CONTRIBUTING SOURCE: U.S. Department of Defense
NAVY
General Electric, Lynn, Massachusetts, is being awarded a $459,572,000 three-year performance based logistics requirements contract for the repair, replacement, consumables support, and program support for 757 F414 engine (F/A-18 E, F and EA-18G aircraft) components. Work will be performed in Lynn, Massachusetts (99 percent), and Jacksonville, Florida (1 percent), and work is expected to be completed by December 2017. No funds will be obligated at the time of award. Navy working capital funds will be obligated as delivery orders are issued, and these funds will not expire before the end of the current fiscal year. This contract was not competitively procured in accordance with FAR 15.002(a). NAVSUP Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-15-D-001M).
Raytheon Co., McKinney, Texas, is being awarded $27,594,138 for firm-fixed-price job order 0057 under a previously awarded contract (N00164-12-G-JQ66) for procurement of multi-spectral targeting systems and data for the MH-60 U.S. Navy. This acquisition is to satisfy a U.S. Navy MH-60 program for multi-spectral targeting system components that will be used by the U.S. Navy. The system is an airborne, electro-optic, forward-looking infra-red, turreted sensor package that provides long-range surveillance, high altitude target acquisition, tracking, range-finding, and laser designation, and for all tri-service and NATO laser guided munitions. Work will be performed in McKinney, Texas, and is expected to be completed by December 2016. Fiscal 2015 aircraft procurement (Navy) funding in the amount of $27,594,138 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Naval Surface Warfare Center, Crane, Indiana, is the contracting activity.
The Boeing Co., St. Louis, Missouri, is being awarded a $27,497,699 modification to a firm-fixed-price delivery order 0140 previously issued against Basic Ordering Agreement (N00019-11-G-0001) for an F/A-18 E/F and EA-18G automated maintenance environment (AME). AME is a suite of integrated software application designed to support the “O” Level maintenance activity by providing enhanced procedural and technical support and data collection for performance analysis and trending. Work will be performed in St. Louis, Missouri, and is expected to be completed in December 2015. Fiscal 2014 and 2015 aircraft procurement (Navy) and foreign military sales funds in the amount of $27,497,699 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.
The Haskell Co., Jacksonville, Florida, is being awarded $21,754,670 for firm-fixed-price task order 0002 under a previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N40080-10-D-0491) for the design and construction of a helicopter operations facility at Joint Base Andrews Naval Air Facility Washington. The work provides for a new two-story facility to accommodate consolidation of two squadrons into one facility. The facility will provide administrative offices for both organizations; an auditorium and multiple briefing/debriefing rooms; a mission control area; classified material storage, general storage space, maintenance storage, ready area, workspace, library, mission planning support room, flight simulator; database generation room; private office; workstations; rapid deployment stair; fitness center with separate men and women locker rooms. The facility will also house an aircraft simulator large enough to contain a UH-1N helicopter. Site improvements consist of demolition of existing utilities and outdoor pavilion, site preparation, utility relocation, pathfinder fence relocation, storm water management, utilities connections, parking lot, 18-wheel flatbed truck staging area, and supporting facilities. Work will be performed in Camp Springs, Maryland, and is expected to be completed by March 2017. Fiscal 2014 military construction (Air Force) contract funds in the amount of $21,754,670 are being 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, Washington, Washington, District of Columbia, is the contracting activity.
Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded $21,326,083 for cost-plus- fixed-fee order 0090 against a previously issued Basic Ordering Agreement (N00019-12-G-0006) in support of the V-22. This order provides for fleet software sustainment that includes engineering and technical support for the V-22 flight control system and on-aircraft avionics software; flight test planning and coordination of changed avionics and flight control configuration; upgrade planning of avionics and flight controls, including performance of qualification testing and integration testing on software products. Work will be performed at Ridley Park, Pennsylvania (90 percent), and Fort Worth, Texas (10 percent), and is expected to be completed in December 2015. Fiscal 2014 and 2015 aircraft procurement (Navy and Air Force) and fiscal 2015 operations and maintenance (Navy and Air Force) funds in the amount of $21,326,083 will be obligated at time of award, $5,260,383 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Lockheed Martin Corp., Manassas, Virginia, is being awarded a $19,710,309 cost-plus-incentive-fee contract to design, develop, demonstrate, document, and deliver a P-8A application based architecture system. Work will be performed in Manassas, Virginia (45 percent); San Diego, California (16 percent); Hollywood, Maryland (15 percent); Beavercreek, Ohio (10 percent); Valley Forge, Pennsylvania (8 percent); and Austin, Texas (6 percent), and is expected to be completed in March 2017. Fiscal 2014 research, development, test and evaluation (Navy) funds in the amount of $1,411,982 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals and five offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-0021).
Northrop Grumman Systems Corp., Bethpage, New York, is being awarded a $19,082,605 modification under a previously awarded contract (N00024-06-C-6311) to provide integration services for mission packages that will deploy from and integrate with the Littoral Combat Ship (LCS). The Navy’s plan is to use continuous evaluation of system maturity through a disciplined system engineering framework to improve mission capability in identified mission areas. LCSs mission packages will be optimized for flexibility in the littorals. Mission package capabilities are currently focused on primary mission areas of mine warfare emphasizing mine countermeasures, littoral anti-submarine warfare, and littoral surface warfare operations, including prosecution of small boats. Work will be performed in Bethpage, New York (47 percent); Washington, District of Columbia (13 percent); Oxnard, California (12 percent); Dahlgren, Virginia (9 percent); Panama City, Florida (8 percent); San Diego, California (7 percent); Middletown, Rhode Island (2 percent); Hollywood, Maryland (1 percent); and Andover, Massachusetts (1 percent), and is expected to be completed by June 2015. Fiscal 2014 and 2015 research and development; fiscal 2015 operations and maintenance (Navy); and fiscal 2014 and 2015 other procurement (Navy) contract funds in the amount of $2,400,000 will be obligated at time of award and funds in the amount of $7,119,720 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
Raytheon Co., McKinney, Texas, is being awarded $17,800,000 for firm-fixed-price job order 0056 under a previously awarded contract (N00164-12-G-JQ66) for procurement of multi-spectral targeting systems and data for the MH-60 U.S. Air Force. This acquisition is to satisfy a U.S. Air Force C-130 program for multi-spectral targeting system components that will be used by the U.S. Air Force. The system is an airborne, electro-optic, forward-looking infra-red, turreted sensor package that provides long-range surveillance, high altitude target acquisition, tracking, range-finding, and laser designation, and for all tri-service and NATO laser guided munitions. Work will be performed in McKinney, Texas, and is expected to be completed by December 2016. Fiscal 2015 aircraft procurement (Navy) funding in the amount of $17,800,000 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. Naval Surface Warfare Center, Crane, Indiana, is the contracting activity.
Raytheon Co., Dallas, Texas, is being awarded a $15,494,873 cost-plus-incentive-fee contract to design, develop, demonstrate, document, and deliver a P-8A application based architecture system. Work will be performed in Dallas, Texas (40.8 percent); Garland, Texas (24.5 percent); Middletown, Rhode Island (7.8 percent); Rockwall, Texas (7.8 percent); Aurora, Colorado (5.8 percent); Bloomington, Minnesota (4.3 percent); El Segundo, California (3 percent); Fort Wayne, Indiana (2 percent); Herndon, Virginia (2 percent); and San Diego, California (2 percent), and is expected to be completed in March 2017. Fiscal 2014 research, development, test and evaluation (Navy) funds in the amount of $1,411,982 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals and five offers were received. The Naval Air Systems Command, Patuxent River, Maryland is the contracting activity (N00019-15-C-0020).
Orbital Sciences Corp., Chandler, Arizona, is being awarded a $12,454,893 indefinite-delivery/ indefinite-quantity contract for six trajectory developments and build-ups, test, and launch of 40 GQM-163A aerial target systems for the U.S. Navy (32) and the government of Japan (8). Work will be performed in Point Mugu, California (70 percent); White Sands Missile Range, New Mexico (20 percent); and Pacific Missile Range Facility, Kauai, Hawaii (10 percent), and is expected to be completed in June 2018. This contract was not competitively procured pursuant to FAR.6.302-1. Fiscal 2015 research, development, test and evaluation funds (Navy) in the amount of $426,602 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy ($10,954,893; 88 percent) and the government of Japan ($1,500,000; 12 percent) under the foreign military sales program. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-15-D-0005).
SAP National Security Services, Rockville, Maryland, was awarded a $10,989,757 firm-fixed-price contract for maintenance of Military Sealift Command’s current Sybase software license portfolio, as well as an unlimited right to copy existing and new software licenses, and maintenance for these licenses, for the next five years. This contract includes a base period of one year and four one-year option periods which, if exercised, the cumulative contract value would be $21,237,480. Work will be performed Rockville, Maryland, and is expected to be completed December 2015. If all options are exercised, work will continue through December 2019. Fiscal 2015 working capital funds (Navy) contract funds in the amount of $10,989,756 are obligated at the time of award, and contract funds will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the GSA e-Buy website, with one offer received. Military Sealift Command, Washington, District of Columbia, is the contracting activity (DAAB15-99-A-1003 EL01). (Awarded Dec. 29, 2014)
Marine Hydraulics International, Inc., Norfolk, Virginia, is being awarded a $7,121,874 modification to a previously awarded contract (N00024-10-C-4405) for USS Truxtun (DDG-103) fiscal 2015 selected restricted availability. The scheduled availability includes the planning and execution of maintenance, repairs and modifications that will update and improve the ship’s military and technical capabilities. Work will be performed in Norfolk, Virginia, and is expected to be completed by June 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $7,121,874 will be obligated at the time of award, and will expire at the end of the current fiscal year. Mid Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.
GE Healthcare, Wauwatosa, Wisconsin, has been awarded a maximum $43,200,000 modification (P00106) exercising the sixth option year to a one-year base contract (SPM2D1-09-D-8300), for patient monitoring systems, subsystems, accessories, consumables, spare and repair parts, and training. This is a fixed-price with economic-price-adjustment contract. Location of performance is Wisconsin, with a Jan. 13, 2016, 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.
Raytheon Company, McKinney, Texas, has been awarded a maximum $8,500,000 firm-fixed-price contract for aircraft parts. This contract was a sole-source acquisition. This is a two-year base contract. Location of performance is Texas, with an August 2016 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2015 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-14-G-001X-1025).
AIR FORCE
Lockheed Martin Corp., Orlando, Florida, has been awarded a $26,423,812 modification (P00047) to FA8621-11-C-6288 to provide one C-130J Air Mobility Command (AMC) weapon systems trainer and one C-130J AMC loadmaster part task trainer at Yokota Air Base in Yokota, Japan. Work will be performed at Tampa, Florida, and Yokota Air Base, Japan, and is expected to be completed by Aug. 31, 2018. Fiscal 2014 aircraft procurement funds in the amount of $26,423,812 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
Lockheed Martin Corp., Fort Worth, Texas, has been awarded a $22,198,099 modification (P00568) to FA8611-08-C-2897 to procure over and above engineering services and radar cross section turntable support. Work will be performed at Palmdale Depot, California; Ogden Depot, Utah; and Lockheed Martin’s facility at Marietta, Georgia, and is expected to be completed by Dec. 31, 2015. Fiscal 2015 aircraft procurement funds in the amount of $5,075,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.
Cymstar Services, LLC, Broken Arrow, Oklahoma, has been awarded a $20,368,605 modification (P00002) to FA8621-14-C-6338 for operations and sustainment support for the C-130J maintenance and aircrew training system devices, as well as material and travel costs to support the effort. The work will be performed at Little Rock Air Force Base, Arkansas; Keesler Air Force Base, Mississippi; and Dyess Air Force Base, Texas, and is expected to be completed by Dec. 31, 2015. Fiscal 2015 operations and maintenance funds in the amount of $20,339,878 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
Raytheon Co., Missile Systems, Tucson, Arizona, has been awarded an $18,744,712 fixed-priced-incentive-fee contract for HARM targeting system (HTS) contractor logistic support. Contractor will provide depot repair services and sustaining engineering for HTS pods, as well as a variety of other HTS sustainment-related services and supplies. Work will be performed at Tucson, Arizona, and is expected to be completed by Nov. 30, 2015. This award is the result of a sole-source acquisition. Fiscal 2015 operations and maintenance funds in the amount of $13,236,118 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8675-15-C-0004).
Boeing Aerospace Operations Inc., Oklahoma City, Oklahoma, has been awarded an estimated $18,681,615 firm-fixed-price and time and materials modification (P00203) to contract FA8106-07-C-0001. Contractor will provide engineering services support including sustaining and non-recurring engineering services for Boeing commercial derivative military aircraft. Work will be performed at Oklahoma City, Oklahoma, and is expected to be completed by Dec. 31, 2015. This contract has a small portion of foreign military sales to the Netherlands. Fiscal 2015 operations and maintenance funds in the amount of $10,209,260 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.
Lockheed Martin Corp., Orlando, Florida, has been awarded a $16,637,643 modification (P00048) to FA8621-11-C-6288 for training system support center services. Contractor will provide software/hardware support, minor modification work, obsolescence monitoring and identification, and overall system operation reporting. Work will be performed at Little Rock Air Force Base, Arkansas, and Kirtland Air Force Base, New Mexico, and is expected to be completed by Dec. 31, 2015. Fiscal 2015 operations and maintenance funds in the amount of $15,775,145 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
Boeing Aerospace Operations, Oklahoma City, Oklahoma, has been awarded a $7,241,633 modification (0022) to contract FA8105-11-D-0002 for C/KC-135 engineering services. Contractor will provide engineering services for the sustainment of the C/KC-135 weapon system including its airframe and airframe components, mechanical and electrical systems, subsystems and their components. Work will be performed at Oklahoma City, Oklahoma; Houston, Texas; and Seattle, Washington, and is expected to be completed by Dec. 31, 2015. Fiscal 2015 aircraft procurement funds in the amount of $7,241,633 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.
Exelis, Inc., Colorado Springs, Colorado has been awarded a $6,693,231 modification (P00571) to F19628-02-C-0010 for the System Engineering and Sustainment Integrator (SENSOR) Perimeter Acquisition Radar Attack Characterization System (PARCS) system sustainment. The contract modification is for product line management; system engineering; system repairs (including emergency site visits for immediate repairs); acquisition, repair and qualification of spare parts; preventative maintenance inspections; radome maintenance; supply management; plans, roadmaps and sustainability assessments; project management reviews; vendor maintenance agreements and software licenses; logistic support review brochures; and other studies and analysis. Work will be performed at Colorado Springs, Colorado, and is expected to be completed by Dec 31, 2015. Fiscal year 2015 operations and maintenance funds in the amount of $6,693,231 are being obligated at time of award. Air Force Life Cycle Management Center, Peterson Air Force Base, Colorado, is the contracting activity.
Northeast Military Sales, Inc., Sterling, Massachusetts, is being awarded an estimated $7,034,370 indefinite-delivery requirements type contract to provide in-store specialty delicatessen and bakery resale operations at 10 commissary stores located in Georgia, Florida, and Puerto Rico. The contract is for a 24-month base period beginning Feb. 1, 2015, running through Jan. 31, 2017. Three one-year option periods are available. Contract funds will not expire at the end of the current fiscal year. Eleven firms were solicited and six offers were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, In-store Services Branch, Fort Lee, Virginia (HDEC02-15-D-0002)
NAVY
Raytheon Technical Services Co., LLC, Indianapolis, Indiana, is being awarded a $270,512,968 indefinite-delivery/indefinite-quantity contract for the procurement of V-22 software support activity (SSA) systems and software engineering, avionics integration and testing, software testing, avionics acquisition support, and SSA operations. The SSA operations will include classified and unclassified laboratories, configuration and data management, and release of avionics software products and related systems. Work will be performed in Indianapolis, Indiana, and is expected to be completed in December 2019. No funding will be obligated at time of award, funding will be obligated on individual delivery orders. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00421-15-D-0001).
Whitney, Bradley & Brown, Inc., Reston, Virginia (N00189-15-D-Z015); SAIC, McLean, Virginia (N00189-15-D-Z016); and Metron, Inc., Reston, Virginia (N00189-15-D-Z017), are being awarded an indefinite-delivery/indefinite-quantity, multiple award, cost-plus-fixed-fee contract for warfare and warfare support analyses and assessments, campaign analyses, mission-level analyses, modeling and simulation, and management and documentation support. The total estimated value of the program for the three contracts combined is $180,465,022. The multiple award provides for the continued completion among the contract holders as task order requirements are processed. Work is anticipated to be performed in Arlington, Virginia; Reston, Virginia; and McLean, Virginia. Due to the fact that the work under task order requirements will be competed among the three contractors, breakdown of the work by geographic location cannot be reasonably estimated. The work is expected to be completed by December 2019. Each contractor will be awarded $50,000 to fund the contracts’ minimum amounts. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $150,000 will be obligated at the time of award, and will expire at the end of the current fiscal year. The contract was a full and open competitive solicitation via the Federal Business Opportunities website, with three offers received. NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia, Pennsylvania, Is the contracting activity.
Bay City Marine, Inc.,* National City, California (N62387-15-D-7501); Delphinus Engineering, Inc.,* Eddystone, Pennsylvania (N62387-15-D-7502); Epsilon Systems Solutions, Inc.,* San Diego, California (N62387-15-D-7503); Integrated Marine Services, Inc.,* Chula Vista, California (N62387-15-D-7504); Marine Group Boat Works,* Chula Vista, California (N62387-15-D-7505); Marisco, Ltd.,* Kapolei, Hawaii (N62387-15-D-7506); Pacific Ship Repair & Fabrication Inc., San Diego, California (N62387-15-D-7507); Pacific Shipyards International,* Honolulu, Hawaii (N62387-15-D-7508); Propulsion Controls Engineering,* San Diego, California (N62387-15-D-7509); Platypus Marine, Inc.,* Port Angeles, Washington (N62387-15-D-7510); Q.E.D. Systems, Inc.,* Virginia Beach, Virginia (N62387-15-D-7511); Shaka Engineering, Inc.,* Honolulu, Hawaii (N62387-15-D-7512); and Southcoast Welding & Manufacturing,* Chula Vista, California (N62387-15-D-7013), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award delivery order contract for general ship repair that includes providing all labor, materials, and a marine repair facility for ship repair on Military Sealift Command vessels. Ship repair includes, but is not limited to: pipefitting, welding, aluminum welding, mechanical work, electrical work, boiler making and repairing, and diesel mechanical work. The aggregate not-to-exceed amount for these multiple award contracts combined is $61,000,000. These 13 companies will have the opportunity to bid on individual delivery orders as they are issued. Work will be performed in the San Diego, California (Lot A); Bremerton, Washington (Lot B); and Oahu, Hawaii (Lot C) areas, and is expected to be completed by January 2016. If all options are exercised, work will continue through Jan. 30, 2020. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $39,000 (the minimum guarantee of $3,000 per contract) are obligated under each contract’s initial delivery order. This contract was competitively procured as a 100 percent small business set-aside with proposals solicited via the Federal Business Opportunities website, with13 proposals received. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity.
BAE Systems Information and Electronics, Nashua, New Hampshire, is being awarded a $45,098,569 modification to a previously awarded firm-fixed-price contract (N00019-14-C-0044) for the procurement of 1,601 advanced precision kill weapon systems II WGU-59/B guidance sections, the Navy shipping and storage containers, and supporting programmatic documentation. Work will be performed in Nashua, New Hampshire (70 percent); and Austin, Texas (30 percent), and is expected to be completed in September 2016. Fiscal 2015 procurement ammunition (Navy and Marine Corps), and fiscal 2015 overseas contingency operations funds in the amount of $45,098,569 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.
Jacobs Technology, Inc., Fort Walton Beach, Florida, is being awarded a $42,383,852 cost-plus-fixed-fee contract for the development of a launch test set complex for prototype testing and qualification of a launcher subsystem for the U.S. Navy and the government of the United Kingdom. Work will be performed in China Lake, California, and is expected to be completed in December 2019. Navy working capital funds in the amount of $200,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy ($38,145,467; 90 percent), and the government of the United Kingdom ($4,238,385; 10 percent) under the foreign military sales program. This contract was not competitively procured pursuant to FAR.6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-15-C-0026).
Manson Construction Co., Seattle, Washington, is being awarded a maximum amount of $19,228,000 to increase the dollar value under a previously awarded firm-fixed-priced contract (N62473-11-C-2850) for the screening of dredge spoils for discarded munitions and radiological debris from Pier 12 demolition, replacement and dredging project at Naval Base San Diego. The work to be performed provides for screening of dredge materials generated from Pier 12 replacement project for discarded military munitions and radiological debris. Project requires dredging around Pier 12 to accommodate the Navy’s deeper draft vessels. Completion of this pier will meet the current as well as the future operational requirements of the U. S. Navy. After award of this modification, the total cumulative contract value will be $105,497,695. Work will be performed in San Diego, California, and is expected to be completed by May 2016. Fiscal 2011, 2012 and 2013 military construction (Navy) contract funds in the amount of $19,228,000 are being obligated on this award; $10,674,000 will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.
Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded a $15,077,365 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0023) for systems engineering and program management support for the production and delivery of AH-1Z and UH-1Y aircraft. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2015. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $15,077,365 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.
PentaCon, LLC,* Catoosa, Oklahoma, is being awarded $14,909,900 for firm-fixed-price task order 0003 under a previously awarded multiple award construction contract (N44255-14-D-9018) for the construction of a waterfront operations facility at Naval Base Kitsap Bangor. The work to be performed provides for construction of a new waterfront operations facility and the demolition of two buildings. The task order also contains one unexercised option, which if exercised, would increase cumulative task order value to $14,924,450. Work will be performed in Silverdale, Washington, and is expected to be completed by February 2016. Fiscal 2013 military construction (Navy) contract funds in the amount of $14,909,900 are being obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.
Sierra Nevada Corp., Sparks, Nevada, is being awarded $9,170,185 for cost-plus-fixed-fee order 0018 against a previously issued Basic Ordering Agreement (N00421-10-G-0001) for technical and engineering services in support of the precision approach and landing system program. This order includes procurement of two 2400 antenna control input/output circuit card assembly prototype replacement boards, two 2800 single board computer processor replacement boards, and two AN/SPN-46(V) transmitter modulator and power supply replacement prototypes for the precision approach and landing system. Work will be performed in Sparks, Nevada (80 percent), and St. Inigoes, Maryland (20 percent), and is expected to be completed in December 2016. Fiscal 2015 working capital funds (Navy) in the amount of $490,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Lockheed Martin Corp., Fort Worth, Texas, has been awarded a $67,840,245 modification (P00564) to previously awarded contract FA8611-08-C-2897 to procure depot throughput, touch labor, and installs services for F-22 aircraft inducting into the depots for maintenance and repair. Work will be performed at Palmdale Depot, California, and Ogden Depot, Utah, and is expected to be completed by Dec. 31, 2015. Fiscal 2015 aircraft procurement funds in the amount of $30,316,672 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.
Lockheed Martin Corp., Mission Systems and Training, Orlando, Florida, has been awarded a $20,556,142.28 modification (P00057) to the previously awarded contract FA8621-11-C-0001 for C1130 aircrew training system operations and maintenance. Contractor will produce and deliver services to include labor and materials to manage site operations, simulator maintenance, logistics support, configuration management, technical/engineering data/publications, and operational checks, among other requirements. Work will be performed at Little Rock Air Force Base, Arkansas; McChord Air Force Base, New Jersey; Dobbins Air Reserve Base, Georgia, and Minneapolis Air National Guard Base, Minnesota, which is expected to be completed by Dec. 31, 2015. Fiscal 2015 operations and maintenance funds in the amount $20,556,140 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio is the contracting activity.
Kratos Technology & Training Solutions, San Diego, California, has been awarded an $18,475,579.00 modification (P00038) to contract FA8808-13-C-0002 for a command and control system, production and sustainment contract. The contractor will upgrade and implement a data link interface between Schriever space operations centers and the Vandenberg back-up space operations center to ensure data synchronization with the capability to manage Wideband Global SATCOM telemetry processing and reporting for all on-orbit satellite data to include archiving and storage of collected information. In addition, the contractor will also execute software enhancements to improve overall system information assurance and cybersecurity protection protocols as well as establish a server virtualization environment streamlining and improving resource usage and information sharing. The work will be performed in Colorado Springs, Colorado, and is expected to be completed by July 31, 2018. Fiscal 2014 research, development, test and evaluation funds in the amount of $4,855,708 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.
Cubic Defense Applications, Inc, San Diego, California, has been awarded a $15,200,000 firm-fixed-price contract. Contractor will design, develop, integrate, and test hardware and weapons simulations source code software solely for the Royal Saudi Air Force P5 combat training system (P5 CTS). They will also provide contractor logistics support of on-site advice and informal training in operation and maintenance of Saudi P5 CTS equipment at King Abulaziz, King Faisal, King Khalid and King Fahad Air Bases in Saudi Arabia. Work will primarily be performed at San Diego, California, and Fort Walton Beach, Florida, and is expected to be completed by Oct. 17, 2017. This contract is 100-percent foreign military sales and is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8678-15-C-0067).
The Boeing Co., St. Louis, Missouri, has been awarded a $14,500,000 undefinitized modification (P00007) to previously undefinitized contract action (UCA) FA3002-13-D-0012 for courseware development, engineering, maintenance and aircrew academic and simulation training. Contractor will provide in-scope activities that have emerged since the last UCA modification, including services for aircrew courseware development as well as U.S. engineering training, U.S. and international maintenance training, and U.S. aircrew training. Work will be performed at St. Louis, Missouri, and King Khalid Air Base, Saudi Arabia, and is expected to be completed by Aug. 5, 2019. This contract involves foreign military sales. The 338th Specialized Contracting Squadron, Randolph Air Force Base, Texas, is the contracting activity.
Scitor Corp., El Segundo, California, has been awarded a $6,828,303 firm-fixed-price contract for advisory and assistance services. Contractor will provide acquisition and technical services to the remote sensing directorate in the areas of program management and execution, acquisition/program planning and other requirements. Work will be performed at El Segundo, California, and is expected to be completed by June 30, 2015. This award is the result of a sole-source acquisition. Fiscal 2015 missile procurement funds in the amount of $6,828,303 are being obligated at the time of award. The Air Force Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8810-15-F-0006).
ARMY
CACI-ISS, Inc., Chantilly, Virginia, was awarded a $32,176,357 incrementally funded, cost plus-incentive-fee contract, with options, to procure a system integrator to develop and implement Increment II of the Integrated Personnel and Pay System – Army. Work will be performed in Alexandria, Virginia, with an estimated completion date of Jan. 4, 2020. Bids were solicited via the Internet, with three received. Fiscal 2014 research, development, test and evaluation funds in the amount of $16,213,181 are being obligated at the time of the award. Army Contracting Command – Picatinny Arsenal, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-C-0003).
Northrop Grumman Enterprise Management Services, Herndon, Virginia, was awarded a $23,800,000 modification (P00009) to firm-fixed-price contract W9124E-14-C-0003 for a contract extension to continue essential logistics service at the Joint Readiness Training Center and Fort Polk, Louisiana. The logistics support required consists of transportation, maintenance, and supply necessary to the operation of the installation. Fiscal 2015 operations and maintenance (Army) funds in the amount of $3,882,482 were obligated at the time of the award. Estimated completion date is June 29, 2015. Work will be performed at Fort Polk, Louisiana. Army Contracting Command – Fort Polk, Fort Polk, Louisiana, is the contracting activity.
Raytheon, Co., Woburn, Massachusetts, was awarded a $13,000,000 modification (P00025) to cost-plus-fixed-fee contract W9113M-13-C-0009 to support the Product Management Electro-Optic/Infrared Payloads-Force Protection Office for surveillance system supply and support for the rapid aerostat initial deployment configurations. Fiscal 2015 operations and maintenance (Army) funds in the amount of $500,000 were obligated at the time of the award. Estimated completion date is Dec. 30, 2015. Work will be performed in Woburn, Massachusetts. Army Space and Missile Defense Command, Huntsville, Alabama, is the contracting activity.
M7 Aerospace, LLC, San Antonio, Texas, was awarded a $9,842,453 modification (P00124) to firm-fixed-price contract W58RGZ-09-C-0207 for continued logistics support for C-26 fixed wing aircraft. Fiscal 2015 operations and maintenance (Army) and other procurement (Army) funds in the amount of $2,952,736 were obligated at the time of the award. Estimated completion date is Dec. 31, 2015. Work will be performed in Madison, Wisconsin; Columbus Ohio; Otis Air National Guard Base, Massachusetts; Clarksburg, West Virginia; Fort Belvoir, Virginia; Raleigh-Durham, North Carolina; Columbus, South Carolina; Dobbins Air Force Base, Georgia; Little Rock, Arkansas; Buckley Air National Guard Base, Colorado; Wheeler Air Force Base, Hawaii; and San Antonio, Texas. Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama, is the contracting activity.
AM General, LLC, Mishawaka, Indiana, has been awarded a maximum $21,058,014 fixed-price with re-determination, indefinite-quantity, long-term contract for high mobility multi-purpose wheeled vehicle spare parts. This contract was a sole-source acquisition. This is a one-year base contract. Location of performance is Indiana, with a Dec. 31, 2015, performance completion date. Using military service is Army. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-15-D-0055).
MTU America Inc., Novi, Michigan, has been awarded a maximum $20,704,870 fixed-price with re-determination, indefinite-quantity, long-term contract for two-cycle engine spare parts. This contract was a sole-source acquisition. This is a three-year base contract. Location of performance is Michigan, with a Dec. 29, 2017, performance completion date. Using military service is Army. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-15-D-0065).
MISSILE DEFENSE AGENCY
American Technical Coatings, Inc.,* has been awarded a $12,500,000 sole-source, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for insensitive munitions transportation protection systems. This is a one-year base contract, with two one-year options. The contract’s minimum guarantee will be met under the contract’s initial delivery order. Work will be performed in Westlake, Ohio. Funding will be provided with the issuance of each delivery order. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ0276-15-D-0001).
Northrop Grumman Technical Services, Herndon, Virginia, has been awarded a $19,558,660 modification (004) to previously awarded contract FA8106-10-D-0001-0035 for contractor logistics services for aircraft and spares to support the KC-10 program. Work will be performed at worldwide locations to include McGuire Air Force Base, New Jersey; Travis Air Force Base, California; Hickam Air Force Base, Hawaii; Yokota Air Base, Japan; and Tinker Air Force Base, Oklahoma, and is expected to be complete by Sept. 30, 2015. Fiscal year 2015 operations and maintenance funds in the amount of $19,558,660 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.
Rockwell Collins, Inc., Cedar Rapids, Iowa, has been awarded a $7,946,398 firm fixed price and cost plus fixed fee contract for KC-135 Block 45.1 upgrade software. Work will be performed at Cedar Rapids, Iowa and Oklahoma City, Oklahoma, and is expected to be complete by Mar. 31, 2017. This award is the result of a sole-source acquisition. Fiscal year 2014 aircraft procurement funds in the amount of $7,946,398 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. (FA8105-15-C-0001)
DEFENSE LOGISTICS AGENCY
Reinhart Foodservice, Valdosta, Georgia, has been awarded a maximum $284,040,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support for Department of Defense and non-Department of Defense customers in Zone Two of the Atlanta, Georgia area. This contract was a competitive acquisition, and five offers were received. This is a two-year base contract with one two-year option period. Location of performance is Georgia with a Dec. 22, 2016 performance completion date. Using military services are Army, Navy, Air Force, and job corps/detention centers. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-3123).
US Foods, Inc. Atlanta, Fairburn, Georgia, has been awarded a maximum $11,250,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support for Department of Defense and non-Department of Defense customers in the Atlanta, Georgia region. This contract was a sole-source acquisition. This is a fifty-six-day bridge contract. Location of performance is Georgia with a Feb. 21, 2015 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-3133).
Sysco Foodservice – Alabama, Calera, Alabama, has been awarded a maximum $8,250,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support for Department of Defense and non-Department of Defense customers in Alabama and Florida areas. This contract was a sole-source acquisition. This is an eighty-four day bridge contract. Locations of performance are Alabama and Florida with a March 21, 2015 performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-15-D-3134).
BAE Systems Land & Armaments, LP, Sterling Heights, Michigan, was awarded a $382,654,403 incrementally funded, cost-plus-incentive-fee contract, with options, for the Armored Multi-Purpose Vehicle (AMPV) program comprised of five vehicle variants: general purpose, mission command, mortar carrier, medical evaluation, and medical treatment vehicles. Work will be performed in Aiken, South Carolina; Santa Clara, California; Sterling Heights, Michigan; and York, Pennsylvania, with an estimated completion date of May 20, 2019. Bids were solicited via the Internet, with one received. Fiscal 2014 and 2015 research, development, test and evaluation funds in the amount of $9,000,000 are being obligated at the time of the award. Army Contracting Command, Tank and Automotive (Warren), Warren, Michigan, is the contracting activity (W56HZV-15-C-A001).
AM General LLC, South Bend, Indiana, was awarded a $245,594,857 firm-fixed-price, foreign military sales (Mexico), sole source contract for 2,200 high mobility multipurpose wheeled vehicles and contractor unique spare parts. Work will be performed in Mishawaka, Indiana, with an estimated completion date of Dec. 15, 2017. Fiscal 2015 other procurement funds in the amount of $245,594,857 are being obligated at the time of the award. Army Contracting Command, Tank and Automotive (Warren), Warren, Michigan, is the contracting activity (W56HZV-15-C-0061).
Birmingham Industrial Construction and Robins & Morton Joint Venture,* Birmingham, Alabama (W91278-15-D-0001); D Square Construction, LLC,* Tucson, Arizona (W1278-15-D-0002); ELA Group Inc.,* Shreveport, Louisiana (W91278-15-D-0003); Herman Construction Group, Inc.,* San Diego, California (W91278-15-D-0004); Patriot Construction, LLC,* Dunkirk, Maryland (W91278-15-D-0006); Total Team Construction Services, Inc.,* Tampa, Florida (W91278-15-D-0007); and Terra Construction, Inc.,* Oklahoma City, Oklahoma (W91278-15-D-0008), were awarded a $49,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award task-order contract, with options, for healthcare facility repair and construction in support of the U.S. Medical Command’s Western region. Funding and work location will be determined with each order, with an estimated completion date of Dec. 22, 2019. Bids were solicited via the Internet, with 19 received. U.S. Army Corps of Engineers, Mobile District, Mobile, Alabama, is the contracting activity.
King Aerospace, Addison, Texas, was awarded a $40,259,260 firm-fixed price contract for continuation of contractor logistics support for the De Havilland Canada Dash 7 airborne reconnaissance low EO-5 aircraft. Work will be performed at Fort Bliss, Texas, with an estimated completion date of Dec. 31, 2015. Bids were solicited via the Internet, with one received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $12,500,000 are being obligated at the time of the award. Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-C-0026).
IAP Worldwide Services, Inc. Cape Canaveral, Florida, (Mod. P00016 to W912DY-10-D-0044); General Dynamics Information Technology, Inc., Fairfax, Virginia, (Mod. P00010 to W912DY-10-D-0045); BTF Solutions, Joint Venture, Dallas, Texas, (Mod. P00011 to W912DY-10-D-0046); and Military Healthcare Outfitting & Transition, Irvine, California, (Mod. P00012 to W912DY-10-D-0047), were awarded a $30,000,000 modification to a firm-fixed-price contract to provide total troop-ready project support for planning, outfitting, and transitioning the staff and patients associated with healthcare construction projects from 2010 to 2015. Funding and work location will be determined with each order, with an estimated completion date of Sept. 30, 2015. U.S. Army Corps of Engineers, Engineer Support Center, Huntsville, Alabama, is the contracting activity.
SENTEL, Alexandria, Virginia, was awarded a $17,232,741 modification (P00010) to cost-plus-fixed-fee contract W52P1J-12-C-0077 to exercise an option year for integrated logistics support services property accountability for the 401st Army Field Support Brigade, Afghanistan. Fiscal 2015 operations and maintenance (Army) funds in the amount of $2,900,000 were obligated at the time of the award. Estimated completion date is June 23, 2015. Work will be performed in Alexandria, Virginia. Army Contracting Command, Rock Island Arsenal, Rock Island, Illinois, is the contracting activity.
General Dynamics Information Technology, Inc, Fairfax, Virginia was awarded a $16,134,215 modification (P00027) to cost-plus-fixed-fee contract W52P1J-11-C-0019 for supply support which includes: sorting and classification of material downloaded from units and to re-issue serviceable material to deploying units or ship to the United States. Fiscal 2015 operations and maintenance (Army) funds in the amount of $10,251,015 were obligated at the time of the award. Estimated completion date is Dec. 29, 2015. Work will be performed at Camp Arifjan, Kuwait. Army Contracting Command, Rock Island Arsenal, Rock Island, Illinois, is the contracting activity.
Battelle Memorial Institute, Columbus, Ohio, was awarded a $13,048,856 incrementally funded, cost-plus-incentive-fee contract to continue contractor support services for chemical, biological, radiological and nuclear detection, reconnaissance, protection and decontamination systems, and contractor logistics support. Purpose is to provide a strategic tool for the Joint Program Executive Office for Chemical and Biological Defense to deliver sustainment support for the identified high complexity, low density systems that fall under its life-cycle management responsibility. This is a six-month bridge contract, with the possibility of a six-month option. Work will be performed in Columbus, Ohio, with an estimated completion date of Dec. 31, 2015. Bids were solicited via the Internet, with one received. Fiscal 2013 other procurement (Army) funds in the amount of $197,107; fiscal 2014 other procurement (Army) funds in the amount of $900,000; and fiscal 2015 operations and maintenance (Army) funds in the amount of $10,065,620 are being obligated at the time of the award. Army Contracting Command, Edgewood Division, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-15-C-0004).
Computer Sciences Corp., Norco, California, was awarded an $11,688,190 modification (P00012) to a firm-fixed-price contract (W81K04-13-C-0001) for U.S. Army Reserve special medical training, equipment and site maintenance, and administration support services. All training is associated with combat support hospitals. Fiscal 2015 operations and maintenance (Army) funds in the amount of $11,688,190 were obligated at the time of the award. Estimated completion date is Dec. 31, 2017. Work will be performed at Camp Park, California (38.45 percent); Fort Gordon, Georgia (33.13 percent); and Fort McCoy, Wisconsin (28.42 percent). Army Medical Command, Contracting Center, Fort Sam Houston, Texas, is the contracting activity.
Woolpert, Inc., Dayton, Ohio, was awarded a $10,000,000 firm-fixed-price, architect-engineering services, indefinite-delivery/indefinite-quantity contract in connection with multidiscipline design and/or professional services as required for planning, design and construction phase services in support of the Department of Defense Education Activity program. Funding and work location will be determined with each order, with an estimated completion date of Dec. 22, 2018. Bids were solicited via the Internet, with 33 received. U.S. Army Corps of Engineers, Norfolk District, Norfolk, Virginia, is the contracting activity (W91236-15-D-0021).
Zieson Construction Co., LLC, Riverside, Missouri, was awarded an $8,344,501 firm-fixed-price contract, as part of the South Sewer Intercept Program. The project calls for installation of a main sewer line to cover new construction and renovation from tactical equipment maintenance facility and Brigade Combat Team 3, south to the waste water treatment facility. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Jan. 30, 2016. Bids were solicited via the Internet, with one received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $8,344,501 are being obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City District, Kansas City, Missouri, is the contracting activity (W912DQ-15-C-4003).
AAI Corporation, Hunt Valley, Maryland, was awarded an $8,074,256 modification (P00019) to a foreign military sales contract (W58RGZ-13-C-0016) for continuation of the current contractor logistics support 2014 contract for the one system remote video terminal deployed in Afghanistan. This modification incorporates requirements for a bridge extending the current contract 128 days, from Dec. 31, 2014 to May 7, 2015, in support of the Army, Marine Corps, and the Commonwealth of Australia. Fiscal 2010 other procurement funds in the amount of $18,130; and fiscal 2015 operations and maintenance (Army) funds in the amount of $6,615,658, were obligated at the time of the award. Estimated completion date is May 7, 2015. Work will be performed at Hunt Valley, Maryland. Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama, is the contracting activity.
Weeks Marine, Inc., was awarded a $7,537,000 firm-fixed-price contract, with options, to furnish one fully crewed and equipped cutterhead dredge, with a dredge discharge size of 30 inches inside diameter, complete in all respects, including all attendant plant and crew. This is part of maintenance dredging of the Southwest Pass, with the work to be done at Plaquemines Parish, Louisiana, with an estimated completion date of June 19, 2015. Bids were solicited via the Internet, with two received. Fiscal 2015 other procurement funds in the amount of $7,537,000 are being obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans District, New Orleans, Louisiana, is the contracting activity (W912P8-15-C-0005).
Sodexo Management, Inc, Gaithersburg, Maryland, was awarded a $6,944,234 firm-fixed-price contract for provision of qualified nutrition care management, including supervisory, technical, administrative, and clerical services necessary to perform nutrition care food services at multiple locations. Work will be performed in Fort Leonard Wood, Missouri (16.05 percent); Fort Knox, Kentucky (13.81 percent); Fort Stewart, Georgia (13.31 percent); Fort Sill, Oklahoma (13.31 percent); Fort Riley, Kansas (11.80 percent); Fort Jackson, South Carolina (10.58 percent); West Point, New York (9.71 percent); Fort Irwin, California (8.67 percent); and Fort Sam Houston, Texas (2.76 percent), with an estimated completion date of Sept. 30, 2019. Bids were solicited via the Internet, with five received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $6,944,234 are being obligated at the time of the award. Army Medical Command, Contracting Center, Fort Sam Houston, Texas, is the contracting activity (W81K04-15-C-0001).
UPDATE: Engineering Design Technologies, Inc.,* Marietta, Georgia, has been added as an awardee to the $537,840,000 indefinite-delivery/indefinite-quantity, multiple-award task-order, firm-fixed-price contract (contractors are sharing the amount) announced Aug. 28, 2014, for construction services for the U.S. Army Corps of Engineers, Southwestern Division (SWD) and other Southwestern Fort Worth and SWD customers on a limited nationwide basis. Funding and work location will be determined with each order, with an estimated completion date of Dec. 16, 2019. Bids were solicited via the Internet, with 60 received. U.S. Army Corps of Engineers, Fort Worth District, Fort Worth, Texas, is the contracting activity (W9126G-15-D-0003).
AIR FORCE
General Atomics Aeronautical Systems, Inc., doing business as GA-ASI, Poway, California, has been awarded a $375,212,717 cost-plus-fixed-fee contract for Predator (MQ1)/Reaper (MQ9) unmanned aerial systems contractor logistic support. Contractor will provide program management, logistics support, configuration management, technical manual and software maintenance, contractor field service representative support, inventory control point management, flight operations support, depot repair, and depot field maintenance. Work will be performed at Poway, California, and is expected to be completed by Dec. 31, 2015. This award is the result of a sole-source acquisition. Fiscal 2015 operations and maintenance funds in the amount of $83,228,020 are being obligated at the time of award. Air Force Life Cycle Management Center, Robbins Air Force Base, Georgia, is the contracting activity (FA8528-15-C-0001).
The Boeing Co., St. Louis, Missouri, has been awarded a not-to-exceed $64,247,052 firm-fixed-price, undefinitized contract action for the continued availability of operational APG-63(V)1, APG-63(V)2, APG-63(V)3 and Talon HATE radars after aircraft installation. Contractor will provide repair of all field failures, the continued parts obsolescence management of the radars, maintaining the form, fit, function and interface of the line replaceable units and built in test software, and providing configuration accountability of the fielded radar data. Work will be performed at St. Louis, Missouri, and is expected to be completed by Dec. 31, 2015. This award is the result of a sole-source acquisition. Fiscal 2015 operations and maintenance funds in the amount of $19,219,724 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (F33657-01-D-0026-RJ80).
Rockwell Collins, Inc., Cedar Rapids, Iowa, has been awarded a $7,967,625 firm-fixed-price modification (P00039) to previously awarded contract FA8106-11-C-0006. Contractor will provide 15 KC-10 communication navigation surveillance/air traffic management kit installations. Work will be performed at Cedar Rapids, Iowa; Oklahoma City, Oklahoma; and Atlanta, Georgia, and is expected to be completed by Feb. 29, 2016. Fiscal 2015 aircraft procurement funds in the amount of $7,967,625 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.
The Boeing Co., Seattle, Washington, has been awarded a $6,901,710 indefinite-delivery/indefinite-quantity modification (0389) to previously awarded contract F33675-01-D-0013 for C32/C40 integrated Fleet Support. Work will be performed at Oklahoma City, Oklahoma, and is expected to be completed by Dec. 31, 2015. Fiscal 2015 operations and maintenance funds in the amount of $6,901,710 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (F33675-01-D-0013)
Raytheon Co., Tucson, Arizona, is being awarded a $54,035,547 modification to previously awarded cost-plus-fixed fee contract (N00024-12-C-5405) to exercise options for design agent engineering and technical support services for Phalanx, SeaRAM, and Land-based Phalanx weapon systems (LPWS). Work will be performed in Tucson, Arizona, and is expected to be completed by January 2016. Foreign military sales; fiscal 2010, 2011, 2012, 2013 and 2014 shipbuilding and conversion (Navy); fiscal 2014 and 2015 research, development, test and evaluation; fiscal 2015 weapons procurement (Navy); fiscal 2014 other procurement (Army); and 2015 operations and maintenance (Army) funding in the amount of $14,211,673 will be obligated at the time of award. Contract funds in the amount of $9,937,305 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
Raytheon Co., Tucson, Arizona, is being awarded a $49,000,000 modification to previously awarded contract (N00024-13-C-5410) to exercise options for the accomplishment of Evolved SeaSparrow Missile (ESSM) design agent, in-service support and technical engineering support services. The ESSM program is an international cooperative effort to design, develop, test, and procure ESSM missiles and related support and services. The ESSM provides enhanced ship defense. Work will be performed in Tucson, Arizona (90.65 percent); Germany (2.55 percent); Norway (2.11 percent); Australia (1.53 percent); Netherlands (1.36 percent); Canada (0.68 percent); Spain (0.42 percent); Turkey (0.30 percent); Denmark (0.28 percent); and Greece (0.12 percent) and is expected to be completed by December 2015. Fiscal 2015 weapons procurement (Navy); fiscal 2015 research, development, test and evaluation; and fiscal 2015 operations and maintenance (Navy) funding in the amount of $14,439,376 will be obligated at time of award and funds in the amount of $1,953,715 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
The Boeing Co., Huntington Beach, California, is being awarded $39,540,071 cost-plus-fixed-fee, cost-plus-incentive-fee contract to provide the U.S. and U.K. Trident II (D5) maintenance, repair, and rebuilding and technical services in support of the navigation subsystem. This contract contains options, which, if exercised, would bring the contract to a maximum dollar value of $80,164,349. Work will be performed in Huntington Beach, California (75 percent), and Heath, Ohio (25 percent), and work is expected to be completed Sept. 30, 2017. Fiscal 2014 other procurement (Navy) contract funds in the amount of $2,015,000; fiscal 2015 operations and maintenance contract funds in the amount of $26,351,333; fiscal 2015 other procurement, Navy contract funds in the amount of $7,760,921; fiscal 2015 research, development, test and evaluation contract funds in the amount of $893,998; and fiscal 2015 United Kingdom contract funds in the amount of $2,518,819 will be obligated at the time of award. Contract funds in the amount of $26,351,333 will expire at the end of the current fiscal year. This contract was sole source acquisition in accordance with Justification and Approval 15.700, dated July 15, 2014. The Navy’s Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-15-C-0002).
Northrop Grumman Systems Corp., Melbourne, Florida is being awarded a $35,514,955 firm-fixed price contract for the fabrication, integration, test and production of airborne laser mine detection systems (ALMDS) and delivery of peculiar support equipment and engineering services to support those systems. This contract is in support of the Program Executive Office Littoral Combat Ships (LCS). ALMDS is a laser-based system which uses streak tube imaging light detection and ranging to detect, classify, and localize surface and near-surface moored sea mines. The system is mounted on the MH-60S helicopter and will be deployed from the LCS. ALMDS provides a revolutionary, high area coverage rate capability that is organic to the Expeditionary and Carrier Strike Groups. This contract includes options which, if exercised, would bring the cumulative value of this contract to $163,572,967. Work will be performed in Melbourne, Florida (41 percent); Tucson, Arizona (31 percent); St. Charles, Missouri (11 percent); Irvine, California (7 percent); Santa Clarita, California (6 percent); and Brentwood, New York (4 percent), and is expected to be completed by February 2021. Fiscal 2013 and 2014 other procurement (Navy) funding in the amount of $$33,822,775 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with one proposal and one offer received via Federal Business Opportunities. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-6318).
Assured Space Access Technologies, Inc.,* Gilbert, Arizona, is being awarded a $19,943,982 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide in-service engineering agent functions for meteorological and oceanographic systems, foreign military sales systems, and expeditionary and joint systems, projects and tasking engaged in worldwide operations, ashore and afloat. This is one of three contracts awarded; each awardee will have the opportunity to compete for task orders during the ordering period. This three-year contract includes one two-year option period, which, if exercised, would bring the potential value of this contract to $34,151,407. Work will be performed in San Diego, California (90 percent), and Gilbert, Arizona (10 percent), but may include minimal performance on a temporary basis at worldwide Department of Defense ashore and afloat facilities. Work is expected to be completed Dec. 22, 2017. No funding will be obligated at the time of contract award. Funding will be obligated via task orders as they are issued. This contract was competitively procured via 100 percent small business set-aside solicitation via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with four proposals received and three selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0069).
Forward Slope, Inc.,* San Diego, California, is being awarded a $19,090,075 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide in-service engineering agent functions for meteorological and oceanographic systems, foreign military sales systems, and expeditionary and joint systems, projects and tasking engaged in worldwide operations, ashore and afloat. This is one of three contracts awarded; each awardee will have the opportunity to compete for task orders during the ordering period. This three-year contract includes one two-year option period, which, if exercised, would bring the potential value of this contract to $32,581,738. Work will be performed in San Diego, California, but may include minimal performance on a temporary basis at worldwide Department of Defense ashore and afloat facilities. Work is expected to be completed Dec. 22, 2017. No funding will be obligated at the time of contract award. Funding will be obligated via task orders as they are issued. This contract was competitively procured via 100 percent small business set-aside solicitation via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with four proposals received and three selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0071).
Del Rey Systems and Technology, Inc.,* San Diego, California, is being awarded an $18,075,584 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide in-service engineering agent functions for meteorological and oceanographic systems, foreign military sales systems, and expeditionary and joint systems, projects and tasking engaged in worldwide operations, ashore and afloat. This is one of three contracts awarded; each awardee will have the opportunity to compete for task orders during the ordering period. This three-year contract includes one two-year option period, which, if exercised, would bring the potential value of this contract to $30,230,554. Work will be performed in San Diego, California, but may include minimal performance on a temporary basis at worldwide Department of Defense ashore and afloat facilities. Work is expected to be completed Dec. 22, 2017. No funding will be obligated at the time of contract award. Funding will be obligated via task orders as they are issued. This contract was competitively procured via 100 percent small business set-aside solicitation via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with four proposals received and three selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0070).
AMTEC Corp., Janesville, Wisconsin, is being awarded a $16, 934,650 five-year indefinite-delivery/indefinite-quantity contract to manufacture 106,500 JAU-22/B initiators for the cartridge actuated device/propellant actuated device Joint Program Office, Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technical Division. The JAU-22/B is an expendable cartridge used to deploy sonobuoys typically in an anti-submarine role. This announcement combines purchases for the U.S. Navy (77.93 percent), and the governments of Australia (19.72 percent) and Taiwan (2.35 percent), under the foreign military sales program. Work will be performed in Janesville, Wisconsin, and all work will be completed by December 19, 2014. Fiscal 2015 procurement of ammunition (Navy and Marine Corps) funds and foreign military sales funds in the amount of $3,397,350 will be obligated on the first delivery order running concurrently with the contract award. These funds will not expire before the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with three offers received in response to the solicitation. NAVSUP Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-15-D-K036).
Navmar Applied Sciences Corp.,* Warminster, Pennsylvania, is being awarded an $11,831,173 modification to a previously awarded cost-plus-fixed-fee contract (N68335-14-C-0131) to extend a Phase III Small Business Innovation Research effort in support of the Copperhead Unmanned Air Systems, specifically Tigershark unmanned aerial vehicle. This effort includes the improvement of sensor and platform capabilities, sustainment and reset of current detachments in theater for the Tigershark UAV. Work will be performed in Afghanistan (50 percent); Patuxent River, Maryland (25 percent); and Yuma, Arizona (25 percent), and is expected to be completed in June 2015. Fiscal 2015 operations and maintenance (Army) funds in the amount of $2,766,000 are being obligated on this award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.
DEFENSE LOGISTICS AGENCY
En Pointe Gov Inc., Gardena, California, has been awarded a maximum $11,207,546 modification (P00003) exercising the first option year to a one-year base contract (SP4701-14-F-0035) with two one-year option periods for Microsoft software assurance, maintenance, and support. This is a firm-fixed-price contract. Location of performance is California with a Dec. 25, 2015 performance completion date. Using service is federal civilian agencies. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Contract Services Office, Philadelphia, Pennsylvania.
December 30, 2014
Business, Business / Career, Education, Feature, Government