BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

AIR FORCE

The Boeing Co., Oklahoma City, Oklahoma, has been awarded an estimated $59,000,000 modification (P00034) to exercise an option to previously awarded contract FA8106-06-D-0001 for the E-4B platform consisting of sustainment, programmed depot maintenance, modification, and related support. Work will be performed at Oklahoma City, Oklahoma, and is expected to be completed by May 31,356px-Seal_of_the_US_Air_Force.svg 2015. This award is the result of a sole-source acquisition. Funds are being obligated via task order, FA8106-06-0001-0053, for $25,573,769. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

TechFlow, Inc., San Diego, California, has been awarded a $12,604,480 modification (P00021) to exercise an option to previously awarded contract FA4890-13-C-0005 to provide program support for Air Combat Command’s primary training ranges operations and maintenance services. Work will be performed at Dare County Range, North Carolina; Poinsett Range, South Carolina; Grand Bay Range, Georgia; Avon Park Range, Georgia; Snyder Range, Texas; Belle
Fourche Range South Dakota; Holloman Ranges, New Mexico; Mountain Home Ranges, Idaho; and Nevada Test and Training Range, Nevada, and is expected to be completed by Dec. 31, 2015.  Fiscal 2015 operations and maintenance funds in the amount of $1,094,681 are being obligated at the time of award. Acquisition Management and Integration Center, Newport News, Virginia, is the contracting activity.

Northrop Grumman Systems Corp., Northrop Grumman Electronics Systems, Linthicum Heights, Maryland, has been awarded a $7,774,039 modification (P00160) to previously awarded contract FA8803-05-C-0001 to extend the current period of performance for F20 sustainment activities. Work will be performed at Azusa, California, and Sunnyvale, California, and is expected to be completed by May 31, 2015. Fiscal 2014 missile procurement funds in the amount of $3,051,314 are being obligated at the time of award. Space and Missile Systems
Center, Los Angeles Air Force Base, California, is the contracting activity.

Bering Sea Environmental, LLC, Anchorage, Alaska, has been awarded a $7,149,346 modification (P00051) to exercise an option on previously awarded contract FA4890-11-C-0004 to provide program support for Air Combat Command’s Air Combat Training System Operations and Maintenance support services. Work will be performed at Eglin Air Force Base, Florida; Langley Air Force Base, Virginia; Seymour Johnson Air Force Base, North Carolina; Shaw Air Force Base, South Carolina; Barksdale Air Force Base, Louisiana; Tyndall Air Force Base, Florida; Mountain Home Air Force Base, Idaho; Royal Air Force Lakenheath, England; Spangdahlem Air Base, Germany; and Aviano Air Base, Italy, and is expected to be completed by Dec. 31, 2015. Fiscal 2015 operations and maintenance funds in the amount of $1,872,276 are being obligated at the time of award. This contract involves foreign military sales. Acquisition Management and Integration Center, Newport News, Virginia, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Graybar Electric Company, Inc., St. Louis, Missouri, has been awarded a maximum $30,000,000 firm-fixed-price, prime-vendor bridge contract for maintenance, repair, and operations for the South central zone one region.  This contract was a sole-source acquisition.  Location of performance is Missouri with an April 28, 2015, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-15-D-0005).

Science Application International Corporation, Fairfield, New Jersey, has been awarded a maximum $25,000,000 firm-fixed-price, prime-vendor bridge contract for maintenance, repair, and operations for the South central zone two region.  This contract was a sole-source acquisition.  Location of performance is New Jersey with an April 28, 2015, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-15-D-0006).

SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime-vendor bridge contract for maintenance, repair, and operations for the North central region.  This contract was a sole-source acquisition. Location of performance is Illinois with a Feb. 27, 2015, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-15-D-0004).

United Paradyne Corporation,* Santa Maria, California, has been awarded a maximum $13,981,670 firm-fixed-price contract for the acquisition of fuel services including operation and maintenance of government fixed fuel facilities, aviation aircraft alongside refueling services and ground fuel services.  This contract was a competitive acquisition and eight offers were received.  Locations of performance are California and Florida with a May 31, 2020, performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-D-5000).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $492,008,803 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0004) to provide non-air vehicle spares, support equipment, Autonomic Logistics Information System hardware and software upgrades, supply chain management, full mission simulators and non-recurring engineering services to support Low Rate Initial Production Lot VII F-35 Lightning II Joint Strike Fighter aircraft for the U.S. Air Force, Marine Corps, Navy and international partners. Work will be performed in Orlando, Florida (81 percent); El Segundo, California (9 percent); Fort Worth, Texas (5 percent); Owego, New York (4 percent); and Samlesbury, United Kingdom (1 percent), and is expected to be completed in December 2021. Fiscal 2013 aircraft procurement funds (Air Force, Marine Corps, and Navy) and international partner funds in the amount of $492,008,803 will be obligated at time of award, of which $395,691,143 will expire this600px-US-DeptOfNavy-Seal.svg fiscal year. This contract combines purchases for the U.S. Air Force ($180,174,049; 37 percent), the U.S. Navy ($113,797,383; 23 percent); U.S. Marine Corps ($101,719,711; 20.5 percent); and international partners ($96,317,660; 19.5 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $64,283,943 cost-plus-incentive-fee contract for the modification of 14 F-35A air vehicles for the U.S. Air Force (13) and the government of the Netherlands (1), and 13 F-35B air vehicles for the U.S. Marine Corps (11) and the government of the United Kingdom (2). This contract includes procurement for 528 modification kits, installation, and labor. Work will be performed in Fort Worth, Texas (40 percent); Cherry Point, North Carolina (12 percent); San Diego, California (10 percent); Cedar Rapids, Iowa (7 percent); Ogden, Utah (6 percent); Nashua, New Hampshire (4 percent); Eglin, Florida (3 percent); Greenville, South Carolina (3 percent); Samlesbury, United Kingdom (3 percent); Edwards, California (2 percent); Marabar, Florida (2 percent); Tucson, Arizona (2 percent); Redondo Beach, California (2 percent); Orlando, Florida (2 percent); Baltimore, Maryland (1 percent); and Owego, New York (1 percent), and is expected to be completed in September 2017. Fiscal 2013 aircraft procurement (Marine Corps and Air Force); 2015 research, development, test and evaluation (Marine Corps and Air Force), and international partner funds in the amount of $64,283,943 are being obligated on this award, $40,817,604 of which will expire at the end of the current fiscal year. This modification combines purchases for the U.S. Marine Corps ($30,784,983; 48 percent); U.S. Air Force ($25,077,651; 39 percent), and international partners ($8,421,309; 13 percent). This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting authority (N00019-15-C-0016).

DRS C3 & Aviation Co., Gaithersburg, Maryland, is being awarded a $52,019,071 modification to a previously awarded firm-fixed-priced contract (N00019-11-C-0011) to exercise an option for logistics services in support of the E-6B Mercury program, including the procurement and storage, and warehouse and inventory management. Work will be performed at Tinker Air Force Base, Oklahoma (70 percent); Offutt Air Force Base, Nebraska (10 percent); Travis Air Force Base, California (10 percent); and Patuxent River, Maryland (10 percent), and is expected to be completed in November 2015. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $17,431,585 will be obligated at time of 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.

ARMTEC Defense Products, Co., Coachella, California, is being awarded a $48,540,000 three- year base, indefinite-delivery/indefinite-quantity contract to manufacture 85,208 MJU-64/B decoy devices, providing aircraft survivability and protection against infra-red threats. Work will be performed in Coachella, California, and all work is expected to be completed by November 2017. Fiscal 2015 procurement of ammunition (Navy and Marine Corps) funds in the amount of $7,308,516; foreign military sales funds in the amount of $272,340; and operations and maintenance funds in the amount of $154,326, for a total of $7,735,182, will be obligated on the first delivery order running concurrent with contract award. These funds will not expire before the end of the current fiscal year. The requirement was issued on a fully competitive, unrestricted basis, and two offers were received in response to this solicitation. NAVSUP Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-15-D-K026).

Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded a $47,401,884 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0004) to exercise an option for the manufacture and installation of two Block I modification aircraft kits, for the E-6B aircraft including Internet Protocol Bandwidth Expansion Phase III and very low frequency transmit terminals. In addition, this modification provides for field support, an update to differences training, technology refresh and software licenses and agreements. Work will be performed in Richardson, Texas (62 percent), and Oklahoma City, Oklahoma (38 percent), and is expected to be completed in May 2016. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $47,401,884 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.

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded a $46,945,004 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-07-D-0004) to exercise an option for special progressive aircraft rework for two VH-3D and one VH-60N presidential helicopters, including training, security, and project engineering, integrated logistics and program support. Work will be performed in Stratford, Connecticut (88 percent), and Quantico, Virginia (12 percent), and is expected to be completed in November 2015. No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded an $11,473,337 firm-fixed-price modification to a previously awarded cost-plus-incentive-fee contract (N00019-13-C-0016) for annualized sustainment, procuring operations and maintenance services for Low Rate Initial Production VIII F-135 propulsion systems. This effort will include supply chain management, inventory optimization, flight service representatives at operational sites, oversight and planning of training activities, and aircraft retrofit activities. Work will be performed at the Oklahoma City Air Logistics Complex, Tinker Air Force Base, Oklahoma (6 percent), and various locations within the continental United States (94 percent), and is expected to be completed in December 2015. This contract combines purchases for the U.S. Air Force ($6,055,099; 52 percent), the U.S. Navy ($5,259,301; 46 percent), and international partners ($158,937; 2 percent). Fiscal 2015 operations and maintenance (Air Force and Navy) funds in the amount of $8,000,000 will be obligated at time of 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.

Maersk Line, Limited, Norfolk, Virginia, is being issued a $9,419,949 modification under a previously awarded firm-fixed-price contract (N00033-13-C-2505) to exercise a 122-day option for the operation and maintenance of five T-AGOS vessels and one T-AGM ship. Work will be performed worldwide and is expected to be completed by March 2015. Working capital funds in the amount of $9,419,949 are being obligated for fiscal year 2015 and will not expire at the end of that fiscal year. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-13-C-2505).

Sierra Nevada Corp., Sparks, Nevada, is being awarded an $8,158,062 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of up to 16 Block III receiver upgrade kits for the AN/SPN-46 automatic carrier landing system. The Block III receivers are critical components utilized for the operation of a shipboard-based precision approach and landing system. Work will be performed in Sparks, Nevada, and is expected to be completed in November 2018. Fiscal 2014 other procurement (Navy) funds in the amount of $1,173,416 will be obligated at time of award, none of which 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 Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-15-D-0013).

Department of the ArmyARMY

Howard W. Pence, Inc.,* Elizabethtown, Kentucky (W912QR-15-D-0001); Butt Construction Company, Inc.,* Dayton, Ohio (W912QR-15-D-0002); Custom Mechanical Systems, Corp.,* Bargersville, Indiana (W912QR-15-D-0003); A&D GC Inc.,* Santee, California (W912QR-15-D-0004); and David Boland, Inc.,* Titusville, Florida (W912QR-15-D-0005), were awarded a $240,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price, task order contract for design/build, construction, and incidental service projects associated with the Great Lakes and Ohio River Division mission boundaries. Funding and work location will be determined with each order, with an estimated completion date of Nov. 25, 2019. Bids were solicited via the Internet, with 37 received. U.S. Army Corps of Engineers, Louisville District, Louisville, Kentucky, is the contracting activity.

Environet, Inc.,* Kamuela, Hawaii (W912QR-15-D-0006); T&T Construction Enterprises, LLC,* Leitchfield, Kentucky (W912QR-15-D-0007); Tunista Construction, LLC,*, Federal Way, Washington (W912QR-15-D-0008); and PentaCon, LLC,* Catoosa, Oklahoma (W912QR-15-D-0009), were awarded a $200,000,000 firm-fixed-price, multiple award task order contract for design/build construction HUBZone for the Army and Air Force Reserve in support of the U.S. Army Corps of Engineers Louisville District mission boundaries. Funding and work location will be determined with each order, with an estimated completion date of Dec. 31, 2019. Bids were solicited via the Internet, with 17 received. U.S. Army Corps of Engineers, Louisville District, Louisville, Kentucky, is the contracting activity.

DEFENSE INFORMATION SYSTEMS AGENCY

Unisys Corporation, Reston, Virginia, was awarded a $193,000,000 sole-source, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for continued Unisys720px-US-DefenseInformationSystemsAgency-Logo.svg Operating System 2200 Environment Capacity Service. The period of performance consists of a five-year period of performance. Work will be performed at various Defense Information Systems Agency and Department of Defense locations with an estimated completion date of Nov. 30, 2019. Fiscal 2015 operations and maintenance funds in the amount of $35,394,846 will be obligated on the first delivery order. The Defense Information Technology Contracting Organization, Scott AFB, Illinois, is the contracting activity (HC1028-15-D-0003).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Raytheon Co. Integrated Defense Systems, Tewksbury, Massachusetts, has been awarded a not to exceed $75,616,553 undefinitized contract action utilizing a firm-fixed-price, cost-plus-fixed-fee, cost type contract. Contractor will provide preliminary design of an Air and Missile Defense Operations System for the country of Qatar. Primary tasks include engineering efforts to finalize technical requirements documentation and completion of the preliminary design of an air and missile defense system for Qatar. Work will be performed at Tewksbury, Massachusetts, and is expected to be completed by Sept. 30, 2015. This contract is 100-percent foreign military sales. This award is the result of a sole-source acquisition. Battle Management, Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-15-C-0001).

Lockheed Martin Space Systems, Sunnyvale, California, has been awarded a $70,000,000 modification (P00656) to previously awarded contract F04701-02-C-0002 for advanced extremely high frequency system interim contractor sustainment extension. Contractor will add work for critical software development for mission planning development for initial operational capability in 2015. Work will be performed at Sunnyvale, California, and is expected to be completed by June 30, 2015. Fiscal 2015 research, development, test and evaluation funds in the amount of $27,881,396 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

ARMY

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $316,176,135 modification (P00030) to firm-fixed-price contract W58RGZ-10-D-0001 for continued support of technical, engineering and logistical services and supplies, and component and airframe parts, for the overhaul, repair and recapitalization of the H-60 weapons system. Fiscal 2015 other procurement funds in the amount of $105,994,755 were obligated at the time of the award. The cumulative total of the contract, with this modification, is $538,250,392. Estimated completion date is Nov. 30, 2017. Work will be performed at Corpus Christi Army Depot, Texas. Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama, is the contracting activity.

TRAX International, LLC, White Sands Missile Range, New Mexico, was awardedDepartment of the Army a $99,846,413 modification (P00185) to cost-plus-award-fee contract W9124Q-07-C-0504 for mission support services to support the testing mission. Fiscal 2015 research, development, test and evaluation funds in the amount of $3,000,000 were obligated at the time of the award. Estimated completion date is Nov. 11, 2016. Work will be performed at White Sands Missile Range, New Mexico. Army Contracting Command, White Sands Missile Range, White Sands Missile Range, New Mexico, is the contracting activity.

Raytheon Co., Tucson, Arizona, was awarded a $15,050,856 modification (P00062) to firm-fixed-price contract W15QKN-08-C-0530 to acquire 213 projectiles under option five Excalibur 155mm increment 1b production option and 24 containers for the U.S. Army. Fiscal 2015 other procurement funds in the amount of $15,050,856 were obligated at the time of the award. The cumulative total of the contract, if all options are exercised, will be $738,000,000. Estimated completion date is April 29, 2016. Work will be performed at various locations throughout the United States, including Arizona, California, Iowa, Ohio, Missouri and Massachusetts, as well as overseas in Sweden and the United Kingdom. Army Contracting Command, Picatinny Arsenal, Picatinny Arsenal, New Jersey, is the contracting activity.

Northrop Grumman, Herndon, Virginia, was awarded a $12,473,373 modification (P00057) to cost-plus-incentive-fee contract W31P4Q-12-C-0029. This sole-source, six-month extension is to provide continued support and bridging efforts while processing required approvals for the next larger follow-on ongoing contingency operations contract. Fiscal 2015 operations and maintenance (Army) funds in the amount of $12,473,373 were obligated at the time of the award. Estimated completion date is May 20, 2015. Work will be performed in Huntsville, Alabama (72 percent), and Afghanistan (28 percent). Army Contracting Command, Redstone Arsenal (Missile), Redstone Arsenal, Alabama, is the contracting activity.

CORRECTION: The contract announced yesterday to Great Lakes Dredge & Dock Co, LLC was not awarded.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Sysco Hampton Roads, Suffolk, Virginia, has been awarded an estimated maximum $238,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for prime vendor full-line food service distribution. This contract was a competitive acquisition, and three offers were received. This is a 22-month base contract with one one-year option and one two-year option periods. Location of performance is Virginia, with a Nov. 24, 2016, performance completion date. Using military services are Navy and Air Force. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-3119).

CPI Aero,* Edgewood, New York, has been awarded an estimated maximum $56,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for maintenance, repair, and overhaul of aircraft wings. This contract was a competitive acquisition, and three offers were received. This is a five-year base contract with one three-year option period. Location of performance is New York, with a November 2020 performance completion date. Using military services are Navy, Air Force, and foreign militaries. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-15-D-9405).

Sterlingwear of Boston, Inc.,** East Boston, Massachusetts, has been awarded a maximum $6,835,520 firm-fixed-price contract for Afghanistan uniformed police field jackets. This contract was a competitive acquisition, and three offers were received. This is a one-year base contract with four one-year option periods. Location of performance is Massachusetts, with a Nov. 24, 2015, performance completion date. Using services are Afghanistan National Police. Type of appropriation is fiscal 2015 defense working capital funds and foreign military sales. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-15-D-1008).

NAVY

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded a $105,492,976 cost-plus-incentive-fee modification to the previously awarded fixed-price-incentive-firm target contract N00019-13-C-0016. This modification exercises an option for sustainment efforts and operations and maintenance services in support of Low Rate Initial Production Lot VIII F135 propulsion systems, including hardware and training course materials and equipment. Work will be performed in Hartford, Connecticut (55 percent); Edwards Air Force Base, California (12 percent); Oklahoma City, Oklahoma (7 percent); Palmdale, California (5 percent); and various locations throughout the continental United States (21 percent); work is expected to be completed in December 2015. Fiscal 2015 aircraft600px-US-DeptOfNavy-Seal.svg procurement (Navy, Marine Corps and Air Force) and international partner funds in the amount of $101,786,708 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchase for the U.S. Marine Corps ($51,776,302; 49 percent); the U.S. Air Force ($35,093,376; 33 percent); the U.S. Navy ($10,542,815; 10 percent); and the international partners ($8,080,483; 8 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Kings Bay Support Services, LLC, Baton Rouge, Louisiana, is being awarded a $40,054,815 modification under a previously awarded firm-fixed-price, indefinite-delivery indefinite-quantity contract (N69450-11-D-7578) to exercise option three for base operations support services at Naval Submarine Base Kings Bay. The work to be performed provides for base operations support services including public safety, harbor security, security operations, supply, personnel support, facilities support, facility management/facility investment, other (swimming pools), pavement clearance, utilities, chiller, electrical, wastewater, steam, water, telecommunications, compressed air, base support vehicles and equipment, environmental, and vertical transportation equipment. The total contract amount after exercise of this option will be $147,634,837. Work will be performed in Kings Bay, Georgia (99 percent), and Shellman Bluff, Georgia (1 percent), and work is expected to be completed November 2015. Fiscal 2015 operations and maintenance (Navy); fiscal 2015 Navy working capital funds; fiscal 2015 defense health program funds; and fiscal 2015 family housing operation and maintenance (Navy) contract funds in the amount of $766,012, are being obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

Lockheed Martin Space Systems Co., Sunnyvale, California, was awarded a $35,884,476 cost-plus-fixed-fee contract to provide engineering efforts in support of the following: integrating the Trident II missile and reentry strategic weapon system subsystems into the common missile compartment for the Ohio replacement and United Kingdom successor programs; gas dynamic testing and high fidelity aft end fabrication for nozzle shield retention testing; program management of an integrated test facility that will be compatible with existing and new submarine fleets; and manufacture, test and delivery of missile service units. This contract contains two option years, which, if exercised, will bring the contract value to a maximum $99,238,025. Work will be performed in Cape Canaveral, Florida (39.86 percent); Sunnyvale, California (35.09 percent); Rialto, California (13.82 percent); Magna, Utah (4.05 percent); Cincinnati, Ohio (2.82 percent); Merritt Island, Florida (1.84 percent); and locations having less than one percent (2.52 percent). Work is expected to be completed Dec. 31, 2017. If options are exercised, work will continue through Sept. 30, 2020. Fiscal 2014 weapons procurement (Navy) funds in the amount of $35,884,476 are being obligated at the time of award. No contract funds will expire at the end of the fiscal year. This contract was a sole-source acquisition in accordance with 10 U.S.C. 2304(c)(1). The Navy’s Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-15-C-0005). (Awarded Nov. 24, 2014)

Booz Allen Hamilton, McLean, Virginia (N65236-15-D-4800); CENTRA Technology, Inc., Burlington, Massachusetts (N65236-15-D-4801); ManTech SRS Technologies, Inc., Arlington, Virginia (N65236-15-D-4802); and Schafer Corp., Chelmsford, Massachusetts (N65236-15-D-4803), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, with provisions for firm-fixed-price task orders, performance based contract. The contracts are for technical, programmatic, financial, and administrative support services for existing and future Defense Advanced Research Projects Agency Tactical Technology Office programs. The cumulative, estimated value (ceiling) of the base year is $32,315,000. The contracts include options which, if exercised, would bring the cumulative value (ceiling) of these contracts to an estimated $96,945,000. Work will be performed in Arlington, Virginia, and is expected to be completed by November 2015. If all options are exercised, work could continue until November 2017. Research, development, test and evaluation funds in the amount of $25,000 will be obligated at the time of award as the minimum guarantee and will be split among the four awardees. These funds will expire at the end of the current fiscal year. This contract action establishes a potential ceiling value, in which funds are obligated on individual task orders. The multiple award contracts were competitively procured by full and open competition via the SPAWAR e-Commerce Central website and the Federal Business Opportunities website, with four offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

Orion Construction Corp.*, Vista, California, is being awarded $20,747,000 for firm-fixed-price task order 0012 under a previously awarded multiple award construction contract (N62473-10-D-5419) for design and construction of the reclaimed water conveyance at Marine Corps Base, Camp Pendleton. The work to be performed provides for new higher capacity reclaimed water systems to support military quality of life services and to reduce dependency on potable water throughout Marine Corps Base, Camp Pendleton. The North Area Recycled Water Distribution system provides a recycled water distribution system and pumping stations from the Northern Regional Tertiary Treatment Plant to various facilities and selected irrigation sites. The project also provides a reservoir and truck fill stations in the 52 Area; irrigations systems will be provided as required. The South Area Recycled Water Distribution system provides a recycled water system including reservoirs, a pump station, injection wells at Ysidora Flats and a pipeline to the Red Beach injection well field. The injection well fields will act as a saltwater barrier to improve the aquifer. Work will be performed in Oceanside, California, and is expected to be completed by November 2016. Fiscal 2012 military construction (Navy) contract funds in the amount of $20,747,000 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Northrop Grumman Technical Services, Herndon, Virginia, is being awarded a $10,394,167 modification to a previously awarded cost-plus-fixed-fee contract (N00421-14-C-0009) to exercise an option for maintenance services for E-2C and C-2 aircraft in support of the VX-20 squadron. Work will be performed in Patuxent River, Maryland (95 percent), and St. Augustine, Florida (5 percent), and is expected to be completed in December 2015. Fiscal 2015 working capital funds (Navy) in the amount of $8,350,000 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Drew Marine USA, Inc., Whippany, New Jersey, is being awarded a $9,553,883 modification under a previously awarded indefinite-delivery/indefinite-quantity contract, with firm-fixed-price delivery orders (N00033-12-D-8000), to exercise a one-year option for the worldwide supply, delivery, and services for shipboard chemical treatment; foam testing, supply and disposal; industrial gases; and refrigerants for all U.S. naval ships of the Military Sealift Command (MSC) and any other vessel specifically identified bythe command. Work will be performed worldwide and work on this option is expected to be completed November 2015. Working capital contract funds in the amount of $9,553,883 are being obligated at the time of award, and funds will expire at the end of the current fiscal year. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity.

CORRECTION: Contract awarded Nov. 3, 2014, to DRS Power & Contract Technologies, Milwaukee, Wisconsin, for $17,924,189 (N4523A-15-D-0001) should have read that the contract was an indefinite-delivery/indefinite-quantity contract, not a modification to a previously awarded indefinite-delivery/indefinite-quantity contract.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Georgia Tech Applied Research Corp., Atlanta, Georgia, has been awarded a $44,500,000 cost- plus-fixed-fee, indefinite-delivery/ indefinite-quantity contract for research and development of the Electronic Warfare/Sensor Technology, Modeling, Simulation and Analysis Research (EWTA) program. Contractor will conduct collaborative research with the objective to increase Air Force capabilities to conduct countermeasures and information warfare against current, evolving, and new threats. The EWTA exploits technologies that can provide solutions to warfighter electronic warfare/sensor deficiencies. It also performs experiments and demonstrations to develop, evolve, evaluate, verify, and validate EW/sensor technologies and concepts. The EWTA continues a unified program of research, concept development, analyses, and experimentation to determine and validate the mission effectiveness of EW/sensor technologies and their overall systems. Work will be performed at Atlanta, Georgia, and Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Nov. 25, 2021. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-D-1715).

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $22,014,427 firm-fixed-price contract. Contractor will provide Romanian Air Force and the Royal Thai Air Force with digital data recorders, spares, depot lay in, ground handling equipment, digital cartridge interface units, bench stock, pylons, hand tools, portable maintenance aid, roll break release box, software development and integration support, contractor logistics support and sustainment services. In addition, the Romanian Air Force is to be provided a compact multi-band data link. Work will be performed at Orlando, Florida, and is expected to be completed by Feb. 29, 2016. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8540-15-C-0002).

Big-D Construction Corp., Salt Lake City, Utah, has been awarded a $17,148,379 firm-fixed-price contract for F-22 paint booths. Contractor will provide three new paint booth inserts to be designed, built, and installed in existing aircraft docks. Modifications to existing buildings 674 and 680 will be required for new paint booth inserts, and associated equipment and facilities. Additionally, contractor will convert existing paint booth boilers to direct fire furnaces. Work will be performed at Hill Air Force Base, Utah, and is expected to be completed by Sept. 30, 2016. This award is the result of a competitive acquisition with one offer received. Fiscal 2014 aircraft procurement funds in the amount of $17,148,379 are being obligated at the time of award. Air Force Systems Command, Hill Air Force Base, Utah, is the contracting activity (FA8224-15-C-0001).

Boeing Co., Defense, Space and Security Division, Kent, Washington, has been awarded a $12,255,878 cost-plus-fixed-fee for Airborne Warning and Control System (AWACS) modernization program planning/risk reduction effort. Contractor will upgrade five E-707 aircraft and associated ground support systems. Contract also includes studies and analysis of mission computing (Block 40/45), next generation interrogator friend or foe, mission communications and navigation, and ground systems. Work will be performed at Kent, Washington, and is expected to be completed by Nov. 30, 2016. This contract is 100 percent 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 (F19628-01-D-0016).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

The Microelectronics Advanced Research Corporation (MARCO), Durham, North Carolina, has been awarded a $15,549,979 modification (P00008) to other transaction agreement HR0011-13-3-0002, exercising the second option for year three of the Focus Center Research Program (FCRP) – Semiconductor Technology Advanced Research Network (STARnet). The goal of this program is to create/continue a nationwide network of multi-university research centers that will keep the U.S. Department of Defense and U.S. semiconductor and defense systems firms at the forefront of the global microelectronics revolution. These centers will focus on discovering solutions to the intractable problems that are forecast to lie in the future of integrated circuit progress and to lay the foundations for microsystems innovations. The FCRP – STARnet University Focus Centers operating are: Center for Spintronic Material, Interfaces and Novel Architectures (C-SPIN) – University of Minnesota; Function Accelerated nanoMaterial Engineering (FAME) – University of California, Los Angeles; Center for Low Energy Systems Technology (LEAST) – University of Notre Dame; Center for Future Architectures Research (C-FAR) – University of Michigan; Systems On Nanoscale Information fabriCs (SONIC) Center – University of Illinois; and TerraSwarm Research Center (TSRC) – University of California, Berkeley. The expected completion date is Jan. 22, 2016. Fiscal 2015 research, development, test and evaluation funds in the amount of $3,862,494 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

JOINT IMPROVISED EXPLOSIVE DEVICE DEFEAT ORGANIZATION

UDPATE: The contract awarded July 30, 2014 to CACI-Athena, Inc has an
updated obligation amount of $4,000,000.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

pitanim

, , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , ,

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: