CONTRIBUTING SOURCE: U.S. Department of Defense
ARMY
Trax International Corp., Las Vegas, Nevada was awarded a $46,143,438 cost-plus-award-fee multi-year incrementally funded contract with options to support and service the Army Electronic Proving Ground testing of a broad spectrum of equipment throughout the equipment’s life cycle. Work will be performed in Ft. Huachuca, Arizona, with an estimated completion date of March 31, 2020. Bids were solicited via the Internet with eight received. Fiscal 2015 research, development, testing and evaluation funds in the amount of $100,000 are being obligated at the time of the award. Army Contracting Command, Ft. Huachuca, Arizona, is the contracting activity (W91RUS-15-C-0006).
PCCP Constructors JV, Metairie, Louisiana, was awarded a $15,900,000 modification (P00012) to contract W912P8-12-C-0049 to procure 5000 HP/VFD(variable frequency) starters for permanent canal closures and pumps along the 17th St., Orleans Ave., and London Ave. outfall canals at or near Lake Pontchartrain, Orleans, and Jefferson Parishes, Louisiana, with an estimated completion date of Jan. 7, 2017. Fiscal 2015 other procurement funds in the amount of $15,900,000 were obligated at the time of the award. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity.
Lion-Vallen Industries, Dayton, Ohio, is being awarded a $24,996,000 firm-fixed-price requirements contract for logistics services to manage, support, and operate the Marine Corps Consolidated Storage Program Individual Issue Facility and Unit Issue Facility warehouse network. Contractor support consists of managing individual combat clothing equipment, chemical, biological, radiological, and nuclear defense equipment, special training allowance pool, soft-walled shelters and camouflage netting, and contractor-owned contractor-operated Asset Visibility Capability system. Work will be performed in Barstow, California (23 percent); Camp Lejeune, North Carolina (18 percent); Camp Pendleton, California (13 percent); Okinawa, Japan (10 percent); Miramar, California (9 percent); Camp Geiger, North Carolina (7 percent); Twentynine Palms, California (4 percent); Cherry Point, North Carolina (4 percent); Kaneohe Bay, Hawaii (3 percent); Yuma, Arizona (2 percent); Beaufort, South Carolina (2 percent); Iwakuni, Japan (2 percent); New River, North Carolina (2 percent); and Bridgeport, California (1 percent). Work is expected to be completed in February 2016. Fiscal 2015 operations and maintenance funds in amount of $24,996,000 are being obligated at the time of award and funds will expire at the end of the current fiscal year. This was a sole source contract in accordance with 10 U.S.C. 2304 (c)(1), as implemented by the FAR 6.302-1, only one source. The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-15-D-0001).
Thermo-Fisher Scientific, Franklin, Massachusetts, is being awarded a $19,900,325 firm-fixed-price contract for the provision of thermoluminescent dosimetry equipment and accessories to be used by Department of the Navy personnel who work in the vicinity of radioactive equipment. The equipment being procured is considered commercial-off-the-shelf. Personnel dosimetry is used to measure an individual’s radiation exposure and to aid in minimizing exposure. Personnel dosimetry has medical, epidemiological, and legal significance and must be conscientiously practiced by trained personnel with the appropriate approved equipment. Work will be performed in West Bethesda, Maryland, and work is expected to be completed in March 2020. Fiscal 2013 other procurement (Navy) funding in the amount of $11,888 will be obligated at time of award. Contract funds will 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) – only one responsible source and no other supplies will satisfy agency requirements (FAR 6.302-1). Only one source will satisfy the agency’s needs because it is essential to have complete compatibility and interchangeability between the new and existing systems. The Naval Surface Warfare Center, Carderock Division, West Bethesda, Maryland, is the contracting activity (N00167-15-D-0001).
Lockheed Martin Corp., Information Systems and Global Services, King of Prussia, Pennsylvania, is being awarded a $7,922,203 modification to a previously awarded cost-plus-fixed-fee contract (N00019-10-C-0064) for software development in support of the Tactical Tomahawk Weapons Control System, including system engineering, software, hardware deployment and support, and management efforts required to field the system. This contract combines purchases for the U.S. Navy ($7,853,820; 99 percent) and the government of the United Kingdom ($68,383; 1 percent) under the Foreign Military Sales (FMS) program. Work will be performed in King of Prussia, Pennsylvania, and is expected to be completed in November 2017. Fiscal 2015 research, development, test and evaluation; fiscal 2015 other procurement, (Navy); fiscal 2015 operations and maintenance (Navy); fiscal 2011, 2012, 2014 shipbuilding and conversion (Navy), and FMS contract funds in the amount of $7,922,203 are being obligated on this award, $1,231,980 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
AIR FORCE
Lockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded an $11,799,019 firm-fixed-price modification (P00003) to previously awarded contract FA8504-14-C-0003 for three additional C-130-J center wing boxes. Work will be performed at Marietta, Georgia, and is expected to be complete by Sept. 29, 2017. Fiscal year 2013, 2014 and 2015 aircraft procurement funds in the amount of $11,799,019 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.
Proaim Americas LLC,* Grover, Missouri, has been awarded a maximum $35,000,000 fixed-price with economic-price-adjustment contract for dental and medical equipment. This contract was a competitive acquisition and 72offers were received. This is a five-year base contract with no option periods. Location of performance is Missouri with a Mar. 8, 2020, performance completion date. Using military services are Army, Navy, Air Force, and 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 (SPE2DH-15-D-0007).
NAVY
ERAPSCO, Columbia City, Indiana, is being awarded a $20,427,800 modification to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00421-14-D-0025) to exercise an option for the procurement of up to 5,000 AN/SSQ-125 sonobuoys. Work will be performed in DeLeon Springs, Florida (52 percent), and Columbia City, Indiana (48 percent), and is expected to be completed in October 2017. No funding will be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Rockwell Collins Inc., Government Systems, Cedar Rapids, Iowa, is being awarded an $11,490,540 modification to a previously awarded firm-fixed-price, indefinite-delivery/ indefinite-quantity contract (N00019-15-D-5501) for the procurement of 1,695 ancillary equipment items for the AN/ARC-210 family of electronic protection radio equipment for domestic and Foreign Military Sales aircraft. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in September 2018. Contract funds will not be obligated at the time of award. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded a maximum $163,430,987 firm-fixed-price contract for numerous aircraft platform spare supply parts. This contract was a sole-source acquisition. This is a five-year base contract. Location of performance is Connecticut with a Feb. 29, 2020, performance completion date. Using military services are Army, Navy, 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, Richmond, Virginia (SPE4AX-15-D-9002).
Trajen Flight Support LP, doing business as Atlantic Aviation, Plano, Texas (SP0600-15-D-0029), $38,393,369; Alliance Aviation Services,* Fort Worth, Texas (SP0600-15-D-0031), $32,847,331; Trajen Flight Support LP, doing business as Atlantic Aviation, Plano, Texas (SP0600-15-D-0030), $18,198,885, have each been awarded a fixed-price with economic-price-adjustment contract, under solicitation SP0600-14-R-0221, for jet fuel. These contracts were sole-source acquisitions. They are four-year contracts. Location of performance is Texas with a March 31, 2019, 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 Energy, Fort Belvoir, Virginia.
Short Bark Industries Inc.,* Vonore, Tennessee, has been awarded a maximum $23,721,200 modification (P00112) exercising the second one-year option period of a one-year base contract (SPM1C1-13-D-1030) with four one-year option periods for various types of coats. This is a firm-fixed-price contract. Locations of performance are Tennessee, Puerto Rico, and Mississippi with a March 4, 2016, performance completion date. Using military service is Army. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
Hawthorne Services, Charleston, South Carolina, has been awarded a maximum $21,659,928 firm-fixed-price contract for contractor-owned/contractor-operated and government-owned/contractor-operated fuel storage services. This contract was a competitive acquisition and four offers were received. This is a 20-year base contract. Locations of performance are South Carolina and Texas with a Feb. 28, 2035, performance completion date. Using military service is Army. Type of appropriation is fiscal year 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-C-5002).
General Petroleum Corp.,** Rancho Domingo, California, has been awarded a maximum $6,660,000 fixed-price with economic-price-adjustment contract for marine gas oil. This contract was a competitive acquisition, and three offers were received. This is a four-year base contract with no option periods. Location of performance is California with an April 30, 2019 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 Energy, Fort Belvoir, Virginia (SP0600-15-D-0363).
ARMY
Advantech Inc.,** Annapolis, Maryland (W912DY-10-D-0055, Mod No: P00010); Omega Group Industries Corp.,** Henderson, Nevada (W912DY-10-D-0056, Mod No: P00011); Odell International LLC,** Huntersville, North Carolina (W912DY-10-D-0057, Mod No: P00010); Partners Healthcare Group LLC,** Brentwood, Tennessee (W912DY-10-D-0058, Mod No: P00011); Martek Global Services Inc.,** Bethesda, Maryland (W912DY-10-D-0059, Mod No: P00012) were awarded a $34,400,000 modification to their existing contracts for 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. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.
Lockheed Martin Corp., Mission Systems and Training, Baltimore, Maryland, was awarded a $65,376,167 firm-fixed-price contract for MK 41 Vertical Launching System (VLS) proprietary Baseline VII electronics and associated equipment and spares. Proprietary Baseline VII electronics and associated equipment and spares are incorporated into the MK 41 VLS which provides a missile launching system for CG 47 and DDG 51 Class surface combatants of the U.S. Navy, surface combatants of allied navies, and Aegis Ashore requirements for the Missile Defense Agency’s Ground Ballistic Missile Defense Program. It is the primary missile launching system aboard Navy combatants used to store, safe, inventory and launch missiles of various types. This contract includes options which, if exercised, would bring the cumulative value of this contract to $106,754,499. This contract combines purchases for the U.S. Navy ($65,376,167; 61.2 percent) and the governments of Saudi Arabia ($30,951,905; 29 percent) and Norway ($10,426,427; 9.8 percent) under the Foreign Military Sales program. Work will be performed in Clearwater, Florida (25 percent); Burlington, Massachusetts (23 percent); Simpsonville, South Carolina (18 percent); Baltimore, Maryland (11 percent); Sterling Heights, Michigan (7 percent); Timonium, Maryland (6 percent); San Jose, California (3 percent), Charlottesville, Virginia (3 percent); Gardena, California (2 percent); and Tualatin, Oregon (2 percent), and is expected to be completed by August 2019. Fiscal 2013 and 2014 shipbuilding and conversion (Navy) and fiscal 2014 defense wide procurement funding in the amount of $65,376,167 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 FAR 15.4. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-5327).
Olin Corp., Winchester Ammunition Division, East Alton, Illinois, is being awarded a $45,596,240 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for 5.56 mm frangible cartridges. This non-toxic cartridge is utilized for indoor, outdoor and close quarter battle training. Work will be performed in East Alton, Illinois, and is expected to be completed by March 2020. Fiscal 2014 procurement of ammunition (Navy and Marine Corp) funding in the amount of $9,800,000 will be obligated at time of award. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with four offers received. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-15-D-JN08).
Boeing Co., St. Louis, Missouri, is being awarded a $30,259,124 firm-fixed-price contract for procurement of one each production Harpoon Joint Common Test Station assets and associated logistics elements for the governments of Australia and Saudi Arabia. Work will be performed in St. Louis, Missouri, and is expected to be completed in May 2018. Foreign military sales funds in the amount of $30,259,124 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the governments of Australia ($17,171,950; 56.75 percent) and Saudi Arabia ($13,087,174; 43.25 percent) under the Foreign Military Sales program. 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-0076).
Lockheed Martin Corp., Mission Systems and Training, Manassas, Virginia, is being awarded a $29,209,925 modification to previously awarded contract (N00024-11-C-6294) for the development and production of the Acoustic Rapid Commercial-Off-The-Shelf Insertion (A-RCI) and common acoustics processing for Technology Insertion 12 (TI12) through Technology Insertion 14 (TI14) for the U.S. submarine fleet and for foreign military sales. A-RCI is a sonar system that integrates and improves towed array, hull array, sphere array, and other ship sensor processing, through rapid insertion of commercial off-the-shelf-based hardware and software. This modification will purchase TI14 system upgrades for six ships including spares and pre-cable kits. Work will be performed in Clearwater, Florida (30 percent), and Manassas, Virginia (70 percent), and is expected to be completed by September 2018. Fiscal 2014 and 2015 other procurement (Navy) funding in the amount of $29,209,925 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity.
Lockheed Martin Corp., Riviera Beach, Florida, is being awarded a $28,822,369 modification to previously awarded contract (N00024-13-C-6300) to upgrade three Low Rate Initial Production 1 Remote Multi-Mission Vehicles to a v6.0 configuration for inclusion in the Remote Minehunting System (RMS). The RMS is a mission module used by the Littoral Combat Ship to identify and destroy surface, subsurface and bottom moored mines. Work will be performed in Palm Beach, Florida (87 percent); Syracuse, New York (13 percent); and is expected to be completed by February 2017. Fiscal 2015 research and development in the amount of $10,596,221 will be incrementally funded. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
General Dynamics Electric Boat Corp., Groton Connecticut, was awarded a $24,326,791 modification to previously awarded contract (N00024-11-C-2109) for engineering and technical design services to support research and development (R&D) of advanced submarine technologies for current and future submarine platforms. The contract provides for R&D studies to support the manufacturability, maintainability, producibility, reliability, manning, survivability, hull integrity, performance, structural, weight/margin, stability, arrangements, machinery systems, acoustics, hydrodynamics, ship control, logistics, human factors, materials, weapons handling and stowage, submarine safety, and affordability of submarines. The program also supports near term insertion of Virginia-class technology; identification of Ohio-class replacement technology options; future submarine concepts; and core technologies. Work will be performed in Groton, Connecticut, and is expected to be completed by October 2015. Fiscal 2014 and 2015 research, development, test and evaluation contract funds in the amount of $240,000 will be obligated at time of award. Funds in the amount of $200,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
Science Applications International Corp., San Diego, California, was awarded $13,577,198 to exercise a firm-fixed-price option under a previously awarded contract (M67854-12-C-4900) to provide operations and support for Marine Corps Enterprise information technology (IT) services, including the processes and functions necessary to ensure successful management, oversight, operations and maintenance of the Marine Corps Enterprise Network. Work will be performed at the Marine Corps Enterprise IT Center, Kansas City, Missouri (65 percent); Marine Corps Base, Quantico, Virginia (25 percent); and Marine Corps Base, Camp Lejeune, North Carolina (10 percent); and work is expected to be completed on March 27, 2017. Fiscal 2015 operations and maintenance (Marine Corps) funds in the amount of $13,577,198 will be obligated at the time of award and will expire at the end of the current fiscal year. The original contract was competitively procured via the Navy Electronic Commerce Online website, with six offers received. Marine Corps System Command, Quantico, Virginia, is the contracting activity.
TCOM L.P.,** Columbia, Maryland, was awarded an $11,236,214 modification to definitize a previously awarded letter contract (M67854-14-C-2400) on March 4, 2015, for contractor engineering technical support for the Kuwait Low Altitude Surveillance System (KLASS), to perform operation and maintenance of the KLASS aerostat. Work will be performed in Kuwait City, Kuwait (90 percent); Elizabeth City, North Carolina (5 percent); and Columbia, Maryland (5 percent); and is expected to be completed in June 2016. This is a Foreign Military Sales contract which is 100 percent funded by the government of Kuwait. The funds do not expire. This contract was not competitively procured, due to sole-source direction by international agreement in accordance with FAR 6.302-4. The Marine Corps System Command, Quantico, Virginia, is the contracting activity.
P & S Construction Inc.,** North Chelmsford, Massachusetts, is being awarded $7,157,000 for firm-fixed-price task order 0026 under a previously awarded multiple award construction contract (N40192-10-D-2804) to upgrade energy-efficient lighting at 45 buildings at Andersen Air Force Base, Guam. Work will be performed in Yigo, Guam, and is expected to be completed by March 2017. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $7,157,000 were obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.
P & S Construction Inc.,** North Chelmsford, Massachusetts, was awarded $7,050,506 for firm-fixed-price task order 0023 under a previously awarded multiple award construction contract (N40192-10-D-2804) on March 5, 2015, to construct the Red Horse Airfield Operations Facility at Andersen Air Force Base, Guam. The work to be performed provides for the construction of a single story concrete building, in which the airfield operations will house the pavement and equipment training areas, maintenance bay area, secured tool room and secured tool storage, administrative area, mechanical, electrical, communications and other supporting facility areas. These areas will train airmen in their respective crafts that will include all Red Horse specific special capability training, such as asphalt milling, quarry operations, demolition operations, directional drilling, well drilling, and crane support. Work will be performed in Yigo, Guam, and is expected to be completed by July 2016. Fiscal 2015 military construction (Air Force) contract funds in the amount of $7,050,506 were 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, Marianas, is the contracting activity.
AIR FORCE
ManTech SRS, Technologies Inc., Arlington, Virginia, has been awarded a $15,805,413 cost-plus-fixed-fee modification (P00031) to previously awarded contract number FA8811-10-C-0002 for support of the Launch Systems Directorate. Contractor will provide systems engineering, product assurance, program safety, systems security, risk management, and launch integration management. Work will be performed at El Segundo, California, and is expected to be complete by March 23, 2016. Fiscal year 2015 operation and maintenance and procurement funds in the amount of $15,282,712 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.
URS Federal Technical Services Inc., Germantown, Maryland, has been awarded a $7,550,719 modification (P00066) to previously awarded contract FA4890-10-C-0007 to exercise an option. The contractor will provided unmanned aircraft system operations center support that includes the MQ-1 Predator and MQ-9 Reaper. Work will be performed at Creech Air Force Base, Nevada; Ellsworth Air Force Base, South Dakota; Holloman Air Force Base, New Mexico; and Whiteman Air Force Base, Missouri, and is expected to be complete by March 31, 2016. Fiscal year 2015 operations and maintenance funds in the fully funded amount of $7,550,719 are being obligated at the time of award. Air Combat Command, Newport News, Virginia, is the contracting activity.
Lakeside Food Inc., Anniston, Alabama, was awarded an indefinite-delivery, requirements type contract to provide fresh shell protected eggs for resale at 25 commissary store locations in South Carolina, Georgia, and Florida in the Defense Commissary Agency’s East and Central areas. The estimated award amount is $7,329,190. Contractor will deliver fresh shell protected eggs to the store locations as needed. The contract is for a 24-month base period beginning April 19, 2015, through April 22, 2017. Three one-year option periods are available. If all option periods are exercised, the contract will be completed on April 18, 2020. Contract funds will not expire at the end of the current fiscal year. Ten firms were solicited, and four offers were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Commodities Branch (LEARC), Fort Lee, Virginia.
Hillandale Farms East, Spring Grove, Pennsylvania, is being awarded an indefinite-delivery, requirements type contract to provide fresh shell protected eggs for resale at 29 commissary store locations in Massachusetts, New York, Connecticut, Maine, Pennsylvania, Rhode Island, New Hampshire, New Jersey, Delaware, Maryland, Virginia, and District of Columbia in the Defense Commissary Agency’s East and Central areas. The estimated award amount is $6,511,619. Contractor will deliver fresh shell protected eggs to the store locations as needed. The contract is for a 24-month base period beginning April 19, 2015, through April 22, 2017. Three one-year option periods are available. If all option periods are exercised, the contract will be completed on April 18, 2020. Contract funds will not expire at the end of the current fiscal year. Ten firms were solicited, and four offers were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Commodities Branch (LEARC), Fort Lee, Virginia.
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
Isis Defense, Alexandria, Virginia, has been awarded a $7,034,317 firm-fixed-price, other transaction for prototypes agreement, for a research project entitled “Threat Intelligence Platform.” This agreement provides for the development of a threat intelligence and cyber analytics platform that will merge existing Defense Advanced Research Projects Agency big data research with novel approaches to high-performance computing and data storage hardware. Fiscal 2014 research, development, test and evaluation funds in the amount of $750,000 are being obligated at time of award. All work will be performed in Alexandria, Virginia, with an estimated completion date of March 2016. This award was a competitive acquisition, and 42 proposals were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.
ARMY
Great Lakes Dredge and Dock, Oak Brook, Illinois, was awarded a $134,486,950 firm-fixed-price incrementally funded contract for the Savannah, Georgia, harbor expansion project involving new dredging for the entrance channel with an estimated completion date of June 16, 2018. Bids were solicited via the Internet with three received. Fiscal 2015 other procurement funds in the amount of $35,000,000 are being obligated at the time of the award. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-15-C-0005).
BAE Systems Information Solutions Inc., San Diego, California (N00019-15-D-0010); DCS Corp., Alexandria, Virginia (N00019-15-D-0011); Dynetics Inc., Huntsville, Alabama (N00019-15-D 0012); Progeny Systems Corp., Manassas, Virginia (N00019-15-D-0013); Raytheon Co. Intelligence, Information and Services, Dulles, Virginia (N00019-15-D-0014); Tapestry Solutions Inc., a Boeing Co., San Diego, California (N00019-15-D 0015); Northrop Grumman Systems Corp. Northrop Grumman Information Systems, Herndon, Virginia (N00019-15-D-0016); QinetiQ North America Inc., Reston, Virginia (N00019-15-D-0017); and Lockheed Martin Corp., IS&GS Development Segment, Information Systems & Global Solutions Business Area, King of Prussia, Pennsylvania (N00019-15-D-0018); are each being awarded indefinite-delivery/indefinite-quantity multiple award contracts for the software development, test and evaluation, maintenance, integration, training, and fielding of Strike Planning and Execution Systems. The aggregate not-to-exceed amount for these multiple award contracts is $98,960,000 and each contractor will be provided a fair opportunity to compete for individual task orders. Work will be performed at each contractor’s facility in San Diego, California; Alexandria, Virginia; Huntsville, Alabama; Manassas, Virginia; Dulles, Virginia; San Diego, California; Herndon, Virginia; Reston, Virginia; and King of Prussia, Pennsylvania. Work performed under these contracts is expected to be completed in February 2020. No contract funds will be obligated at the time of award. Funds will be obligated as task orders are issued. No funds will expire at the end of the current fiscal year. These contracts were solicited via a multiple award request for proposals and nine offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
L-3 National Security Solutions Inc., Reston, Virginia, is being awarded a $54,518,564 modification to a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (with provisions for firm-fixed-price orders) (N65236-11-D-4805). This ceiling increase is to provide for continued engineering and technical support services for command, control, communications and computer (C4) exercise planning and evaluation, integration, systems integration, operational systems, fielding, training, certification, maintenance, logistics, configuration management, systems engineering, network engineering, software engineering, documentation/graphics support, program management, quality assurance and life-cycle sustainment management support. This contract included four options which, as a result of this modification, would bring the cumulative ceiling value of this contract to $136,247,954. Work will be performed in Fayetteville, North Carolina, (84 percent) and Tampa, Florida, (16 percent) and is expected to be completed by September 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. This contract was previously competitively procured with proposals solicited via the Commerce Business Daily’s Federal Business Opportunities website, and the Space and Naval Warfare Systems Command e-Commerce Central website, with three offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity (N65236-11-D-4805).
L-3 Fuzing and Ordnance Systems, Cincinnati, Ohio, is being awarded a $22,018,632 modification to a previously awarded firm-fixed-price contract (N00019-14-C-0073) to exercise an option for FMU-139 C/B electronic bomb fuze and accessories. This includes 8,073 FMU 139 C/B electronic bomb fuzes (9 pack) for the U.S. Navy (5,924) and the Foreign Military Sales program (2,149) for the governments of Canada, Malaysia, Kuwait, and Italy; 2,038 FMU 139C/B electronic bomb fuzes (6 pack) for the government of Turkey; 100 accessory kits for the government of Italy; and 12 dummy fuzes for the government of Finland. Work will be performed in Cincinnati, Ohio (65 percent), and Orlando, Florida (35 percent), and is expected to be completed in March 2018. Fiscal 2014 procurement ammunition Navy-Marine Corps, (Navy) and 2015 overseas contingency operations, procurement ammunition Navy-Marine Corps, (Navy) funds in the amount of $12,009,192 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy (54.54 percent) and the governments of Turkey (25.28 percent); Finland (0.03 percent); Italy (4.02 percent); Kuwait (3.91 percent); Malaysia (5.84 percent); and Canada (6.38 percent) under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Computer Sciences Corp., Washington, District of Columbia, is being awarded an $8,343,366 cost-plus-fixed-fee modification to previously awarded contract (N00024-14-C-2307) to exercise an option for professional services in support of the Littoral Combat Ship program. This contract is for professional support services in the areas of test and evaluation, lifecycle engineering and support, logistics and operational readiness, program management, business and financial management, systems engineering, production planning and production engineering, manning, personnel and training, human systems integration analysis and engineering, data management engineering, and combat systems development. Work will be performed in Washington, District of Columbia, and is expected to be completed by June 2015. Fiscal 2013 shipbuilding and conversion (Navy) and fiscal 2015 operations and maintenance (Navy) funding in the amount of $8,343,366 will be obligated at time of award and funds in the amount of $1,296,522 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an $8,225,563 modification to a previously awarded fixed-price-incentive-firm contract (N00019-12-C-0004) for the procurement and delivery of electronic components to support low-rate initial production Lot VII F-35 Lightning II Joint Strike Fighter aircraft for the U.S. Air Force, Marine Corps, Navy and international partners. Work will be performed in Fort Worth, Texas, and is expected to be completed in March 2016. Fiscal 2014 aircraft procurement (Air Force); fiscal 2013 aircraft procurement (Marine Corps and Navy) and international partner funds in the amount of $8,225,563 will be obligated at time of award, none of which will expire this fiscal year. This contract combines purchases for the U.S. Air Force ($4,883,926; 59.4 percent); the U.S. Navy ($1,542,294; 18.7 percent); U.S. Marine Corps ($1,028,196; 12.5 percent); and international partners ($771,147; 9.4 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Progeny Systems Corp.,* Manassas, Virginia, is being awarded a $6,839,124 modification to previously awarded contract (N00024-14-C-6220) for the production of the AN/WLY-1 System, AN/WSQ-9 Interface Kits, Intercept and Ranging Systems, Archival Media Center Kit(s) and Swinger Kit(s) systems and spares. Work will be performed in Manassas, Virginia, and is expected to be completed by June 2016. Fiscal 2015 other procurement (Navy), fiscal 2015 research, development, test and evaluation, and fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $6,839,124 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was awarded under the authority of 10 U.S.C. 2304(c)(5), authorized or required by statue 15 U.S.C. 638 (r) – aid to small business. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
AIR FORCE
Boeing Aerospace Operations, Oklahoma City, Oklahoma, has been awarded a $52,805,008 modification (P00228) to previously awarded contract FA8106-07-C-0001. Contractor will provide Avionics Modernization Program Phase II effort for the VC-25A aircraft to include Federal Aviation Administration approved avionics modification engineering services to manufacture or procure, install, and test one prototype. Work will be performed at Oklahoma City, Oklahoma, and is expected to be complete by May 30, 2018. Fiscal year 2015 research, development, test and evaluation funds in the amount of $10,300,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.
Leidos Inc., Reston, Virginia, has been awarded a $25,341,311 modification (P00014) to previously awarded contract FA8807-14-C-0005 for up to 6-months extension for systems engineering and integration. Contractor will provide systems engineering and integration support for the Global Positioning Systems program. Work will be performed at Los Angeles Air Force Base, California, and is expected to be complete by Sept. 2, 2015. Fiscal year 2015 research, development, test and evaluation and missile procurement funds in the amount of $8,382,670 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.
Chattanooga Metropolitan Airport Authority, Chattanooga, Tennessee, has been awarded a maximum $38,441,312 fixed-price with economic-price-adjustment contract for jet fuel. This contract was a sole-source acquisition. This is a four-year base contract. Location of performance is Tennessee with a Mar. 31, 2019, 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 Energy, Fort Belvoir, Virginia (SP0600-15-D-0004).
GE Datex Ohmeda Inc., Madison, Wisconsin, has been awarded a maximum $19,847,688 modification (P00104) exercising the sixth one-year option period of a one-year base contract (SPM2D1-09-D-8348) with nine one-year option periods 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 March 5, 2016, 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.
DeRossi & Son Company Inc.,* Vineland, New Jersey, has been awarded a maximum $10,479,672 firm-fixed-price contract for men’s coats. This contract was a competitive acquisition and three offers were received. This is a one-year base contract. Location of performance is New Jersey with a March 3, 2016, performance completion date. Using military service is Army. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-15-D-1033).
Piedmont Hawthorne Aviation LLC, doing business as Landmark Aviation, San Antonio, Texas, has been awarded a maximum $8,920,514 fixed-price with economic-price-adjustment, into-plane requirement contract for jet fuel. This contract was a sole-source acquisition. This is a four-year base contract. Location of performance is Texas with a March 31, 2019, 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 Energy, Fort Belvoir, Virginia (SP0600-15-D-0040).
Blu Pharmaceuticals LLC,* Franklin, Kentucky, has been awarded a maximum $7,648,841 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical products. This contract was a sole-source acquisition. This is a one-year base contract with seven one-year option periods. Location of performance is Kentucky with a March 4, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2015 war-stopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-15-D-0001).
Jaise Inc.,* doing business as Servion of Waco, Waco, Texas, has been awarded a maximum $7,177,505 fixed-price with economic-price-adjustment contract for jet fuel. This contract was a sole-source acquisition. This is a four-year base contract. Location of performance is Texas with a March 31, 2019, 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 Energy, Fort Belvoir, Virginia (SP0600-15-D-0036).
Top Gun Aviation Inc.,* Hammond, Louisiana, has been awarded a maximum $6,651,482 fixed-price with economic-price-adjustment contract for jet fuel. This contract was a sole-source acquisition. This is a four-year base contract. Location of performance is Louisiana with a March 31, 2019, 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 Energy, Fort Belvoir, Virginia (SP0600-15-D-0038).
ARMY
Massillon Construction and Supply LLC,* Massillon, Ohio (W91237-15-D-0005) and Mi-De-Con Inc.,* Ironton, Ohio (W91237-15-D-0004) were awarded a $15,000,000.00 firm-fixed-price contract with options for various small construction projects within the Great Lakes and Ohio River Division of the Corps of Engineers with an estimated completion date of March 2, 2018. Bids were solicited via the Internet with eight received. Funding will be determined with each order. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity.
UPDATE: ECS Federal Inc., Fairfax, Virginia (W52P1J-15-D-0023); Deloitte Consulting LLP, New York, New York (W52P1J-15-D-0024); and LOGC2,* Huntsville, Alabama (W52P1J-15-D-0025) have been added as awardees to a previously announced (March 21, 2014) maximum $461,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity task order contract for program management support services for the Program Executive Office Enterprise Information Systems headquarters, directorates, project and product offices and related organizations. These contractors are being added to the previously awarded suite of contracts due to corrective action. Funding and work location will be determined with each order with an estimated completion date of Feb. 26, 2020. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.
Johns Hopkins University Applied Physics Laboratory, a university affiliated research center in Laurel, Maryland, is being awarded an indefinite-delivery, indefinite-quantity contract with a maximum value of $405,000,000 for theoretical analyses, exploratory studies, and/or experiments in various fields of science and technology; and engineering and/or developmental work for the practical application of investigative findings and theories of a scientific or technical nature through employment of their eight core competencies in support of U.S. Special Operations Command. The work will be performed in Laurel, Maryland, and is expected to be completed by February 2020. Fiscal 2015 research, development, test and evaluation funds in the amount of $656,428 are being obligated at time of award. Contract funds will not expire as the end of the current fiscal year. The award is the result of a sole source acquisition. U.S. Special Operations Command is the contracting agency (H92222-15-D-0004).
NAVY
Sierra Nevada Corp., Rancho, California, is being awarded a $27,919,007 modification to a previously awarded firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00174-09-D-0003) to exercise option year four for the procurement and support of the transmitting set, countermeasures AN/PLT-5 to support explosive ordnance disposal personnel. The AN/PLT-5 is a man-portable system in support of the Joint Service Explosive Ordnance Disposal Counter Radio Controlled Improvised Explosive Device Electronic Warfare program. Work will be performed in Rancho, California, and is expected to be completed by March 2016. No funds will be obligated at the time of this action and contract funds will not expire at the end of the current fiscal year. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.
Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $23,150,000 modification to previously awarded contract (N00024-09-C-2116) to continue construction preparation efforts for CVN 79. This modification allows continuation of ongoing planning, construction and material procurement that are aligned with the optimal build plan for the ship, and it affords an opportunity for the shipbuilder to incorporate further construction process improvements into the construction plan. Work will be performed in Newport News, Virginia, and is expected to be complete by October 2017. Fiscal 2015 shipbuilding and conversion (Navy) and 2015 research, development, test and evaluation funding in the amount of $23,150,000 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 Navy Yard, Washington, District of Columbia, is the contracting activity.
DRS Laurel Technologies Inc., Johnstown, Pennsylvania, is being awarded an $11,568,943 firm-fixed-price and time and materials contract for AN/USQ-82(V) Gigabit Ethernet Data Multiplex System hardware and installation and checkout repair for DDG 51 Flight I/II and IIA modernization, DDG 51 Class new construction, AEGIS Ashore, Australian Air Warfare Destroyer, Land Based Engineering Site, and other designated projects. This contract includes options which, if exercised, would bring the cumulative value of this contract to $28,510,531. Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by June 2016. If options are exercised, work will continue through March 31, 2020. Fiscal 2015 other procurement (Navy) and fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $11,568,943 will be obligated at the time of award. No contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C4204).
The Boeing Co., Huntington Beach, California, is being awarded a $9,958,461 firm-fixed-price and time and materials contract for AN/USQ-82(V) Gigabit Ethernet Data Multiplex System hardware and installation and checkout repair for DDG 51 Flight I/II and IIA modernization, DDG 51 Class new construction, AEGIS Ashore, Australian Air Warfare Destroyer, Land Based Engineering Site, and other designated projects. This contract includes options which, if exercised, would bring the cumulative value of this contract to $27,535,133. Work will be performed in Huntington Beach, California, and is expected to be completed by June 2016. If options are exercised, work will continue through Sept. 30, 2020. Fiscal 2014 and 2015 other procurement (Navy) and fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $9,958,461 will be obligated at the time of award. No contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C4205).
Bell Helicopter Textron Inc., Hurst, Texas, is being awarded an $8,431,030 modification to a previously awarded firm-fixed-price contract (N00019-14-C-0022) to exercise an option for delivery of one Bell 407 Analog Helicopter, and preservation and storage of seven aircraft in support of the endurance upgrade of the MQ-8C Fire Scout. Work will be performed in Ozark, Alabama, and is expected to be completed in September 2015. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $8,431,030 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded a $7,067,175 modification to a previously awarded cost-plus-incentive-fee contract (N00019-14-C-0026) for retrofit modifications to the F-135 propulsion system, including production thrust recovery and integrated power package manifold. Work will be performed in Oklahoma City, Oklahoma, and is expected to be completed in December 2016. Fiscal 2013 aircraft procurement (Air Force) funds in the amount of $3,568,757 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($3,568,757; 50 percent); the U.S. Navy ($3,445,521; 49 percent); and the international partners ($52,897; 1 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
March 11, 2015
Business, Business / Career, Education, Feature, Government