CONTRIBUTING SOURCE: U.S. Department of Defense
AIR FORCE
Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $485,000,000 firm fixed price with minimal cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. Contractor will provide multiple Sniper advanced targeting pods including initial spares, 1K forward-looking infrareds, and two-way data links. It also includes other items as specified in the contract. Work will be performed at Orlando, Florida, and is expected to be complete by March 26, 2018. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8540-15-D-0001).
Carnegie Mellon University, Software Engineering Institute, Pittsburgh, Pennsylvania, has been awarded a $70,086,525 modification (P00139) to previously awarded contract FA8721-05-C-0003 for a ceiling increase and period of performance extension. The ceiling increase is required due to an increase in research and development requirements for non-Department of Defense work, work in support of classified and unclassified missions, and work on software programs. The period of performance extension is required to allow services to be continued or to be completed without a break in service. Work will be performed at Pittsburgh, Pennsylvania, and is expected to be complete by June 30, 2016. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.
The Boeing Co., St. Louis, Missouri, has been awarded a $28,460,408 modification (P00078) to exercise the option on contract FA8678-10-C-0100 for purchase of QF-16 Full-Scale Aerial Target (FSAT) Lot 3. This option is for the purchase of 25 QF-16 FSATs and 25 four-year warranties of the QF-16 drone-peculiar equipment. Work will be performed at Cecil Field, Florida, and is expected to be complete by Oct. 31, 2017. Fiscal 2014 and 2015 procurement funds in the amount of $28,460,408 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.
Aerospace Testing Alliance, Tullahoma, Tennessee, has been awarded a $15,461,483 cost-plus-award-fee modification (P00349) to previously awarded contract F40600-03-C-0001. Contractor will increase the workload for the operations, maintenance, information management and support of Arnold Engineering Development complex. Work will be performed at Arnold Air Force Base, Tennessee, and is expected to be complete by Sept. 30, 2015. No funds are being obligated at the time of award. Air Force Test Center, Arnold Air Force Base Tennessee, is the contracting activity.
Newbegin Enterprises, Inc.,* Johnson City, Tennessee, has been awarded a $15,000,000 modification (P00007) to exercise the option on previously awarded contract FA4803-11-D-0001 for Air Forces Central Command (AFCENT) Internet-based contractor operated parts store. Contractor will provide automotive and related vehicle parts, automotive chemicals, corrosion control materials, upholstery material, and accessories for AFCENT vehicles and equipment located in the AFCENT area of responsibility. Work will be performed at Johnson City, Tennessee, and is expected to be complete by March 31, 2016. Funds will be obligated on individual delivery orders. The 20th Contracting Squadron, Shaw Air Force Base, South Carolina, is the contracting activity.
Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded an $8,906,093 undefinitized contract action. Contractor will provide the Royal Jordanian Air Force, through a third party transfer, 10 United Kingdom Sniper advanced targeting pods with compact multiband datalink, digital data recorder with associated global scope software and data logger modules. Sniper advanced targeting pod system is integrated with F-16 aircraft to provide electro-optical and infrared imagery. Work will be performed at Orlando, Florida, and is expected to be complete by Nov. 27, 2016. This contract involves foreign military sales. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8540-15-C-0009).
Vectrus Systems Corp., Colorado Springs, Colorado, has been awarded a $6,502,584 modification (P00003) to previously awarded contract FA5641-15-C-0001 for base maintenance and operations services in Spain. Contractor will provide contingency support for the Marine Corps. Work will be performed at Moron, Spain, and is expected to be complete by March 27, 2016. Fiscal year 2015 operations and maintenance funds in the amount of $3,400,000 are being obligated at the time of award. Air Force Installation Contracting Agency, 764th Specialized Contracting Squadron, Kaiserslautern, Germany, is the contracting activity.
ADGC Bonita Pipeline JV,* Santee, California (N62473-15-D-2419); CJW Construction Inc.,* Santa Ana, California (N62473-15-D-2420); Kear Civil Corp.,* Phoenix, Arizona (N62473-15-D-2421); Martin Brothers Construction,* Sacramento, California (N62473-15-D-2422); and Orion Construction Corp.,* Vista, California (N62473-15-D-2423), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for new construction, repair and renovation, of wet utilities projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value including the base period and four option years for all five contracts combined is $99,000,000. The work to be performed provided for new construction, repair and renovation, primarily by design-build or secondarily by design-bid-build, of wet utilities projects. Types of projects may include, but are not limited to: water, steam, wastewater, storm sewer, pumping stations, treatment plants, storage tanks, and related work. All structures (including buildings) that are integral parts of the water, steam, and wastewater networks are included. Work on these contracts will be performed within the NAVFAC Southwest AOR including, but not limited to, California (90 percent), Arizona (6 percent), Nevada (1 percent), Colorado (1 percent), Utah (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of March 2020. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $25,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured as a set-aside for small businesses via the Federal Business Opportunities website with 11 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contracts. No task orders are being issued at this time. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.
A&D GC Inc.,* Santee, California (N62473-15-D-2403); Bristol General Contractors LLC,* Anchorage, Alaska (N62473-15-D-2404); Cox Construction Co.,* Vista, California (N62473-15-D-2405); I.E.-Pacific Inc.,* Escondido, California (N62473-15-D-2406); Insight Pacific LLC,* Anaheim, California (N62473-15-D-2407); and Penick Nordic JV IV,* La Mesa, California (N62473-15-D-2418), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for new construction and repair of general building construction projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value including the base period and four option years for all six contracts combined is $99,000,000. The work to be performed provides for new construction and repair within the North American Industry Classification System Code 236220, primarily by design-build or secondarily by design-bid-build, of general building construction. Types of projects may include, but are not limited to: administration buildings, school buildings, hospitals, auditoriums, fire stations, gymnasiums, office buildings, hangars, laboratories, and parking structures. Work on these contracts will be performed within the NAVFAC Southwest AOR including, but not limited to, California (90 percent), Arizona (6 percent), Nevada (1 percent), Colorado (1 percent), Utah (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of March 2020. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $30,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured as a set-aside for small businesses via the Federal Business Opportunities website, with 42 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contracts. No task orders are being issued at this time. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.
Rolls-Royce Corp., Indianapolis, Indiana, is being awarded a $93,553,851 modification to a previously awarded indefinite-delivery, requirements contract (N00019-14-D-0016) to exercise an option to provide intermediate, depot level maintenance and related logistics support for approximately 223 in-service T-45 F405-RR-401 Adour engines and MKII gas turbine starters. Work will be performed at the Naval Air Station (NAS) Meridian, Mississippi (47 percent); NAS Kingsville, Texas (46 percent); NAS Pensacola, Florida (6 percent); and NAS Patuxent River, Maryland (1 percent), and is expected to be completed in March 2016. No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, is being awarded a $51,642,334 modification to previously awarded contract (N00024-14-C-5106) for fiscal 2015 Aegis Modernization (AMOD) production requirements. This contract modification is for the production of Multi-Mission Signal Processor equipment sets; Ballistic Missile Defense 4.0.2 equipment; Aegis Weapon System AMOD Upgrade equipment; and associated spares, special tooling, and test equipment, to support the fielding of AMOD capabilities to the fleet. Work will be performed in Moorestown, New Jersey (54 percent); Clearwater, Florida (45 percent); and Owego, New York (1 percent), and is expected to be completed by July 2017. Fiscal 2015 other procurement (Navy) and fiscal 2015 Defense-wide procurement funding in the amount of $51,642,334 will be obligated at the 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.
Lockheed Martin Corp., Baltimore, Maryland, is being awarded a $19,026,599 task order under previously awarded basic ordering agreement (BOA) (N00024-12-G-4329) for littoral combat ship fleet maintenance sustainment support. The BOA was initially awarded to Lockheed Martin for the design and construction of the Freedom-class littoral combat ship. Lockheed Martin currently administers and performs fleet maintenance requirements through both the use of its resources and the original equipment manufacturer, and the use of nationwide subcontractors that are capable of working on systems and subsystems. Work will be performed in San Diego, California, and is expected to be completed by September 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $19,026,599 will be obligated at time of award and will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the ordering/contracting activity.
Exelis Inc., Information Systems Division, Herndon, Virginia, is being awarded an $18,240,767 modification to previously awarded contract (N00174-11-D-0002) to exercise option four for the continued procurement of post-production maintenance support of Navy crew fixed site systems. This action is to fulfill a requirement for equipment, maintenance and support for the Joint Service Explosive Ordnance Disposal Counter Radio Controlled Improvised Explosive Device Electronic Warfare (JSEOD CREW) program. The JSEOD CREW program provides all military explosive ordnance disposal services with a new electronic warfare capability to counter the threat from improvised explosive devices. Work will be performed in Boalsburg, Pennsylvania, and is expected to be completed by March 2016. No funds are being obligated at the time of award. No contract funds will 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.
Raytheon Co., Integrated Defense Systems, Sudbury, Massachusetts, is being awarded a $16,663,927 firm-fixed-price delivery order under previously awarded basic ordering agreement (N00024-14-G-5105) for fiscal 2015 Aegis modernization production requirements. This delivery order covers the production of Multi-Mission Signal Processor Ordnance Alteration (ORDALT) kits, kill assessment system ORDALT kits and spares, radio frequency coherent combiner kits, high voltage power supply sidewall capacitors, traveling waves tube monitoring circuits, and stabilized master oscillator ORDALT kits, as well as test and installation efforts, in support of the Aegis Modernization (AMOD) program. The AMOD program fields combat system upgrades that will enhance the anti-air warfare and Ballistic Missile Defense capabilities of Aegis-equipped Arleigh Burke-class destroyers and Ticonderoga-class cruisers. This delivery order includes options which, if exercised, would bring the cumulative value of this delivery order to $24,821,438. Work will be performed in Norfolk, Virginia (42 percent); Andover, Massachusetts (38 percent); Burlington, Massachusetts (12 percent); and Sudbury, Massachusetts (8 percent), and is expected to be completed by May 2017. Fiscal 2015 other procurement (Navy); fiscal 2015 Defense-wide procurement and fiscal 2015 research, development, test and evaluation funding in the amount of $16,663,927 will be obligated at the 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.
Raytheon Co., Integrated Defense Systems, San Diego, California, is being awarded a $16,091,864 modification to previously awarded contract (N00024-14-C-5128) to exercise an option for continuing platform systems engineering agent support of the Ship Self Defense System (SSDS) MK 2 development for aircraft carrier/amphibious Modernization Advanced Capability Build (ACB) 12/Technical Insertion 12 (ACB12/TI12). Work to be performed includes the achievement of key milestones for non-recurring platform systems engineering to further mature the ACB 12, a tactical product. ACB 12 is slated for deployment, initially on CVN 78, CVN 72, and LHD 2, then to be extended to CVN 73 and other SSDS MK 2 enabled platforms. Work will be performed in San Diego, California (90 percent); Tewksbury, Massachusetts (2.5 percent); Portsmouth, Rhode Island (2.5 percent); St. Petersburg, Florida (2.5 percent); and Tucson, Arizona (2.5 percent); and is expected to be completed by December 2015. Fiscal 2011 shipbuilding and conversion (Navy) and fiscal 2015 research, development, test and evaluation funding in the amount of $1,187,942 will be obligated at time of award. Funds in the amount of $977,942 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., Mission Systems and Training, Manassas, Virginia, is being awarded not-to-exceed $9,078,625 for delivery order 1195 under previously awarded basic ordering agreement (N00104-10-G-A109) for the repair of the AN/UYQ-70 advanced display system and the Navy’s current generation of commercial-off-the-shelf display and processor systems for tactical and command, control, communication, computer intelligence (C41) applications for target acquisition and tracking, weapons control, theater air defense, anti-submarine warfare, battle group communication, and airborne surveillance and control. Work will be performed at Virginia Beach, Virginia (10 percent), and various Lockheed Martin repair units located throughout the U.S. (90 percent), and work is expected to be completed by April 2016. Fiscal 2015 working capital funds (Navy) in the amount of $4,448,526 will be obligated at the time of award and these funds will not expire before the end of the current fiscal year. One company was solicited for the non-competitive requirement and one offer was received in response to this solicitation in accordance with 10 U.S.C. 2304(c)(1). The Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-10-G-A-109).
BAE Systems, Honolulu, Hawaii, is being awarded an $8,433,456 modification to previously awarded contract (N00024-14-C-4412) to support the repair and alteration of USS O’Kane (DDG 77). USS O’Kane is undergoing a scheduled drydocking selected repair availability which is the opportunity in the ship’s life cycle to primarily conduct repair and alteration to systems and hull not available when the ship is waterborne. Work is being performed in Honolulu, Hawaii, and is expected to complete by November 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $8,433,456 will be obligated at time of award and will expire at the end of the current fiscal year. The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity.
iGov Technologies Inc., Reston, Virginia, is being awarded a $7,400,323 firm-fixed-price task order under a previously awarded NASA contract (NNG07DA27B) for Marine Corps Enterprise Network (MCEN) Secret Internet Protocol Router (SIPR) (MCEN-S) Enterprise Service Stacks (ESS). The scope of this effort includes procuring and delivery of a technical solution, (i.e., hardware, software, and infrastructure), support services, user training, and lifecycle sustainment support to replace MCEN SIPR ESS. This task order includes options which, if exercised would bring the cumulative value of this order to $9,341,310. Work will be performed at Marine Corps Base Quantico, Quantico, Virginia (44 percent); Camp Pendleton, California (14 percent); Camp Lejeune, North Carolina (7 percent); Camp Foster, Okinawa, Japan (7 percent); Enterprise IT Center, Kansas City, Missouri (7 percent); Panzerkaserne-Barracks, Boblingen, Germany (7 percent); Marine Corps Base Kaneohe Bay, Kaneohe Bay, Hawaii (7 percent); and Marine Forces Reserve, New Orleans, Louisiana (7 percent). Work is expected to be completed on March 31, 2020. Fiscal 2013 procurement (Marine Corps) funds in the amount of $7,400,323 will be obligated at the time of award and will expire at the end of the current fiscal year. This task order was competitively procured through the National Aeronautics and Space Administration Solutions for Enterprise-Wide Procurement Contract Holders; with four offers received. Marine Corps System Command, Quantico, Virginia, is the contracting activity (M67854-15-F-4444).
SPECIAL OPERATIONS COMMMAND
General Electric Aviation, Cincinnati, Ohio, is being awarded a $91,910,570, indefinite-delivery/indefinite-quantity contract to provide life cycle contractor support for the YT706-GE-700 engine and components for the Technology Applications Program Office at U.S. Special Operations Command. The majority of the work will be performed in Cincinnati, Ohio, and is expected to be completed by March 31, 2020. Fiscal 2015 operations and maintenance in the amount of $2,350,800 are being obligated at the time of award to fund Task Order 0001, which is anticipated to be effective on April 1, 2015, as a firm-fixed-price order. This contract was awarded through non-competitive award in accordance with FAR 6.302-1. U.S. Special Operations Command is the contracting activity (H92241-15-D-0002.)
Textron Systems, Unmanned Systems, Hunt Valley, Maryland, was awarded a $51,762,329 modification (P00025) to contract W58RGZ-14-C-0001 for performance based logistics and operational support for Shadow tactical unmanned aircraft systems for the Army and Marine Corps. Fiscal 2015 operations and maintenance (Army) and other procurement funds in the amount of $45,404,029 were obligated at the time of the award. Estimated completion date is Oct. 31, 2015. Work will be performed in Hunt Valley, Maryland, Afghanistan, and Iraq. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Lockheed Martin Corp, Gaithersburg, Maryland, was awarded a $35,572,000 order dependent contract with options for information management and information technology services supporting the Army Corps of Engineers Information Technology to include headquarters, divisions, districts, centers and field operating activities. Funding and work location will be determined with each order with an estimated completion date of July 31, 2015. One bid was solicited with one received. Army Corps of Engineers Information Technology, Vicksburg, Mississippi, is the contracting activity (W91WMC-15-D-0001).
Raytheon Co., Tucson, Arizona, was awarded a $25,000,000 cost-plus-fixed-fee contract for engineering services for the M982 Excalibur program. Funding and work location will be determined with each order with an estimated completion date of March 26, 2020. One bid was solicited with one received. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-D-0019).
Northern Construction LLC, Ogden, Utah, was awarded a $122,777,054 firm-fixed-price contract to design and construct a fire crash rescue facility. Work will be performed at Hill Air Force Base, Utah, with an estimated completion date of March 26, 2017. Bids were solicited via the Internet with two received. Fiscal 2015 other procurement funds in the amount of $122,777,054 are being obligated at the time of the award. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-15-C-0001).
Amherst Madison, Charleston, West Virginia (W91237-15-D-0007), and the Neighborgall Construction Co.,* Huntington, West Virginia (W91237-15-D-0008), were awarded a $10,000,000 firm-fixed-price contract with options for small construction projects within the boundaries of the Great Lakes and Ohio River Division, Corps of Engineers. Funding and work location will be determined with each order with an estimated completion date of March 26, 2020. Bids were solicited via the Internet with two received. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity.
Deco Tool Supply Co.,* Davenport, Iowa, was awarded a $9,789,286 firm-fixed-price indefinite-delivery/indefinite-quantity contract for a mobile metal working shop and tools to fabricate metal repair parts in the field. Funding and work location will be determined with each order with an estimated completion date of March 26, 2020. Bids were solicited via the Internet with two received. Army Contracting Command – Joint Manufacturing and Technology Center, Rock Island, Illinois, is the contracting activity (W9098S-15-D-0016).
CJW Construction Inc., * Santa Ana, California, was awarded an $8,343,200 firm-fixed-price contract for maintenance dredging of the Houston ship channel. Work will be performed in Houston, Texas, with an estimated completion date of Sept. 30, 2015. Bids were solicited via the Internet with four received. Fiscal 2014, 2015 operations and maintenance (Army) funds in the amount of $8,343,200 are being obligated at the time of the award. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W9126G-15-C-0011).
DEFENSE LOGISTICS AGENCY
Northrup Grumman Aerospace Systems, El Segundo, California, has been awarded a maximum $12,134,980 firm-fixed-price delivery order against a basic ordering agreement for aircraft vertical stabilizers. This was a sole source award. Location of performance is California with an October 2019 completion date. Using military service is Navy. Type of appropriation is fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. (SPRPA1-11-G-002Z)
Kaman Precision Products Inc., Orlando, Florida, has been awarded a $58,057,125 firm-fixed-price modification (P00028) to previously awarded contract FA8681-13-C-0029 for Lot 12 production of Joint Programmable Fuze systems. Contractor will provide an additional quantity of 15,742 state-of-the-art fuze systems being produced under the basic contract. Work will be performed at Orlando, Florida, and is expected to be complete by April 30, 2017. Fiscal 2013, 2014 and 2015 ammunition procurement funds in in the amount of $45,635,806 and fiscal 2015 overseas contingency operations funds in the amount of $12,421,319 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.
Goodwill Industrial Services Corp., Colorado Springs, Colorado, has been awarded a $31,754,270 indefinite-delivery/indefinite-quantity and firm-fixed-price contract for base and dormitory custodial services. Contractor will provide janitorial and custodial services to cadets, active-duty military members, civilian employees and contractor employees. Work will be performed at the U.S. Air Force Academy, Colorado, and is expected to be complete by March 31, 2022. This award is the result of a sole-source acquisition in accordance with Federal Acquisition Regulations Subpart 8.7 – Acquisition from Nonprofit Agencies Employing People Who Are Blind or Severely Disabled. Fiscal 2015 operations and maintenance funds in the amount of $4,245,090 are being obligated at the time of award. The 10th Contracting Squadron, U.S. Air Force Academy, Colorado, is the contracting activity (FA7000-15-D-0004).
National Test Pilot School, Mojave, California, has been awarded a $22,486,003 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Contractor will provide test pilot professional, flight test engineer and/or weapon systems officer professional training to Israeli Air Force personnel. Work will be performed at Mojave, California, and is expected to be complete by March 31, 2020. This contract involves foreign military sales to Israel. This award is the result of a country directed sole-source acquisition. The 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-15-D-0003).
ARMY
Environet Inc,* Kamuela, Hawaii (W12QR-15-D-0019); T & T Construction Enterprises LLC,* Leitchfield, Kentucky (W912QR-15-D-0020); Q.B.S. Inc.,* Alliance, Ohio (W912QR-15-D-0021); SAF Inc.,* Akron, Ohio (W912QR-15-D-0022); and Fortis Networks Inc.,* Phoenix, Arizona (W912QR-15-D-0023), were awarded a $45,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, task order contract for the operation, maintenance, and construction of civil and military projects within the Great Lakes and Ohio River Division mission boundaries of the Army Corps of Engineers. Work location and funding will be determined with each order with an estimated completion date of March 25, 2020. Bids were solicited via the Internet with 12received. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity.
General Dynamics C4 Systems, Scottsdale, Arizona, was awarded a $37,276,895 cost-plus-fixed-fee contract for software sustainment, logistics documentation, hardware, and enhancements to support the AN/PRC-154 and AN/PRC-154A versions of the Rifleman Radio. Work will be performed in Scottsdale, Arizona, with an estimated completion date of March 31, 2016. One bid was solicited with one received. Fiscal 2013, 2014, and 2015 other procurement (Army) funds in the amount of $37,576,895 are being obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-15-C-0005).
General Dynamics Information Technology Inc., Fairfax, Virginia, was awarded a $12,597,837 modification (P00015) to contract W91RUS-12-C-0011 to provide brigade and battalion administrative, operations, and logistics staff support to the 160th Signal Brigade and its subordinate commands within the CENTCOM area of responsibility. Fiscal 2015 operations and maintenance (Army) funds in the amount of $12,597,837 were obligated at the time of the award. Estimated completion date is March 31, 2016. Work will be performed in Kuwait, Qatar and Afghanistan. Army Contracting Command, Ft. Huachuca, Arizona, is the contracting activity.
Weeks Marine Inc., Covington, Louisiana, was awarded a $9,221,600 firm-fixed-price contract for construction and repair of existing earthen levees and stone dikes and subsequent hydraulic cutterhead dredging of borrow sites in Lake Pontchartrain. Work will be performed in St. John the Baptist Parish, Louisiana, with an estimated completion date of Nov. 30, 2015. Bids were solicited via the Internet with eight received. Fiscal 2015 military construction funds in the amount of $9,221,600 are being obligated at the time of the award. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-15-C-0021).
TSI Corp., Las Vegas, Nevada, was awarded a $9,112,856 modification (P00008) to contract W9124J-12-D-0012 to support the Ft. Hood Directorate of Public Works. Funding and exact work location will be determined with each order. Estimated completion date is March 31, 2017. Army Contracting Command, Ft. Hood, Texas, is the contracting activity.
General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $9,018,094 modification (P00021) to contract W56HZV-14-C-B019 to upgrade Stryker flat bottom vehicles to the Double V hull engineering change proposal configuration. Fiscal 2015 research, development, testing and evaluation funds in the amount of $9,018,094 were obligated at the time of the award. Estimated completion date is Nov. 26, 2018. Work will be performed in Sterling Heights, Michigan. Army Contracting Command, Warren, Michigan, is the contracting activity.
Stantec Consulting Services Inc, Raleigh, North Carolina, was awarded a $8,000,000 firm-fixed-price contract with options for miscellaneous architect-engineering services (large projects) for use on federal projects primarily at Ft. Bragg, and federal projects under the jurisdiction of the Savannah District or if requested, for other Army Corps of Engineers districts. Work location and funding will be determined with each order with an estimated completion date of March 25, 2019. Bids were solicited via the Internet with 29 received. Army Contracting Command, Savannah, Georgia, is the contracting activity (W912HN-15-D-0010).
Raytheon Missile Systems, Tucson, Arizona, is being awarded a $26,000,000 ceiling-priced undefinitized contract action for critical missile subassemblies and supporting components for 300 Lot 15 AIM-9X missiles for the Navy and Air Force. Work will be performed in Keyser, West Virginia (42.3 percent); Santa Clarita, California (34.6 percent); and Hillsboro, Oregon (23.1 percent), and is expected to be completed in December 2017. Fiscal 2015 missile procurement (Air Force) and weapons procurement (Navy) funds in the amount of $11,404,620 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C 2304(c)(1). This contract combines purchases for the Air Force ($16,755,556; 64.44 percent) and Navy $9,244,444; 35.56 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
BAE Systems San Diego Ship Repair, San Diego, California, is being awarded a $16,771,463 modification to previously awarded cost-plus-award-fee/incentive-fee contract (N00024-10-C-4407) for USS San Diego (LPD 22) fiscal 2015 selected restricted availability. A select restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities. This modification includes options which, if exercised, would bring the cumulative value to $18,796,615. Work will be performed in San Diego, California, and is expected to be completed by November 2015. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $16,771,463 will be obligated at time of award and will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.
Raytheon Co., El Segundo, California, is being awarded $16,380,000 for firm-fixed-price delivery order 0062 against a previously issued basic ordering agreement (N00019-10-G-0006) for the procurement of six AN/APG-79 Active Electronically Scanned Array radar systems in support of the F/A-18 E/F aircraft. Work will be performed in Forest, Mississippi (50 percent); Andover, Massachusetts (30 percent); and El Segundo, California (20 percent), and is expected to be completed in March 2017. Fiscal 2013 aircraft procurement (Navy) funds in the amount of $16,380,000 are being obligated on this award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
DZSP 21 LLC, Marlton, New Jersey, is being awarded $13,861,642 for modification P00066 under a previously awarded cost-plus-award-fee contract (N40192-13-C-3001) to exercise an option for base operations support services at Joint Region Marianas. The work to be performed provides for general management and administration services; port operations; ordnance; supply material management; facility management; facility investment; electrical; wastewater; steam; water; base support vehicles and equipment; and environmental. After award of this option, the total cumulative contract value will be $869,433,858. Work will be performed at various installations in the U.S. territory of Guam, and work under this option period is expected to be completed June 2015. Fiscal 2015 working capital funds (Navy, Transportation, Defense); fiscal 2015 operation and maintenance (Navy, Air Force, Army, Air National Guard, and Defense); fiscal 2015 family housing operation and maintenance (Navy); fiscal 2015 Defense Health Program funds; and fiscal 2015 Defense Commissary Agency account contract funds in the amount of $13,296,230 are being obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.
DEFENSE HEALTH AGENCY
TCoombs & Associates LLC, doing business as TCAssociates, Springfield, Virginia, was awarded an $8,531,500, firm-fixed-price, sole-source follow-on under contract number HT0011-15-C-0007. This requirement is for services to allow for the continuation of operational support of Tri-Service Workflow, Defense Health Agency Solutions Delivery, Process Integration Branch, which includes operational support and sustainment for currently existing military treatment facilities (MTFs) with Tri-Service Workflow products. Services include identifying and documenting existing clinical workflows and processes; with the purpose of refining these processes to improve patient care. The contractor will ensure the target information architecture and shall be responsible for transforming MTF workflow processes. Work will be performed in Falls Church, Virginia, with an estimated completion date of March 13, 2016. The Defense Health Agency, Contracts Operations Division – Falls Church, Virginia is the contracting activity (Awarded March 12, 2015).
DEFENSE LOGISTICS AGENCY
Sterlingwear of Boston Inc.,** East Boston, Massachusetts, has been awarded a maximum $6,787,668 modification (P00006) exercising the first one-year option period of a one-year base contract (SPE1C1-15-D-1008) with four one-year option periods for uniformed police field jackets. This is a firm-fixed-price contract. Location of performance is Massachusetts with a March 31, 2016, performance completion date. Using service is Afghanistan National Police. Type of appropriation is fiscal year 2015 foreign military sales. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
Gemini Industries Inc., Burlington, Massachusetts (FA8721-15-D-0001); PE Systems Inc., Fairfax, Virginia (FA8721-15-D-0002); SpectrumS4, Burlington, Massachusetts (FA8721-15-D-0003); Windmill International Inc., Nashua, New Hampshire (FA8721-15-D-0004); Odyssey Systems Consulting Group LTD, Wakefield, Massachusetts (FA8721-15-D-0005); Quantech Services Inc., Lexington, Massachusetts (FA8721-15-D-0006); P3I Inc., Hopkinton, Massachusetts (FA8721-15-D-0007); Creative Computing Solutions Inc., Rockville, Maryland (FA8721-15-D-0008); Abacus Technology Corp., Chevy Chase, Maryland (FA8721-15-D-0009) and Oasis Systems LLC, Lexington, Massachusetts (FA8721-15-D-0010), have been awarded a $851,000,000 indefinite-delivery/indefinite-quantity contract for engineering and technology acquisition support services. Contractor will provide disciplined systems/specialty engineering and technical/information assurance services, support, and products using established government, contractor, and industry processes. Work will be performed at Hanscom Air Force Base, Massachusetts; Lackland Air Force Base, Texas; Randolph Air Force Base, Texas; Maxwell Air Force Base-Gunter Annex, Alabama; and Wright-Patterson Air Force Base, Ohio. Additionally, support services may be required to be provided at various U.S. and international operating locations and is expected to be complete by March 26, 2018. This award is the result of a competitive small business set-aside acquisition with 10 offers received. Funds will be obligated with individual task orders. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
DEFENSE LOGISTICS AGENCY
SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $157,500,000 firm-fixed-price, prime vendor contract for maintenance, repair, and operations tailored logistics support program for the Northwest region. Estimated value cited is based on demand quantities for the life of the contract. This contract was a competitive acquisition and 10 offers were received. This is a two-year base contract with two 18-month option periods. Location of performance is Illinois, with a March 24, 2017, 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 (SPE8E3-15-D-0024).
Philips Medical Systems, Andover, Massachusetts, has been awarded a maximum $77,172,660 modification (P00107) exercising the sixth one-year option period of a one-year base contract (SPM2D1-09-D-8349) with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables, spare/repair parts, and training. This is a fixed-price with economic-price-adjustment contract. Location of performance is Massachusetts, with a March 29, 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.
Trend Construction Inc.,* Orlando, Florida, was awarded a $95,000,000 firm-fixed-price contract with options for general construction and design/build construction for the South Atlantic Division, Army Corps of Engineers. Work location and funding will be determined with each order with an estimated completion date of March 24, 2019. Bids were solicited via the Internet with 44received. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-15-D-0001).
Northrop Grumman Technical Services, Sierra Vista, Arizona, was awarded a $48,691,384 modification (P00033) to contract WR8RGZ-13-C-0010 to continue contractor logistic services for the Hunter unmanned aircraft system. Fiscal 2015 operations and maintenance (Army) funds in the amount of $27,745,692 were obligated at the time of the award. Estimated completion date is March 29, 2016. Work will be performed in Sierra Vista, Arizona, and Afghanistan. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Smiths Detection, Edgewood, Maryland, was awarded a $23,275,693 modification (P00049) to contract W911SR-07-C-0080 to purchase 5,001 M4A1 joint chemical agent detectors; 1,879 communication adapters; and 2,501 Stryker communication adapters. Fiscal 2014 and fiscal 2015 other procurement (Army) funds in the amount of $23,275,693 were obligated at the time of the award. Estimated completion date is Sept. 30, 2017. Work will be performed in Edgewood, Maryland. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.
Cubic Applications Inc., San Diego, California, was awarded a $9,380,631 modification (P00009) to contract W91QVN-14-C-0033 for the operation of the Korea Battle Simulation Center. Fiscal 2015 operations and maintenance (Army) funds in the amount of $4,404,196 were obligated at the time of the award. Estimated completion date is March 31, 2016. Work will be performed in Korea. Army Contracting Command, Yongsan, Korea, is the contracting activity.
NAVY
Northrop Grumman Systems Corp., St. Augustine, Florida, is being awarded a $42,096,911 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-14-D-0022) to provide depot level maintenance and services in support of 44 F-5N/F aircraft for the Navy and Marine Corps Reserves. Services to be provided include aircraft inspections, repairs, overhauls, emergency repairs, modification, engineering support and procurement of structural components required to sustain continued safe, reliable, and available operations. Work will be performed in St. Augustine, Florida (96 percent); Springville, Utah (3 percent); and Emmen, Switzerland (1 percent), and is expected to be completed in March 2016. Fiscal 2015 operations and maintenance (Navy Reserve) and 2013 National Guard and Reserve equipment funds in the amount of $2,499,866 are being obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Tactical Engineering & Analysis Inc.,* San Diego, California, is being awarded a potential $19,651,998 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide tactical data link systems support to include research; systems engineering; software engineering; configuration management; human factors engineering for software design; system level hardware and software integration; test analysis and reporting; and quality assurance support. This is one of three multiple award contracts. 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 $33,275,314. Work will be performed San Diego, California, and work is expected to be completed March 24, 2018. No funding will be obligated at the time of award. Funding will be obligated via task orders are issued. Contract funds will not expire at the end of the current fiscal year. The types of funding to be obligated include research, development, test and evaluation, foreign military sales, and operations and maintenance (Navy). This contract was competitively procured via full and open solicitation via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with four proposals received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0073).
Computer Sciences Corp., San Diego, California, is being awarded a potential $17,844,438 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract to provide tactical data link systems support to include research; systems engineering; software engineering; configuration management; human factors engineering for software design; system level hardware and software integration; test analysis and reporting; and quality assurance support. This is one of three multiple award contracts. 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 $30,136,398. Work will be performed in San Diego, California, and work is expected to be completed March 24, 2018. No funding will be obligated at the time of award. Funding will be obligated via task orders are issued. Contract funds will not expire at the end of the current fiscal year. The types of funding to be obligated include research, development, test and evaluation, foreign military sales, and operations and maintenance (Navy). This contract was competitively procured via full and open solicitation via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with four proposals received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0072).
Odyssey Systems Consulting Group, Wakefield, Massachusetts, is being awarded a potential $16,023,035 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide tactical data link systems support to include research; systems engineering; software engineering; configuration management; human factors engineering for software design; system level hardware and software integration; test analysis and reporting; and quality assurance support. This is one of three multiple award contracts. 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 $27,128,654. Work will be performed in Wakefield, Massachusetts (20 percent), and San Diego, California (80 percent), and work is expected to be completed March 24, 2018. No funding will be obligated at the time of award. Funding will be obligated via task orders are issued. Contract funds will not expire at the end of the current fiscal year. The types of funding to be obligated include research, development, test and evaluation, foreign military sales, and operations and maintenance (Navy). This contract was competitively procured via full and open solicitation via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with four proposals received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0074).
Beechcraft Corp., Wichita, Kansas, is being awarded an $11,703,143 firm-fixed-price contract for the procurement of one UC-12W aircraft for the Navy, including engineering technical services. Work will be performed in Wichita, Kansas, and is expected to be completed in July 2016. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $11,703,143 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-2017).
Wartsila Defense Industries, Chesapeake, Virginia, is being awarded $7,602,804 for firm-fixed-price task order 0003 under a previously awarded contract (N00025-13-D-0001) for water jet alterations and repairs for the Improved Navy Lighterage System (INLS). The work to be performed provides for water jet condition assessments, alterations, repairs, and inventory parts management for the INLS. Work will be performed in Jacksonville, Florida (86 percent), Norfolk, Virginia (13 percent), and San Diego, California (one percent), and is expected to be completed by March 2016. Fiscal 2014 and fiscal 2015 other procurement (Navy) and fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $7,602,804 are being obligated on this award; of which $35,000 will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity.
Correction: Space and Naval Warfare Systems Command contracts awarded March 23 to Lafayette Group Inc.,* Vienna, Virginia (N66001-15-D-0028) $92,739,725, and Science Applications International Corp., McLean, Virginia (N66001-15-D-0029) $83,818,576, both should have stated the completion date as March 22, 2020.
Northrop Grumman Aerospace Systems of Redondo Beach, California, has been awarded a maximum $21,803,101 modification (P00308) to the previously awarded contract to provide on-orbit operations and sustainment for the Space Tracking and Surveillance System. The modification brings the total cumulative face value of the cost-plus-award-fee contract to $2,386,832,669 from $2,365,029,568. Work will be performed at the Missile Defense Space Center at Colorado Springs, Colorado, and at Northrop Grumman Aerospace Systems in Redondo Beach, California, with an expected completion date of March 31, 2016. Fiscal year 2015 research and development funds in the amount of $10,616,237 are being obligated at time of award. The Missile Defense Agency, Colorado Springs, Colorado, is the contracting activity (F04701-02-C-0009).
DEFENSE COMMISSARY AGENCY
Spokane Produce, Spokane, Washington, is being awarded an estimated $14,598,051 indefinite-delivery, requirements type contract to provide fresh fruits and vegetables (FF&V), packaged salads, live potted plants and ornamental produce for resale at nine commissary store locations (Area 4, Group 1) in the Defense Commissary Agency’s West Area. The contractor will deliver FF&V, packaged salads, live potted plants and ornamental produce to the store locations as needed. The contract is for a 24-month base period beginning March 29, 2015, through March 28, 2017. Three one-year option periods are available. If all option periods are exercised, the contract will be completed March 28, 2020. Contract funds will not expire at the end of the current fiscal year. Seventeen firms were solicited and seven proposals were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Commodities Branch (LEARC), Fort Lee, Virginia.
DiTomaso Inc., Anchorage, Alaska, is being awarded an estimated $11,736,698 indefinite-delivery, requirements type contract to provide fresh fruits and vegetables (FF&V), packaged salads, live potted plants and ornamental produce for resale at five Alaska commissary store locations (Area 4, Group 2) in the Defense Commissary Agency’s West Area. Contractor will deliver FF&V, packaged salads, live potted plants and ornamental produce to the store locations as needed. The contract is for a 24-month base period beginning March 29, 2015, through March 28, 2017. Three one-year option periods are available. If all option periods are exercised, the contract will be completed March 28, 2020. Contract funds will not expire at the end of the current fiscal year. Seventeen firms were solicited and three proposals were received. The contracting activity is the Defense Commissary Agency, Resale Contracting Division, Resale Commodities Branch (LEARC), Fort Lee, Virginia.
Raytheon Co., Raytheon Missile Systems, Tucson, Arizona, has been awarded a $528,797,459 fixed-price incentive firm contract modification (P00004) to exercise the option on previously awarded contract FA8675-15-C-0022. Contractor will provide Advanced Medium Range Air to Air Missile (AMRAAM) Lot 29 production and other AMRAAM system items. Work will be performed at Tucson, Arizona, and is expected to be complete by Jan. 31, 2018. This contract involves foreign military sales. Fiscal year 2015 Air Force and Navy production funds in the amount of $294,661,588 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.
Beechcraft Defense Co., Wichita, Kansas, has been awarded a $27,048,576 firm-fixed-price contract for purchase of one King Air 350 extended range aircraft modified with intelligence, surveillance, and reconnaissance capability; one Scorpion ground station and one complete spare Scorpion ground station. Work will be performed at Wichita, Kansas, and San Diego, California, and is expected to be complete by March 23, 2017. This award is the result of a sole-source acquisition. This contract is 100 percent foreign military sales to Iraq. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-15-C-3016).
Sierra Nevada Corp., Sparks, Nevada, has been awarded a $15,117,867 modification to exercise and option (P00006) to previously awarded contract FA8509-14-C-0001. The modification provides for contractor logistics services in support of the AC-130W and AC-130J precision strike package. Work will be performed at Cannon Air Force Base, New Mexico; Hurlburt Field, Florida; and various deployment locations, and is expected to be complete by March 31, 2016. Fiscal year 2015 operations and maintenance funds in the amount of $15,117,867 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.
DEFENSE LOGISTICS AGENCY
TW Metals, Exton, Pennsylvania, has been awarded a maximum $120,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity, prime-vendor contract for metals, metal products, and incidental services for the Northeast region. Estimated value cited is based on demand quantities for the life of the contract. This contract was a competitive acquisition and four offers were received. This is a five-year base contract with no option periods. Location of performance is Pennsylvania with a March 23, 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 (SPE8E5-15-D-0013).
Rolls Royce Corp., Indianapolis, Indiana, is being awarded a $59,513,856 indefinite-delivery/ indefinite-quantity contract for integrated logistics support services for KC-130J aircraft propulsion systems (installed and spares), including supplies. Work will be performed in Indianapolis, Indiana (41 percent); Winnipeg, Canada (21 percent); Oakland, California (16 percent); Sterling, Virginia (14 percent); Al Mubarak, Kuwait (2.1 percent); Iwakuni, Japan (2 percent); Cherry Point, North Carolina (1.3 percent); Miramar, California (1.3 percent); and Fort Worth, Texas (1.3 percent), and is expected to be completed in February 2016. Fiscal 2015 operations and maintenance (Navy and Navy Reserve) and Foreign Military Sales funds in the amount of $21,216,339 will be obligated at time of award, $16,252,549 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to the FAR 6.302-1. This contract combines purchases for the Navy ($54,981,135; 92.38 percent) and the government of Kuwait ($4,532,721; 7.62 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-0009).
Battelle Memorial Institute, Columbus, Ohio, is being awarded a $15,000,000 cost-plus-fixed-fee modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N62583-11-D-0515) to exercise option period four for environmental services and technologies support at Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California. The work to be performed provides for environmental services and technology support to satisfy overall operational objectives of the Navy and Marine Corps installations and to other federal organizations worldwide. Support services include technology implementation, technical consultation, research and development, testing and evaluation, administrative support, range cleanup, sustainability and management, site operation and maintenance, climate change initiatives, green and sustainable remediation practices development, leadership in environmental and energy design support, and training. The total contract amount after exercise of this option will be $75,000,000. No task orders are being issued at this time. Work will be performed at various installations worldwide; and work for this option is expected to be completed in March 2016. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.
ARMY
General Dynamics C4 Systems, Scottsdale, Arizona, was awarded a $49,107,571 modification (P00002) to contract W15P7T-15-C-0002 to support software, logistics documentation, and hardware for the manpack radio. Fiscal 2014 and fiscal 2015 other procurement (Army) funds in the amount of $23,006,909 were obligated at the time of the award. Estimated completion date is March 31, 2016.Work will be performed in Scottsdale, Arizona. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.
General Dynamics Ordnance and Tactical Systems Inc., St. Petersburg, Florida, was awarded a $32,359,523 modification (P00016) to contract W52P1J-12-C-0026 to procure 120mm M1002 new production cartridges and 120mm M865 recapitalization cartridges for 120mm tank training ammunition. Fiscal 2014 and fiscal 2015 other procurement funds in the amount of $32,359,523 were obligated at the time of the award. Estimated completion date is March 31, 2017. Work will be performed St. Petersburg, Florida. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.
Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $29,184,589 modification (P00023) to contract W52P1J-12-C-0027 to procure 120mm M1002 new production cartridges and 120mm M865 recapitalization cartridges for 120mm tank training ammunition Fiscal 2014 and fiscal 2015 other procurement funds in the amount of $29,094,589 were obligated at the time of the award. Estimated completion date is Oct. 31, 2016. Work will be performed at Plymouth, Minnesota. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.
AM General, South Bend, Indiana, was awarded a $9,458,080 firm-fixed-price multi-year contract with options for 60 power packs, part number 5717314, and 650 power packs, part number 5717268. Work will be performed in South Bend, Indiana, with an estimated completion date of March 24, 2017. Bids were solicited via the Internet with one received. Fiscal 2015 other procurement funds in the amount of the complete appropriation are being obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-D-0024).
March 30, 2015
Business, Business / Career, Education, Feature, Government