CONTRIBUTING SOURCE: U.S. Department of Defense
ARMY
General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $49,771,971 modification (P00005) to contract W56HZV-14-C-0054 to acquire six M1A2 Systems Enhanced Package v2 Abrams tanks. Fiscal 2014 other procurement funds in the amount of $6,019,674 were obligated at the time of the award. Estimated completion date is Jan. 31, 2017. Work will be performed in Lima, Ohio; Scranton, Pennsylvania; Anniston, Alabama; and Tallahassee, Florida. Army Contracting Command, Warren, Michigan, is the contracting activity.
Palomar Display Products,* Carlsbad, California, was awarded a $28,594,810 firm-fixed-price indefinite-delivery/indefinite-quantity contract to produce Binocular Image Control Units, associated spares, repairs and engineering services. Funding and work location will be determined with each order, with an estimated completion date of Feb. 13, 2020. One bid was solicited with one received. Army Contracting Command, Alexandria, Virginia, is the contracting activity (W909MY-15-D-0003).
The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $402,787,272 fixed-price incentive firm and cost-plus-fixed-fee modification (PZ0001) to previously awarded contract FA8730-15-C-0001 for Japan Airborne Warning and Control System (AWACS) Mission Computing Upgrade Program. Contractor will provide upgrade of four E-767 aircraft and three ground support facilities. Work will be performed at Oklahoma City, Oklahoma, and is expected to be complete by June 30, 2020. This contract is 100 percent foreign military sales to Japan. 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.
Decypher, San Antonio, Texas (FA8650-15-D-4052); Peerless Technologies Corp., Fairborn, Ohio (FA8650-15-D-4051); P3S, San Antonio, Texas (FA8650-15-D-4053); Prairie Quest Consulting, Fort Wayne, Indiana (FA8650-15-D-4054); Solutions Through Innovative Technologies Inc., Dayton, Ohio (FA8650-15-D-4055); SpecPro Technical Services, San Antonio, Texas (FA8650-15-D-4056), have been awarded a combined $20,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for services to units of the 711th Human Performance Wing. Contractor will provide advisory and assistance services, non- advisory and assistance services and personal services. They include administrative and functional support, medical and biomedical research assistance, clinical and clinical hyperbaric medicine services, environmental bio-terrorism support, technology evaluation and research studies support. Work will be performed at Wright-Patterson Air Force Base, Ohio; San Antonio, Texas; Cincinnati, Ohio; Baltimore, Maryland; St. Louis, Missouri, and other geographically separated units and is expected to be complete no later than Dec. 13, 2015. This award is the result of a limited competitive acquisition with six offers received. Fiscal year 2015 and 2016 defense health program, operations and maintenance and research, development, test and evaluation funds in the total amount of $800,309 are being obligated at the time of award. Each company is receiving different amounts. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
United Technologies Corp. doing business as Pratt & Whitney, East Hartford, Connecticut, has been awarded an estimated $16,663,785 for the second option to previously awarded requirements for firm-fixed-price contract FA8121-10-D-0008. Contractor will provide remanufacture of FI00-PW-I 00/200/220/220E/229 engine modules. Work will be performed at Columbus, Georgia, and is expected to be complete by April 22, 2015. This contract is 100 percent foreign military sales for Chile, Egypt, Jordan, Thailand, Taiwan, Greece and Indonesia. This award is the result of a sole source acquisition and one offer was received. Air Force Space Command, Tinker Air Force Base, Oklahoma, is the contracting activity.
Gulfstream Aerospace Corp., Savannah, Georgia, has been awarded $13,006,223 in modifications to task orders 0015 and 0016 on previously awarded contract FA8106-13-D-0002. Contractor will provide seven additional months of services for logistics support for the Navy C-20 and C-37 fleet. Work will be performed at Savannah, Georgia; Naval Air Station Sigonella, Italy; Andrews Air Force Base, Maryland; Hickam Air Force Base, Hawaii; and Marine Corps Base, Hawaii, and is expected to be complete by Jan. 31, 2016. Fiscal year 2015 Navy operation and maintenance in the amount of $13,006,223 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.
Northrop Grumman Space Mission Systems Corp., San Diego, California, has been awarded a $6,926,501 modification (P00094) to previously awarded contract FA8726-09-C-0010 for risk management framework. Contractor will meet cybersecurity requirements using the new Risk Management Framework. Work will be performed at San Diego, California, and is expected to be complete by June 22, 2015. This award is the result of a sole-source acquisition. Fiscal year 2015-operations and maintenance funds in the amount of $6,926,501 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.
NAVY
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $39,608,596 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0008) for procurement of electronic components in support of F-35 Lightning II Joint Strike Fighter aircraft for the U.S. Air Force, U.S. Marine Corps, U.S. Navy, International Partners and the Governments of Israel and Japan. These components are in support of production, sustainment and operations and maintenance requirements resulting from diminishing manufacturing sources. Work will be performed in Fort Worth, Texas, and is expected to be completed in September 2015. Fiscal 2014 aircraft procurement, Navy and Air Force, international partner and foreign military sales funds in the amount of $28,894,731 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the U.S. Air Force ($16,843,735; 43 percent), the U.S. Marine Corps ($5,996,093; 15 percent), U.S. Navy ($3,710,236; 9.4 percent), international partners ($10,485,085; 26.5 percent) and the governments of Israel ($1,362,337; 3.1 percent) and Japan ($1,211,110; 3 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting authority.
Alliant Techsystems Operations LLC, Clearwater, Florida, is being awarded a not-to-exceed $30,656,796 ceiling priced contract for the manufacture, upgrade, repair and test assemblies of the AN/AAR-47 (V) Missile Warning Set comprised of electro-optic countermeasure sensors, countermeasure signal processors and countermeasure signal simulators for the U.S. Navy, U.S. Air Force, U.S. Army and Governments of India, Norway, Spain and Australia. Work will be performed in Clearwater, Florida (45 percent); Austin, Texas (20 percent); Quebec, Canada (16 percent); and other various locations within the United States (19 percent), and is expected to be completed in April 2017. Fiscal 2013, 2014, and 2015 aircraft procurement (Navy and Air Force), National Guard reserve, foreign military sales and working capital (Defense) funds in the amount of $29,587,778 will be obligated at time of award, $9,398,286 of which will expire at the end of the current fiscal year. This award combines purchases for the U.S. Navy ($10,474,978; 35 percent), U.S. Air Force ($ 10,432,828; 35 percent), Defense Working Capital funds ($3,318,600; 11 percent), National Guard Reserve ($2,644,580; 10 percent) and the Governments of India ($1,080,884; 3.5 percent), Norway ($985,070; 3.2 percent), Spain ($610,068; 2 percent) and Australia ($40,770; .3 percent). This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-0030).
Rolls Royce Naval Marine Inc., Walpole, Massachusetts, is being awarded a $9,891,150 modification to previously awarded contract (N00024-08-C-4203) for additional engineering services to complete development and delivery of one AG916RF gas turbine-generator set for Navy land-based testing. Rolls Royce will provide the engineering services and support for the design, development, fabrication, assembly and test of one Advanced Power Generation Module (APGM), designated as the AG916RF gas turbine-generator set, to be delivered to the Navy land based test site located at the Naval Surface Warfare Center Ship Systems Engineering Station, Philadelphia, Pennsylvania. This APGM set will be based on specifications established by the DDG-1000 shipyard for the lead ship installation and modified to suit the DDG 51 Flight III power requirements. Work will be performed in Indianapolis, Indiana (80 percent) and Walpole, Massachusetts (20 percent), and is expected to be completed by September 2017. Fiscal 2015 research, development, test and evaluation contract funds in the amount of $9,891,150 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
US Foods Lexington, Lexington, South Carolina, has been awarded a maximum $35,500,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support in the South Carolina area. This contract was a sole-source acquisition. This is a nine-month bridge contract. Location of performance is South Carolina, with a Nov. 7, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps 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-3146).
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
Agile Defense Inc.,* Reston, Virginia, has been awarded a competitive $26,191,017 cost-plus-award-fee task order (HR0011-15-F-0002) with options for unclassified information technology services and support for the Defense Advanced Research Projects Agency Mission Services Office Information Technology Directorate. The services and support include office computing, networking, communications services, design and development and technical support services. The task order was competedP amongst all holders of the General Services Administration Alliant Small Business Government-wide Acquisition Contract. Seven offers were received. The base-year award has a 10-month period of performance. Fiscal year 2015 research and development funds in the amount of $18,309,770 are being obligated at time of award. Work will be performed in Arlington, Virginia. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.
ARMY
ABM Government Services, Hopkinsville, Kentucky (W912DY-15-D-0029); ACEPEX Management Corp.,* Montclair, California (W912DY-15-D-0030); EMCOR Government Services, Arlington, Virginia (W912DY-15-D-0031); Electronic Metrology Laboratory,* Franklin, Tennessee (W912DY-15-D-0032); Facility Services Management,* Clarksville, Tennessee (W912DY-15-D-0033); J&J Maintenance Inc., Austin , Texas (W912DY-15-D-0034); Johnson Controls Building Automation Systems, Huntsville, Alabama (W912DY-15-D-0035); Quality Services International, San Antonio, Texas (W912DY-15-D-0036); SODEXO Management Gaithersburg, Maryland (W912DY-15-D-0037); and VW International, Alexandria, Virginia (W912DY-15-D-0038), were awarded a $990,000,000 firm-fixed-price shared contract amount for operations and maintenance services at government medical and related non-medical facilities including hospitals, clinics, administrative, pharmacies, veterinarian, dental, training, research, utility and energy plants, labs and storage facilities, as well as some nonmedical facilities associated with these medical facilities.. Funding and work location will be determined with each order with an estimated completion date of Feb. 11, 2020. Bids were solicited via the Internet with 22 received. Army Corps of Engineers, Engineer Support Center, Huntsville, Alabama, is the contracting activity.
ABM Government Services, Hopkinsville, Kentucky (W91278-15-D-0020); EMCOR Government Services Inc., Arlington, Virginia (W91278-15-D-0021); Facilities Services Management Inc., Clarksville, Tennessee (W91278-15-D-0022); J&J Worldwide Services, Austin, Texas (W91278-15-D-0023); and Jones Lang LaSalle, Washington, District of Columbia (W91278-15-D-0024), were awarded a $248,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, task order contract with options for the operation, maintenance and minor construction for Army Medical Command facilities in CONUS, Alaska, Hawaii and Puerto Rico. Funding and work location will be determined with each order, with an estimated completion date of Feb. 8, 2020. Bids were solicited via the Internet with six received. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.
Airbus Defense and Space Inc., Herndon, Virginia, was awarded a $220,564,993 modification (P00882) to contract W58RGZ-06-C-0194 to procure forty-one 72A Lakota Helicopters to include forty-one Airborne Radio Communications 231 Radios. Fiscal 2015 other procurement funds in the amount of $220,564,993 were obligated at the time of the award. Estimated completion date is July 31, 2017. Work will be performed Columbus, Mississippi. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Robertson Fuel Systems, Tempe, Arizona, was awarded a $45,352,938 firm-fixed-price foreign military sales contract (Korea, Turkey, UAE) to supply Extended Range Fuel Systems and associated support equipment for the CH-47 helicopter. Funding and work location will be determined with each order, with an estimated completion date of Dec. 31, 3019. Bids were solicited via the Internet with one received. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-D-0025).
Raytheon/Lockheed Martin Javelin J/V was awarded a $25,368,524 modification (P00013) to foreign military sales contract W31P4Q-14-C-0127 (Ireland, Australia, New Zealand, France, Lithuania, Jordan, Norway, Taiwan) for life cycle contractor support and repairs for U.S. Army, Marines, Army National Guard and FMS customers. Fiscal 2015 operations and maintenance (Army) and other procurement funds in the amount of $25,368,524 were obligated at the time of the award. Estimated completion date is Feb. 28, 2016. Work will be performed in Tucson, Arizona. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Elbit Systems of America, Fort Worth, Texas, was awarded a $13,185,756 modification (P00013) to foreign military sales contract W58RGZ-12-C-0164 (Indonesia) for 300 Apache Aviator Integrated Helmets. Fiscal 2010/2013/2014 other procurement funds in the amount of $13,185,756 were obligated at the time of the award. Estimated completion date is April 30, 2017. Work will be performed in Fort Worth, Texas. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Wolverine Services LLC,* Colorado Springs, Colorado, was awarded an $11,371,140 firm-fixed-price contract for base operations services. Work will be performed at the following Alaskan locations: Fort Wainwright, Donnelly, Yukon and Black Rapids training areas with an estimated completion date of April 11, 2021. Bids were solicited via the Internet with six received. Funding will be determined with each order. Army Contracting Command, Fort Wainwright, Alaska, is the contracting activity (W912D0-15-D-0004).
Beacon Point Associates, LLC,** Pembroke Pines, Florida, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment/supplies, optical/laboratory equipment/supplies, components and systems accessories. This contract was a competitive acquisition, and fifty-five offers were received. This is a five-year base contract with no option year periods. Location of performance is Florida with a Feb. 11, 2020 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps 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 (SPE2DE-15-D-0012).
AIR FORCE
COLSA Corp., Huntsville, Alabama, has been awarded a $23,748,310 modification (P00023) to exercise the option on previously awarded contract FA9200-10-D-0166. Contractor will provide additional diverse non-engineering, technical and acquisition management support services already being provided under the basic contract. Work will be performed at Eglin Air Force Base, Florida, and is expected to be complete by July 31, 2015. This contract involves foreign military sales. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity.
OASIS System LLC, Lexington, Massachusetts, has been awarded a $23,748,310 indefinite-delivery/ indefinite quantity modification (P00025) to exercise the option on previously awarded contract FA9200-10-D-0173. Contractor will provide additional diverse non-engineering, technical and acquisition management support services already being provided under the basic contract. Work will be performed at Eglin Air Force Base, Florida, and is expected to be complete by July 31, 2015. This contract involves foreign military sales. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity.
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $16,492,000 undefinitized delivery order against a previously issued Basic Ordering Agreement (N00019-14-G-0020) for the procurement and installation of vehicle management computer retrofit modification kits into designated aircraft that are critical to meeting F-35 Lightning II requirements. Work will be performed in Fort Worth, Texas (45 percent); Ogden, Utah (20 percent); Cherry Point, North Carolina (20 percent); Yuma, Arizona (5 percent); Eglin Air Force Base, Florida (5 percent); and Edwards Air Force Base, California (5 percent), and is expected to be completed in August 2016. Fiscal 2013 and 2015 aircraft procurement (Navy, Marine Corps and Air Force), fiscal 2015 research, development, test and evaluation funds (Navy, Marine Corps and Air Force) and International Partner funds in the amount of $8,246,000 are being obligated on this award, $4,051,934 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
General Dynamics Information Technology Inc., Fairfax, Virginia, is being awarded a one-year $13,939,606 modification to a previously awarded multiple award indefinite-delivery/indefinite-quantity, cost-reimbursement-type contract (N66001-12-D-0060) for support of technology insertion, software and systems engineering, modeling and simulation, systems integration testing, integrated logistics in support of information technology and other Command, Control, Communications, Computers, and Intelligence (C4I) efforts. This is one of two contracts awarded; each awardee will have the opportunity to compete for task orders during the ordering period. This contract includes one remaining one-year option which, if exercised, would bring the potential, cumulative value of this contract to an estimated $68,088,407. Work will be performed in San Diego, California, and work is expected to be completed by Feb. 11, 2016. No contract funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated via task orders as they are issued using research, development, test and evaluation; other procurement (Navy); operations & maintenance (Navy); Navy working capital fund; and Defense working capital funds. This contract was competitively procured via Request for Proposal N66001-11-R-0026 published on the Federal Business Opportunities website, and the SPAWAR e-Commerce Central website. Two proposals were received and two were selected. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-12-D-0060).
Science Applications International Corp. Inc., McLean, Virginia, is being awarded a one-year $12,236,396 modification to a previously awarded multiple award indefinite-delivery/indefinite-quantity, cost-reimbursement-type contract (N66001-12-D-0061) for support of technology insertion, software and systems engineering, modeling and simulation, systems integration testing integrated logistics in support of information technology and other Command, Control, Communications, Computers, and Intelligence (C4I) efforts. This is one of two contracts awarded; each awardee will have the opportunity to compete for task orders during the ordering period. This contract includes one remaining one-year option which, if exercised, would bring the potential, cumulative value of this contract to an estimated $59,770,490. Work will be performed in San Diego, California, and work is expected to be completed Feb. 11, 2016. No contract funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated via task orders as they are issued using research, development, test and evaluation; other procurement (Navy); operations and maintenance (Navy); Navy working capital fund; and Defense working capital funds. This contract was competitively procured via Request for Proposal N66001-11-R-0026 published on the Federal Business Opportunities website, and the SPAWAR e-Commerce Central website, with two proposals received and two were selected. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.
Systems Engineering Support Co. Inc.,* San Diego, California, is being awarded a $7,566,497 indefinite-delivery/indefinite-quantity, cost-reimbursement-type contract for design, engineering, integration, fabrication and testing support of the Data Multiplex Systems (DMS), the Fiber Optic Data Multiplex System, and the Gigabit Ethernet Data Multiplex System, collectively referred to as xDMS. This is a three-year contract which includes two one-year options, which if exercised, would bring the contact value to $12,975,000. Work will be performed in San Diego, California, and work is expected to be completed Feb. 11, 2018. No contract funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated via task orders as they are issued using ship construction (Navy), other procurement (Navy) and foreign military sales funds. This contract was competitively procured via solicitation N66001-14-R-0013 and publication on the Federal Business Opportunities website and SPAWAR e-Commerce Central website, with two offers received. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0058).
ARMY
Four LLC,* Centreville, Virginia (W52P1J-15-D-0006); ImmixTechnology, Inc., McLean, Virginia (W52P1J-15-D-0007); and Carahsoft Technology Corp., Reston, Virginia (W52P1J-15-D-0008), were awarded a $49,000,000 firm-fixed-price, multiple award, indefinite-delivery/indefinite-quantity contract to support the Army’s commercial off-the-shelf information technology software requirements. Funding and work location will be determined with each order, with an estimated completion date of Feb. 10, 2020. Bids were solicited via the Internet with three received. Army Contracting Command, Rock Island Arsenal, Rock Island, Illinois, is the contracting activity.
Prime AE Group, Inc.,* Columbus, Ohio, was awarded a $35,000,000 firm-fixed-price, indefinite-delivery contract, with options, for architectural and engineering services primarily in support of the Department of Homeland Security. Funding and work location will be determined with each order, with an estimated completion date of Feb. 10, 2020. Bids were solicited via the Internet with 29 received. U.S. Army Corps of Engineers, Fort Worth District, Fort Worth, Texas, is the contracting activity (W9126G-15-D-0001).
FEH Associates Inc.,* Sioux City, Iowa, was awarded a $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multi-disciplinary contract with options for architectural and engineering services. Funding and work location will be determined with each order, with an estimated completion date of Feb. 10, 2017. Bids were solicited via the Internet with 12 received. National Guard Bureau – Iowa, Johnston, Iowa, is the contracting activity (W912LP-15-D-0001).
Northrop Grumman Systems Corp., Melbourne, Florida, has been awarded a maximum $37,979,459 firm-fixed-price contract for outer wing weapons panel. This contract was a sole-source acquisition. This is a three-year base contract. Location of performance is Florida, with a November 2018 performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2015 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPM4AX-12-D-9401-THA6).
NAVY
United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded a $9,365,128 modification to the previously awarded cost-plus-incentive-fee contract, N00019-13-C-0016. This modification is for common recurring sustainment and annualized and non-annualized common depot activation services in support of Low Rate Initial Production Lot VIII F135 propulsion systems. Work will be performed in Hartford, Connecticut, and is expected to be completed in April 2017. Fiscal 2013 aircraft procurement (Navy, Air Force, and Marine Corps) funds and international partner funds in the amount of $9,365,128 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract combines purchase for the U.S. Air Force ($4,610,815; 49 percent); the U.S. Navy/Marine Corps ($3,935,433; 42 percent); and the international partners ($818,880; 9 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 $14,488,097 modification to a previously awarded cost-plus-incentive-fee contract (N00019-02-C-3002) to incorporate Block 3i requirements into the F-35 United States Reprogramming Laboratory, including software upgrade, hardware refresh, end-to-end demonstration and certification and accreditation. Work will be performed at Fort Worth, Texas (88 percent) and Orlando, Florida (12 percent), and is expected to be completed in June 2016. Fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $8,806,815 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.
Racoe Inc.,* Celina, Tennessee, has been awarded a maximum $8,732,834 modification (P00103) exercising the second one-year option period of a one-year base contract (SPM1C1-13-D-1022), with four one-year option periods, for Marine Corps combat utility uniform trousers. This is a firm-fixed-price, indefinite-quantity contract. Locations of performance are Tennessee and Mississippi, with a Feb. 13, 2016, performance completion date. Using military service is Marine Corps. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
DEPARTMENT OF DEFENSE EDUCATION ACTIVITY
The Caesar Rodney School District, Camden Wyoming, Delaware was awarded an $8,682,650 modification (P00002) to contract HEVAS6-13-C-0001exercising the second of four option periods for comprehensive education program services, for kindergarten through 12th grade, for eligible children of Department of Defense personnel who reside on Dover Air Force Base, Delaware. The period of performance for this option is March 1, 2015, through June 30, 2016. Type of appropriation is fiscal year 2015 operations and maintenance funds. The contracting activity for this action is the Department of Defense Education Activity, Domestic Dependent Elementary and Secondary Schools, Peachtree City, Georgia.
NAVY
Charles Stark Draper Laboratory Inc., Cambridge, Massachusetts, is being awarded a maximum amount $302,443,626 firm-fixed-price, fixed-price-incentive and cost-plus-incentive-fee contract for the ongoing acquisition of Trident (D5) MK 6 Guidance System Repair Program with failure verification, test, repair and recertification of inertial measurement units, electronic assemblies and electronic modules. Work will be performed in Pittsfield, Massachusetts (42 percent); Minneapolis, Minnesota (29 percent); Clearwater, Florida (22 percent); and Cambridge, Massachusetts (7 percent), and work is expected to be completed March 31, 2019. Fiscal 2015 weapons procurement (Navy) contract funds in the amount of $260,861,626 and fiscal 2015 United Kingdom contract funds in the amount of $41,582,000 are being obligated at time of award. The contract funds will not expire at the end of the current fiscal year. This contract is a sole source acquisition pursuant to 10 U.S.C. 2304(c)(1). Strategic Systems Program, Washington, District of Columbia, is the contracting activity (N00030-15-C-0003).
Raytheon Co., McKinney, Texas, is being awarded $10,464,556 for job order 0060 under previously issued Basic Ordering Agreement (N00164-12-G-JQ66) for procurement of Multi-Spectral Targeting Systems Turret Units, electronic units and power converter units and data for the MH-60 Royal Australian Navy. This contract involves foreign military sales to Australia. 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 for all tri-service and NATO laser guided munitions. Work will be performed in McKinney, Texas, and is expected to be completed by April 2017. Fiscal 2015 foreign military sales funding in the amount of $10,464,556 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1), as set forth is FAR 6.302-1(b)(1)(ii) – only one or limited responsible sources and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity.
Q.E.D. Systems Inc., Virginia Beach, Virginia, is being awarded a $10,321,412 cost-plus-fixed-fee level-of-effort contract with performance-incentive-fee components for third-party advanced planning services in support of chief of naval operations availabilities, continuous maintenance availabilities (CMAVs), inactivation CMAVs, sustainment availabilities, phased modernization availabilities, re-commissioning availabilities, continuous maintenance and emergent maintenance for Navy surface combatant ship classes. This contract includes options which, if exercised, would bring the cumulative value to $198,061,731. Work will be performed in Norfolk, Virginia (60 percent) and San Diego, California (40 percent), and is expected to be completed by February 2016. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $514,950 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-4400).
Reid Middleton Inc.,* Everett, Washington, is being awarded a maximum amount $10,000,000 firm-fixed-price, indefinite-delivery/indefinite quantity architect-engineering contract for structural engineering services in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work provides for structural engineering services for a wide variety of buildings and structures of various sizes and configurations, as well as high bay structures, long-span structures, containment vessels tanks, weight handling equipment, retaining structures, towers and bridges. No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to, California (87 percent), Arizona (5 percent), Nevada (5 percent), Colorado (1 percent), New Mexico (1 percent) and Utah (1 percent). The term of the contract is not to exceed 60 months with an expected completion date of February 2020. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with six proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-15-D-2410).
BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, has been awarded a $221,000,000 indefinite-delivery/indefinite-quantity contract for F-16 support equipment and related services. Work will be performed at Nashua, New Hampshire and Ft. Worth, Texas, and is expected to be complete by Feb. 4, 2020. This award is the result of a sole-source acquisition and is 100 percent foreign military sales to multiple countries including Morocco, Egypt, Oman, Pakistan, Indonesia and Portugal. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8232-15-D-0001).
Tunista Services, Honolulu, Hawaii, has been awarded a $46,652,395 firm-fixed-price contract for operation and maintenance of the Barry M. Goldwater Range and Gila Bend Air Force Auxiliary Field. Work will be performed at Gila Bend, Arizona, and is expected to be complete by Sept. 30, 2019. This award is the result of a competitive acquisition with three offers received. Fiscal year 2015 operations and maintenance funds in the amount of $1,789,066 are being obligated at the time of award. The 56th Contracting Squadron, Luke Air Force Base, Arizona, is the contracting activity (FA4887-15-D-0001).
DEFENSE LOGISTICS AGENCY
Bell Boeing Joint Project Office, California, Maryland, has been awarded a maximum $19,353,052 firm-fixed-price contract for aircraft spare parts. This contract was a sole-source acquisition. This is a three-year base contract with one two-year option period. Location of performance is Maryland, with a Feb. 9, 2018 performance completion date. Using military services are Air Force and Marine Corps. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPE4AX-14-D-9425).
February 16, 2015
Business, Business / Career, Education, Feature, Government