusetts (HTC711-15-D-R007); Chalich Trucking, Inc.,* Ramsey, Minnesota (HTC711-15-D-R008); Cole Motorsports, Inc.,* Douglasville, Georgia (HTC711-15-D-R009); FedEx Custom Critical, Uniontown, Ohio (HTC711-15-D-R010); Green Valley Transportation Co.,* Tracy California (HTC711-15-D-R011); Landstar Inway, Inc., Jacksonville, Florida (HTC711-15-D-R012); Landstar Express America, Inc., Jacksonville, Florida (HTC711-15-D-R013); Landstar Ranger, Inc., Jacksonville, Florida (HTC711-15-D-R014); McCollisters Transportation Systems Inc., Burlington, New Jersey (HTC711-15-D-R015); Mercer Transportation Co., Louisville, Kentucky (HTC711-15-D-R016); Martin Logistics,* Canton, Ohio (HTC711-15-D-R017); NEI Transport LLC., Duenweg, Missouri (HTC711-15-D-R018); Northern Neck Transfer, Inc.,* King George, Virginia (HTC711-15-D-R019); Prestera Trucking Co.,* South Point, Ohio (HTC711-15-D-R020); PTS Worldwide Inc.,* Somonauk, Illinois (HTC711-15-D-R021); Panther II Transportation, Inc., Seville, Ohio (HTC711-15-D-R022); R and R Trucking, Inc., Duenweg, Missouri (HTC711-15-D-R023); Secured Land Transport, Glendale, Arizona (HTC711-15-D-R024); and Bedrock, doing business as Tri-State Motor Transit, Joplin, Missouri (HTC711-15-D-R025). The total cumulative face value of the program is $205,971,494. Work will be performed throughout the continental United States, Alaska and Canada, with an expected completion date of Oct. 27, 2015. Type of appropriation is fiscal 2015 transportation working capital funds to be obligated by individual military services, Defense Logistics Agency, and government agency transportation officers/ordering officers. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.
AIR FORCE
Raytheon Technical Services Co., LLC, Indianapolis, Indiana, has been awarded a $35,000,000 indefinite-delivery/indefinite-quantity contract for Joint Miniature Munitions Bomb Rack Unit (JMM BRU) aircraft integration and lifecycle technical support. Contractor will provide aircraft integration and life cycle technical support throughout the technology development and engineering, manufacturing and development (EMD); and EMD F-15 flight test and production phases. Work will be performed at Indianapolis, Indiana, and is expected to be completed by Aug. 31, 2021. This award is the result of a sole-source acquisition. Fiscal 2014 Navy research, development, test and evaluation funds in the amount of $634,398 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8672-15-D-0054).
Credence Management Solutions, LLC, Herndon, Virginia, has been awarded a $29,852,448 cost-reimbursable contract for advisory and assistance services (A&AS) for the Battle Management Directorate – Distributed Common Ground System. Contractor will provide A&AS support for all the weapon systems, platforms, cells, and capabilities managed by the C21SR Division in support of Air Force Life Cycle Management Center Battle Management. Work will be performed predominantly at Robins Air Force Base, Georgia, and will have some additional performance at Hanscom Air Force Base, Massachusetts, and Langley Air Force Base, Virginia, and is expected to be completed by Dec. 5, 2019. This award is the result of a competitive acquisition solicited as a Fair Opportunities Notice to Pool 3 awardees of the General Services Administration One Acquisition Solution for Integrated Services Small Business indefinite-delivery/indefinite-quantity contract, with 14 offers received. Fiscal year 2015 operations and maintenance funds in the amount of $50,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8622-15-F-8100).
Boeing Co., Defense Space and Security division, Kent, Washington, has been awarded a not to exceed $25,640,000 firm-fixed-price, fixed-price-incentive-fee, cost-plus-fixed-fee for the Japan Airborne Warning and Control System (AWACS) mission control unit design and production program to upgrade four E-767 aircraft and three ground support facilities. Contractor will provide procurement of mission computing, electronic support easures, traffic alert and collision avoidance system, interrogator friend or foe transponder, next generation IFF, automatic identification system, and data link upgrades. Work will be performed at Kent, Washington, and is expected to be completed by Feb. 28, 2015. The contract is 100percent foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-15-C-0003).
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $486,506,664 modification to exercise an option year (P00566) to previously awarded contract FA8611-08-C-2897 for F-22 sustainment activities. Work will be performed at Fort Worth, Texas, and is expected to be completed by Dec. 31, 2015. Fiscal 2014 research, development, test and evaluation funds in the amount of $1,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8611-08-C-2897).
Exbon Development, Inc., Garden Grove, California, has been awarded a $45,000,000 indefinite-delivery/indefinite-quantity, Simplified Acquisition of Base Engineering Requirements contract for Edwards Air Force Base, California. Contractor will provide maintenance, repair, renovation/alteration, and minor construction of real property. It also contains a scope of a broad range of construction disciplines, including but not limited to: roofing, paving, utilities, HVAC, design, carpentry, excavating, electrical, steam fitting, plumbing, sheet metal, painting, demolition, concrete masonry, and welding. Work will be performed at Edwards Air Force Base, California, and Palmdale, California, and is expected to be completed by Sept. 30, 2019. This award is the result of a competitive acquisition, with 18 offers received. No funds are being obligated at the time of award. Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA9301-15-D-0011).
Stellar Science Ltd. Co., Albuquerque, New Mexico, has been awarded a $7,429,454 cost-plus fixed-fee contract for research and development on the Directed Energy High Performance Computing Software Applications Institute. Contractor will develop a capability to perform end-to-end simulations of all directed energy weapon (DEW) systems by integrating laser source, target effects, ancillary system components, and propagation simulations along with directed energy (DE) platform system, engagement, and mission level models. In addition, the work to be performed will include basic research and development of underlying DE technologies and integration of simulations for improving DEW system component performance. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be completed by Jan. 24, 2018. This award is the result of a competitive acquisition, with two offers received. Fiscal 2014 research, development, test and evaluation funds in the amount of $1,958,828 are being obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-15-C-0028).
AAI Corp. Hunt Valley, Maryland, was awarded an $82,215,853 modification (P00020) to foreign military sales, cost-plus-incentive-fee contract W58RGZ-14-C-0001 to acquire Shadow Unmanned Aircraft systems performance-based logistics and sustainment/operations. Fiscal 2015 operations and maintenance (Army) and other procurement funds in the amount of $15,599,124 were obligated at the time of the award. After award of this modification, the total cumulative contract value will be $215,842,143. Estimated completion date is Oct. 31, 2015. Work will be performed at Hunt Valley, Maryland (50 percent); Afghanistan (30 percent); Australia (5 percent); and Iraq 15 percent). Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Science Applications International Corporation,* Fairfield, New Jersey, has been awarded a maximum $20,500,000 modification (P0001) for additional delivery orders to be made to the maintenance, repair, and operations prime vendor, bridge contract SPE8E3-14-D-0908. The revised total being awarded, based on this modification, is $30,500,000. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This is a sole-source acquisition. Location of performance is New Jersey, with a Dec. 17, 2014, 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, Pennsylvania.
NAVY
Raytheon Missile Systems, Tucson, Arizona, is being awarded a $19,024,373 cost-plus-fixed-fee, firm-fixed-price modification to a previously awarded contract (N00024-13-C-5402) to exercise options for fiscal 2015 Standard Missile (SM) depot and intermediate level maintenance; all-up-round recertifications and special maintenance tasks; and foreign military sales SM-2 repairs and maintenance. This contract combines purchases for the U.S. Navy (74 percent), and the governments of Australia (19 percent), and Taiwan (7 percent) under the foreign military sales program. Work will be performed in Tucson, Arizona (91 percent); Camden, Arkansas (8 percent); and Andover, Massachusetts (1 percent), and is expected to be completed by October 2015. Fiscal 2015 operations and maintenance (Navy) and foreign military sales funding in the amount of $6,691,800 will be obligated at the time of award. Contract funds in the amount of $4,956,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
Wiley Wilson Burns & McDonnell Joint Venture, Alexandria, Virginia, is being awarded a maximum amount $75,000,000 firm-fixed-price, indefinite-quantity, architect-engineering contract for engineering and design services for general and administrative facilities. No task orders are being issued at this time. Work will be performed at various administrative facilities within the Naval Facilities Engineering Command Washington area of responsibility, including but not limited to: Maryland (45 percent), Washington, District of Columbia (30 percent), and Virginia (20 percent). Work may also be performed in the remainder of the United States (5 percent). The term of the contract is not to exceed 60 months, with an expected completion date of October 2019. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $25,000 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 19 proposals received. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-15-D-0452).
Colonna’s Shipyard Inc.,* Norfolk, Virginia (N50054-15-D-1501); Davis Boat Works Inc.,* Newport News, Virginia (N50054-15-D-1502); East Coast Repair & Fabrication LLC*, Norfolk, Virginia (N50054-15-D-1503); Lyon Shipyard Inc.,* Norfolk, Virginia (N50054-15-D-1504); and Tecnico Corp.,* Chesapeake, Virginia (N50054-15-D-1505), are being awarded a $24,000,000 fixed-price, indefinite-delivery/indefinite-quantity multiple award contract to support U.S. Navy living barges and their auxiliary systems, including potential periodic docking. Contractors will furnish the necessary non-personal management, administrative and production services, materials, tools, equipment, facilities, and required support to accomplish a full range of depot level troubleshooting, repair, renewal, refurbishment, modernization, and maintenance. Work will be performed in the Norfolk, Virginia, area and is expected to be completed by November 2015. Each contractor will receive $72,000 at time of award. Fiscal 2015 operations and maintenance (Navy) funds are being obligated, of which $360,000 will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with six offers received. The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.
Information Sciences Consulting, Inc.,* Manassas, Virginia, is being awarded a $10,430,366 indefinite-delivery/indefinite-quantity, firm-fixed-price task order contract for motorcycle traffic safety training courses throughout the continental United States and Hawaii. The contract is for one base year and four one-year options, which if exercised, would bring the contract value to $36,303,703. Work will be performed in the Naval District, Washington, District of Columbia (5 percent); Mid-Atlantic (21 percent); Southeast (28 percent); Southwest (31 percent); Northwest (9 percent); Midwest (2 percent); and Hawaii (4 percent), and is expected to be completed by Oct. 26, 2015. If all options are exercised, work will continue until Oct. 26, 2019. No funds will be obligated at the time of award; funds will be released as individual task orders are issued. This contract was set aside as 100 percent small business competitive procurement via the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with five offers received in response to this solicitation. NAVSUP Fleet Logistics Center, San Diego, California, is the contracting activity (N00244-15-C-0001).
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a not-to-exceed $33,402,219 undefinitized contract action (P00559) to previously awarded contract FA8611-08-C-2897 for AIM-9X Configurable Rail Launcher (CRL) modification to the F-22. Contractor will provide upgrade to 220 AIM-9 CRLs with AIM-9X capability. Work will be performed at Fort Worth, Texas, and is expected to be completed by Feb. 28, 2017. Fiscal 2014 aircraft procurement funds in the amount of $5,783,310 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Associated Petroleum Products, Inc.,* Tacoma, Washington, has been awarded a minimum $7,347,232 modification (P00014) to contract SP0600-13-D-4506. The modification is for additional diesel fuel line items. The revised total being awarded, based on this modification, is $38,174,038. This is a fixed-price with economic-price-adjustment contract. This is a competitive acquisition, and 33 offers were received. Location of performance is Washington, with a performance completion date of July 30, 2016. Using military service is Navy. Type of appropriation is fiscal 2016 Navy working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.
Northrop Grumman Corp. Electronic Systems, Linthicum Heights, Maryland, is being awarded a $207,291,682 modification to a previously awarded contract (M67854-07-C-2072) for procurement of four Ground/Air Task-Oriented Radar (G/ATOR) low-rate initial production systems, including operating spares, contractor engineering services and support, developmental and operational test support, and transition to production. G/ATOR is an expeditionary, three-dimensional, short-to-medium-range multi-role radar system designed to detect low-observable, low-radar cross section targets such as rockets, artillery, mortars, cruise missiles, and unmanned aircraft systems. G/ATOR is being developed and fielded in three blocks and will be employed by the Marine Air Ground Task Force across the range of military operations. Work will be performed in Linthicum Heights, Maryland (55 percent); East Syracuse, New York (24 percent); Stafford Springs, Connecticut (5 percent); San Diego, California (5 percent); Big Lake, Minnesota (3 percent); Londonderry, New Hampshire (2 percent); High Point, North Carolina (2 percent); Wallingford Center, Connecticut (2 percent); Camarillo, California (1 percent); and Woodbridge, Illinois (1 percent), and is expected to be completed by October 2017. Fiscal 2013 procurement (Marine Corps) funds in the amount of $81,934,362; fiscal 2014 procurement (Marine Corps) funds in the amount of $80,869,885; and fiscal 2014 research, development, test and evaluation funds in the amount of $12,735,865, will be obligated at the time of award. Contract funds in the amount of $94,670,227 will expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.
General Dynamics Bath Iron Works, Bath, Maine, is being awarded a $32,512,320 modification to previously awarded fixed-price-incentive contract N00024-11-C-2306 to exercise options for DDG 1000 class services. This work will provide technical and industrial engineering in the interpretation and application of the detail design to support construction and the maintenance of the ship design. Work will be performed in Bath, Maine, and is expected to be completed by September 2015. Fiscal 2015 shipbuilding and conversion (Navy) contract funds in the amount of $32,512,320 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.
Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is being awarded a $7,926,639 modification to definitize a previously awarded advance acquisition undefinitized contract action (N00019-10-G-0004). This modification is for task order 0506 to procure non-recurring engineering in support of the MV-22 Integrated Aircraft Survivability Equipment Suite upgrade, including integration of the AN/AAQ-24(V)25 software with an electronic warfare controller and the MV-22 mission computer. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed in April 2016. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $7,926,639 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.
ARMY
Waller, Todd and Sadler, Architects, Inc.,* Virginia Beach, Virginia, was awarded a $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for multidiscipline design and/or professional services, as required, for planning, design and construction for the Department of Defense Education Activity program. Funding and work location will be determined with each order, with an estimated completion date of Oct. 22, 2018. Bids were solicited via the Internet, with 33 offers received. U.S. Army Corps of Engineers, Norfolk District, Norfolk, Virginia, is the contracting activity (W91236-15-D-0014).
Heeter Construction,* Spencer, West Virginia, was awarded a $9,236,746 modification (P00005) to firm-fixed-price contract W91237-12-C-0006 to install 36 anchors at the Bluestone Dam, Hinton, West Virginia. Fiscal 2015 other procurement funds in the amount of $9,236,746 were obligated at the time of the award. After award of this modification, the total cumulative contract value will be $94,738,808. Estimated completion date is Oct. 16, 2019. U.S. Army Corps of Engineers, Huntington District, Huntington, West Virginia, is the contracting activity.
Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is being awarded a $612,758,634 cost-plus-fixed-fee contract for naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (84 percent), and Schenectady, New York (16 percent). Fiscal 2015 shipbuilding and conversion (Navy) contract funds in the amount of $612,758,634 will be obligated at time of award and will not expire at the end of the current fiscal year. No completion date or additional information is provided on Naval Nuclear Propulsion program contracts. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-2100).
Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is being awarded a $206,657,145 cost-plus-fixed-fee modification to a previously awarded contract (N00024-12-C-2106) for naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (99 percent), and Schenectady, New York (1 percent). Fiscal 2015 other procurement (Navy) contract funds in the amount of $194,553,563 will be obligated at time of award and will not expire at the end of the current fiscal year. No completion date or additional information is provided on Naval Nuclear Propulsion program contracts. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $110,515,999 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-14-G-0020) for the procurement and installation of 281 retrofit modification kits to incorporate into designated aircraft and supporting subsystems that are critical to meeting F-35 requirements. Work will be performed in Fort Worth, Texas (45 percent); Ogden, Utah (20 percent); Cherry Point, North Carolina (20 percent); Yuma, Arizona (5 percent); Eglin Air Force Base, Florida (5 percent); and Edwards Air Force Base, California (5 percent), and is expected to be completed in March 2018. Fiscal 2013, 2014, and 2015 aircraft procurement (Navy, Marine Corps, and Air Force) funds, fiscal 2015 research, development, test and evaluation funds (Navy, Marine Corps, and Air Force), and Joint Strike Fighter partner funds in the amount of $55,976,500 are being obligated on this award, $759,000 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Whitesell-Green, Inc.,* Pensacola, Florida, is being awarded a $9,947,000 firm-fixed-price contract for repairs to Bachelor Quarters 3709 and 3710 at Corry Station, Naval Air Station Pensacola. The work to be performed provides for interior demolition, minor structural repairs, drywall replacement on walls and ceilings, interior electrical repairs, interior plumbing replacement, installation of fire suppression system and detection systems, window replacement, floor covering replacement, interior and exterior door replacement, roof replacement, heating, ventilation and air conditioning system replacement, miscellaneous interior repairs, and construction of exterior walkways with handrails. Work will be performed in Pensacola, Florida, and is expected to be completed by May 2016. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $9,947,000 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 seven proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-15-C-0601).
ARMY
Louis Berger Group, Inc., Morristown, New Jersey, was awarded a $95,000,000 firm-fixed-price contract to enable the U.S. Army Corps of Engineers to assess power requirements, install diesel- powered emergency generators, and fuel, operate and maintain generators at critical facilities when requested by a state or territory within 24-hours of receiving a mission assignment for emergency support. Funding and work location will be determined with each order, with an estimated completion date of Oct. 21, 2019. Bids were solicited via the Internet, with two received. U.S. Army Corps of Engineers, Pittsburgh District, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-14-D-0004).
Airbus Defense and Space, Inc., Herndon, Virginia, was awarded an $82,917,199 modification (P00852) to contract W58RGZ-06-C-0194 to acquire 17 72A Lakota helicopters with airborne radio communications 231 radios. Fiscal 2014 other procurement (Army) funds in the amount of $82,917,199 were obligated at the time of the award. After award of this modification, the total cumulative contract value will be $2,660,632,872. Estimated completion date is Jan. 31, 2016. Work will be performed at Columbia, Mississippi. Ten bids were solicited, with five offers received. Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama, is the contracting activity.
Dutra Group, San Rafael, California, was awarded a $47,906,369 firm-fixed-price contract to stabilize Fire Island by placing 2,500,000 cubic yards of sand for initial construction of the Smith Point County Park reach of the Fire Island Inlet to Montauk Point project area. This project will include planting dune grass and creating two bird habitat areas landward of the beach placement area. Contractor will dredge sand from an offshore borrow area, located 1.5 miles from the beach at Quantuck Bay, which is between 8-14 miles from the project area. Work will be performed on Fire Island, New York, with an estimated completion date of April 20, 2015. Bids were solicited via the Internet, with two offers received. Fiscal 2015 other procurement funds in the amount of $47,906,369 are being obligated at the time of the award. U.S. Army Corps of Engineers, New York District, New York, New York, is the contracting activity (W912DS-15-C-0001).
WASHINGTON HEADQUARTERS SERVICES
Booz Allen Hamilton, McLean, Virginia, is being awarded a $6,643,293 task order (P00003) to a previously awarded firm-fixed-price contract (HQ0034-14-A-0023) to provide technical support services for the Department of Defense’s Chief Information Officer Cybersecurity and Information Assurance Support program. Work will be performed in Alexandria, Virginia, with an expected completion date of Oct. 16, 2015. Fiscal 2015 operations and maintenance funds in the amount of $6,643,293 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured, with two proposals received. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Thales Components Corp.,* Totowa, New Jersey, has been awarded a maximum $12,898,008 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for electron tubes (NSN 7GH 5895-01-291-3075), minimum quantity 18 each – maximum quantity 120 each. This contract was a sole-source acquisition. This is a three-year base contract with two one-year option periods. Locations of performance are New Jersey and France with an Oct. 2018 performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2015 through fiscal year 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-15-D-W001).
PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS
Beenetwork Media Group (BMG) has issued the following 2015 Open Call for Speakers. Topics to be discussed should be in the area(s) of:
Entrepreneurship
Finance
Civic Responsibility
Community Empowerment
Family
Education
Youth Empowerment
Interested parties should be able to present a twenty-five minute presentation on one of the above topics. Speakers are required to be at least 18 years or older. Brief biographies, pictures and 2015 availability should be sent to: beetv10@yahoo.com. Sample DVD or CD should be mailed to: BMG, 2900 West Broadway #40, Louisville, KY 40211 no later than November 17th, 2014. All submitted material will be held in confidentiality and not returned.
Trackbacks/Pingbacks
[…] PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS […]