CONTRIBUTING SOURCE: U.S. Department of Defense
NAVY
General Dynamics, National Steel and Shipbuilding Co. (NASSCO), San Diego, California, was awarded a $31,773,194 modification to previously awarded cost-plus-incentive-fee contract (N00024-13-C-4404) for USS America (LHA 6) fiscal 2015 post-shakedown availability. During a post-shakedown availability, NASSCO will repair or improve the design of the ship in preparation for final contractor trials. Work will be performed in San Diego, California, and is expected to be completed by November 2015. Fiscal 2015 shipbuilding and conversion (Navy); fiscal 2015 other procurement (Navy) and fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $31,773,194 will be obligated at time of award. Funds in the amount of $9,553,086 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. (Awarded April 22, 2015)
Boeing Co., Huntington Beach, California, is being awarded an $11,102,857 modification to previously awarded contract (N00024-15-C-4205) for the production and maintenance of support kits for the AN/USQ-82(V) Gigabit Ethernet Data Multiplex System. The contractor will provide shipsets for DDGs 119, 121 and 122 and maintenance support kits for DDGs 119, 121 and 122. Work will be performed in Huntington Beach, California, and is expected to be completed by July 2016. Fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $11,102,857 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.
Henry Schein Inc., Melville, New York, has been awarded a maximum $28,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for dental and medical supplies. This contract was a competitive acquisition, and six offers were received. This is a one-year base contract with four one-year option periods. Location of performance is New York with an April 22, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-15-D-0007).
Tiger Natural Gas, Inc.,* Tulsa, Oklahoma, has been awarded a maximum $14,782,044 fixed-price with economic-price-adjustment contract for direct supply natural gas deliveries. This contract was a competitive acquisition and four offers were received. This is a two-year base contract with no option periods. Locations of performance are Oklahoma and New Mexico with a Sept. 30, 2017 performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2015 multi-agency funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-D-7518).
IGI Resources, Inc., Boise, Idaho, has been awarded a maximum $10,128,665 fixed-price with economic-price-adjustment contract for direct supply natural gas deliveries. This contract was a competitive acquisition, and four offers were received. This is a two-year base contract with no option periods. Locations of performance are Idaho and Washington with a Sept. 30, 2017 performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2015 multi-agency funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-D-7516).
Aviall Services, Inc., Dallas, Texas, was awarded a $7,896,669 modification (P00003) to long-term, indefinite-quantity contract SPE4AX-13-D-9427 for spare parts associated with the J85 engine platform. Work will be performed in Dallas with an estimated completion date of Sept. 30, 2016. Fiscal 2015 Defense Working Capital Funds in the amount of $7,896,669 were obligated at time of award. DLA Aviation, Richmond, Virginia is the contracting activity. (Awarded Feb. 20, 2014)
CIMA Energy Ltd.,* Houston, Texas, has been awarded a maximum $6,618,966 fixed-price with economic-price-adjustment contract for direct supply natural gas deliveries. This contract was a competitive acquisition, and four offers were received. This is a two-year base contract with no option periods. Locations of performance are Texas and Utah, with a Sept. 30, 2017, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2015 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-D-7515).
ARMY
Gahagan & Bryant Assoc. Inc.,* was awarded a $12,000,000 firm-fixed-price indefinite delivery contract for architectural and engineering support to the National Planning Center of Excellence Coastal Storm Management Service. Funding and work location will be determined with each order, with an estimated completion date of April 22, 2016. Bids were solicited via the Internet with six received. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-15-D-0004).
Ibis Tek LLC.,* Butler, Pennsylvania, was awarded a $9,721,601 modification (P00013) to contract W56HZV-13-C-0036 to purchase 58-gallon and 78-gallon armor b-kits for medium tactical vehicles. Work will be performed in Butler, Pennsylvania, with an estimated completion date of June 30, 2016. Fiscal 2015 other procurement funds in the amount of $9,721,601 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity.
BAE Land Systems Land & Armaments LP, Santa Clara, California, was awarded a $6,640,878 modification (P00034) to contract W56HZV-13-C-0018 for system technical support and sustainment system technical support for Bradley vehicles. Work will be performed in Santa Clara, California; Sterling Heights, Michigan; and York, Pennsylvania, with an estimated completion date of Dec. 17, 2015. Fiscal 2013 and 2015 other procurement (Army) and operations and maintenance (Army) funds in the amount of $6,640,878 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity.
Noble Supply & Logistics,* Rockland, Massachusetts, has been awarded a maximum $96,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, tailored-logistics-support, prime-vendor contract for maintenance, repair and operations for the European Zone 1 region. Estimated value cited is based on demand quantities for the life of the contract. This contract was a competitive acquisition, and nine offers were received. This is a two-year base contract with two 18-month option periods. Location of performance is Massachusetts with an April 21, 2017, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE5B1-15-D-0001).
Atlantic Diving Supply Inc.,** Virginia Beach, Virginia, has been awarded a maximum $69,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, tailored-logistics-support, prime-vendor contract for maintenance, repair and operations for the European Zone 2 region. Estimated value cited is based on demand quantities for the life of the contract. This contract was a competitive acquisition, and nine offers were received. This is a two-year base contract with two 18-month option periods. Location of performance is Virginia with an April 21, 2017, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE5B1-15-D-0002).
Belmont Instrument Corp.** Billerica, Massachusetts, has been awarded a maximum $19,658,018 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for purchase of fluid warmers, accessories and repair parts. This contract was a competitive acquisition and 36 offers were received. This is a five-year base contract with no option periods. Location of performance is Massachusetts with an April 21, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-15-D-0002).
Delta Coals LLC,** Nashville, Tennessee, has been awarded a maximum $7,857,690 firm-fixed-price, requirements contract for bituminous coal deliveries. This contract was a competitive acquisition, and three offers were received. This is a one-year base contract with no option periods. Locations of performance are Tennessee and Virginia with a May 31, 2016, performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2015 service funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-D-0652).
NAVY
Raytheon Co., Marlborough, Massachusetts, is being awarded an $89,094,388 firm-fixed-price contract for 25 Submarine High Data Rate (SubHDR) antenna systems. The SubHDR antenna system is used to provide submarines with high-capacity communications in the extremely high frequency and super high frequency bands and enables reception of the global broadcast service. This contract combines purchases for the U.S. Navy (80 percent) and the government of the United Kingdom (20 percent) under the Foreign Military Sales program. Work will be performed in Massachusetts (37.84 percent); Florida (19.02 percent); New Jersey (17.02 percent); California (12.26 percent); New Hampshire (7.64 percent); Pennsylvania (3.38 percent); and Utah (2.84 percent), and work is expected to be completed by June 20, 2018. Fiscal 2014 and 2015 ship submersible nuclear funds in the amount of $35,563,190 will be obligated at the time of award. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1) – only one responsible source. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-15-C-0022).
Atlantic Diving Supply Inc., Virginia Beach, Virginia, (N61331-15-D-0013); EDO Corp., Panama City, Florida (N61331-15-D-0014); and Piping Systems International Inc., Bay Minette, Alabama (N61331-15-D-0015), are each being awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award supply contracts for the provision of hardware, materials and supplies to support the littoral and mine systems and science and technology programs. Examples of programs being supported include the Organic Airborne Mine Countermeasure Systems, Remote Minehunting Systems, unmanned maritime systems, mine warfare programs, Littoral Combat Ship (LCS) mission module integration, LCS fleet introduction and sustainment, seaframe construction, MH-60 integration, acoustics, magnetics, electro-optics, signal processing, automatic target recognition and senor and data fusion. The maximum dollar value, including the base period and four option years, for all three contracts combined is $35,000,000 and the companies will compete for individual delivery orders. Work will be conducted in various Navy ship homeports and is expected to complete in April 2020. At time of award, Atlantic Diving Supply is being awarded a delivery order for $15,028, EDO Corp. is being awarded a delivery order for $82,221, and Piping Systems International Inc. is being awarded a delivery order for $220,012. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $317,261 will be obligated at the time of award, and funds will expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity.
MAQ Diversified Inc.,** Vienna, Virginia (N62645-15-D-5020); Matrix Providers Inc.,* Denver, Colorado (N62645-15-D-5021); Potomac Healthcare Solutions LLC,* Woodbridge, Virginia (N62645-15-D-5022); Med Pros Group LLC, doing business as ProHealth Staffing,* Houston, Texas (N62645-15-D-5023); and Dilligas Corp., doing business as U.S. Got People,* San Antonio, Texas (N62645-15-D-5024), are each being awarded a 40-month, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award task order contract for various ancillary services to include Allied Health, technician, technologist, and assistant labor bands at military treatment facilities in the western region of the U.S. The aggregate not-to-exceed amount for these multiple award contracts combined is $28,339,864 and the companies will have the opportunity to bid on each individual task order as they are issued. Work will be performed at the Naval Health Clinic Hawaii (28 percent); Naval Hospital Oak Harbor, Washington (24 percent); Naval Hospital Lemoore, California (12 percent); Naval Medical Center, San Diego, California (10 percent); Naval Hospital Camp Pendleton, California (9 percent); Naval Hospital Twentynine Palms, California (7 percent); Naval Hospital Bremerton, Washington (7 percent); Naval Hospital Guam (2 percent), and any associated branch clinics in the western region (1 percent). Work performed under these contracts is expected to be completed Sept. 30, 2017. Fiscal 2015 Defense Health Program funds in the amount of $2,927,324 will be obligated at the time of award under initial task orders, and the funds will expire at the end of the current fiscal year. Funding is predominantly from the Defense Health Program; however, other funding initiatives such as psychological health/traumatic brain injury, overseas contingency operations and wounded, ill, and injured may be used. These are all one-year funding types. These contracts were solicited via a multiple award electronic request for proposals as a 100 percent Small Disabled Veteran-Owned Small Business set-aside; 19 offers were received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity.
Marine Hydraulics International Inc., Norfolk, Virginia, is being awarded a $9,848,963 modification to previously awarded contract (N00024-10-C-4405) for USS Cole (DDG-67) fiscal 2015 selected restricted availability. The scheduled availability includes the planning and execution of maintenance, repairs and modifications that will update and improve the ship’s military and technical capabilities. Work will be performed in Norfolk, Virginia, and is expected to be completed by November 2015. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $9,848,963 will be obligated at time of award, and will expire at the end of the current fiscal year. The Mid Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.
Schultz & Assoc. Architects,** Fargo, North Dakota, was awarded a $10,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract with options to design military projects for repair and/or eventual construction. Funding and work location will be determined with each order with an estimated completion date of April 21, 2020. Bids were solicited via the Internet with nine received. National Guard Bureau, Bismarck, North Dakota, is the contracting activity (W901UZ-15-D-0001).*Woman owned small business
General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $51,414,644 modification (P00024) to foreign military sales contract W56HZV-13-D-0015 (Iraq) for contractor logistical support and training for M1A1 tanks for the government of Iraq with an estimated completion date of Dec. 31, 2015. Funding and work location will be determined with each order. Army Contracting Command, Warren, Michigan, is the contracting activity.
Burns & McDonnell Engineering Co. Inc., was awarded a $45,000,000 contract for architectural and engineering services for the Army and Air National Guard to include Puerto Rico, Guam, the Virgin Islands, and the District of Columbia. Funding and work location will be determined with each order with an estimated completion date of April 20, 2020. Bids were solicited via the Internet with 33received. National Guard Bureau, Arlington, Virginia, is the contracting activity (W9133L-15-D-0003).
URS Federal Services Inc., Germantown, Maryland, was awarded a $21,235,209 modification (0001) to contract W52P1J-12-G-0028 for maintenance, supply, and transportation support to the Logistics Readiness Center, Ft. Polk, Louisiana. Funding will be determined with each order with an estimated completion date of May 17, 2020. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.
Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $13,386,756 cost-plus-fixed-fee foreign military sales contract (Iraq, Uzbekistan, United Arab Emirates, Spain) with options for receiving, repairing, maintaining, storing, preparing for issue and issuing Army prepositioned stock equipment in southwest Asia in support of the 403nd Army Field Support Battalion, Kuwait. Work will be performed in Kuwait with an estimated completion date of Aug. 31, 2015. One bid was solicited with one received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $5,578,468.29 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-C-0016).
Azimuth Inc., Morgantown, West Virginia, was awarded a $12,186,000 contract for configuration consulting and design; system integration and testing; installation of multi-vendor compute equipment; customization of software; training; product technical support, software documentation; failure analysis; phone and web support; training materials; technical manuals; safety assessment report; logistics demonstration plan; and system fielding. Funding and work location will be determined with each order with an estimated completion date of April 20, 2016. Bids were solicited via the Internet with four received. Army Corps of Engineers, Alexandria, Virginia, is the contracting activity (W5J9CQ-15-D-0006).
NAVY
Kollsman Inc., Merrimack, New Hampshire, is being awarded a $43,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for procurement of Night Targeting Systems Upgrade (NTSU) and associated support for the U.S. Marine Corps (USMC). The NTSU system is an airborne, electro-optic, forward-looking infra-red, turreted sensor package that provides long-range surveillance, high-altitude target acquisition, tracking, range-finding, and laser designation for the USMC. Work will be performed in Merrimack, New Hampshire, and is expected to be completed by April 2020. Fiscal 2013 National Guard and Reserve equipment appropriation funding in the amount of $13,500,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was negotiated on a sole source basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The Naval Surface Warfare Center-Crane Division, Crane, Indiana, is the contracting activity (N00164-15-D-JQ30).
General Dynamics, National Steel and Shipbuilding Co., San Diego, California, is being awarded a $24,161,138 cost-plus-award-fee, cost-plus-incentive-fee, with firm-fixed-priced and cost-only components contract for littoral combat ships (LCS) sustainment execution in support of LCSs homeported in or visiting San Diego, California. This sustainment execution contract is for both LCS variants. The company will be to provide planned maintenance, facility maintenance, execution planning, accomplishment of Chief of Naval Operations availabilities, emergent and continuous maintenance, fly-away support and engineering support. This contract includes two options which, if exercised, would bring the cumulative value of this contract to $96,338,503. Work will be performed in San Diego, California, and is expected to be completed by April 2016. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $6,138,041 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-4313).
Costello Construction of Maryland Inc.,* Columbia, Maryland, is being awarded a $10,175,000 firm-fixed-price contract for construction of a parking garage for the Center for Cyber Security at the U.S. Naval Academy. The multi-level parking garage will have approximately 306 parking spaces, built with cast-in-place concrete frame, structural tee’s and panels on a pile foundation system. Special foundation features for the parking facility include pile foundation system and earth berm, including underground retaining wall structure and waterproofing. Environmental mitigation includes relocation of an existing bio-retention feature. Work will be performed in Annapolis, Maryland, and is expected to be completed by October 2016. Fiscal 2015 military construction (Navy) contract funds in the amount of $10,175,000 are being obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three proposals received. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-15-C-0151).
Hamilton Sundstrand Corp., Rockford, Illinois, is being awarded $7,573,995 for firm-fixed-price delivery order 7009 against previously awarded contract (N00383-12-D-001N) for the repair of the V-22 Osprey aircraft constant frequency generator. Work will be performed in Rockford, Illinois, and work is expected to be completed by Sept. 30, 2016. Fiscal 2015 working capital (Navy) funds in the amount of $7,573,995 will obligated at the time of award and will not expire before the end of the current fiscal year. This contract was not competitively procured in accordance with FAR 6.302.1. Naval Supply Systems Command Weapon Systems Support, Contracting Department, Philadelphia, Pennsylvania, is the contracting activity.
Graybar Electric Co. Inc., St. Louis, Missouri, has been awarded a maximum $23,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime-vendor contract for maintenance, repair, and operations for the Southwest Zone 1 region. This contract was a sole-source acquisition. This is a four-month bridge contract. Location of performance is Missouri, with an Aug. 24, 2015, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-15-D-0025).
Science Application International Corp., Fairfield, New Jersey, has been awarded a maximum $21,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime-vendor contract for maintenance, repair, and operations for the Southwest Zone 2 region. This contract was a sole-source acquisition. This is a four-month bridge contract. Location of performance is New Jersey, with an Aug. 24, 2015, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-15-D-0026).
AIR FORCE
Mirador Enterprises Inc., El Paso, Texas (FA4801-14-D-0002 P0003); Mesa Verde Enterprises Inc., Alamogordo, New Mexico (FA4801-14-D-0003 P0001); Dawn Inc./McTech Corp. JV, Albuquerque, New Mexico (FA4801-14-D-0005 P0001); R-Con Construction Inc., Las Cruces, New Mexico (FA4801-14-D-0004 P0001); E-Corp., and Albuquerque, New Mexico (FA4801-14-D-0006 P0001), have been awarded individual indefinite-delivery/indefinite-quantity contract modifications valued at $3,000,000 for a combined $15,000,000 to exercise an option year. Contractor will provide basic construction services. Work will be performed at or near Holloman Air Force Base, New Mexico, and is expected to be complete by June 15, 2016. No funds are being obligated at the time of award. The 49th Contracting Squadron, Holloman Air Force Base, New Mexico, is the contracting activity.
Lockheed Martin, Fort Worth, Texas, has been awarded a $14,050,549 cost-plus, firm-fixed-price modification (P00580) to previously awarded contract FA8611-08-C-2897 for F-22 sustainment. Contractor will provide trainer hardware modifications, training system development, and distributed mission operations federation and integration. Work will be performed at Langley Air Force Base, Virginia; Elmendorf Air Force Base, Alaska; Tyndall Air Force Base, Florida; Hickam Air Force Base, Hawaii; Sheppard Air Force Base, Texas; and St. Louis, Missouri, and is expected to be complete by Dec. 31, 2017. Fiscal 2015 aircraft procurement funds for trainer hardware modifications in the amount of $2,110,680, fiscal 2015 operations and maintenance funds for training system development in the amount of $10,056,939 and fiscal 2015 operations and maintenance funds for distributed mission operations federation and integration in the amount of $1,882,930 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8611-08-C-2897).
Mirador Enterprises Inc., El Paso, Texas, has been awarded a $9,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract modification (P00002) to exercise an option on previously awarded contract FA4801-14-D-0007 for construction services. Contractor will provide basic construction type services. Work will be performed at or near Holloman Air Force Base, New Mexico, and is expected to be complete by June, 15, 2016. No funds are being obligated at the time of award. The 49th Contracting Squadron, Holloman Air Force Base, New Mexico, is the contracting activity.
United Launch Services LLC, Littleton, Colorado, has been awarded a $138,041,011 firm-fixed-price modification (P00086) to previously awarded contract FA8811-13-C-0003 for launch vehicle production services (LVPS) under the terms of the requirements contract. Contractor will execute a requirement for fiscal 2015 LVPS in support of the launch vehicle configuration of one National Reconnaissance Office Atlas V 541. This modification also procures backlog transportation for the GPS IIF-10 and GPS IIF-11 missions as well as mission specific commodities for the MUOS-4 mission. Work will be performed at Centennial, Colorado; Decatur, Alabama; Vandenberg Air Force Base, California; and Cape Canaveral Air Force Station, Florida, and is expected to be complete by July 29, 2017. Fiscal 2015 Air Force missile procurement and Navy weapons procurement funds in the amount of $138,041,011 are being obligated at the time of award. Launch Systems Directorate, Space and Missiles Systems Center, Los Angeles Air Force Base, California, is the contracting activity.
HX5, Ft. Walton Beach, Florida, has been awarded a $24,162,581 cost reimbursable contract for advisory and assistance services (A&AS). Contractor will provide A&AS for the Munitions Division and the Range Systems Branch to support of the Air Force Life Cycle Management Center. Work will be performed at Hill Air Force Base, Utah, and is expected to be complete by May 30, 2020. Two 8(a) owned small businesses were solicited within Pool 6 of the General Services Administration One Acquisition Solution for Integrated Services contract. Fiscal 2015 ammunition, other procurement, operations and maintenance and research, development, test and evaluation funds in the amount of $2,886,912 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8622-15-F-8111).
Weldin Construction LLC, Palmer, Alaska, has been awarded a $20,000,000 indefinite-quantity contract for simplified acquisition of base engineer requirements. Contractor will provide a broad range of maintenance, repair and minor construction work. Work will be performed at Joint Base Elmendorf-Richardson (JBE-R), Alaska, and is expected to be complete by April 19, 2017. This award is the result of a competitive acquisition with two offers received. Funds will be obligated on individual task orders. The 673d Contracting Squadron, JBE-R, Alaska, is the contracting activity (FA5000-15-D-0007).
General Dynamics C4 Systems, Taunton, Massachusetts, was awarded a $36,445,076 firm-fixed-price multi-year contract to produce and repair all of the products required in support of the Warfighter Information Network-Tactical (WIN-T) Increment 1. Funding and work location will be determined with each order with an estimated completion date of April 20, 2018. Bids were solicited via the Internet with three received. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W15P7T-15-D-0014).
SAIC, McLean, Virginia, was awarded a $16,691,136 modification (003768) to foreign military sales contract W31P4Q-05-A-0031(Afghanistan, Australia, Bahrain, Central African Republic, Chad, Djibouti, Dominican Republic, Egypt, France, Georgia, and Germany) for systems and computer resources support for the Aviation and Missile, Development and Engineering Center (AMRDEC), Software Engineering Directorate (SED), Army Research, Development and Engineering Command with an estimated completion date of Feb. 20, 2017. Fiscal 2015 operations and maintenance (Army) and research development, testing, and evaluation funds in the amount of $16,691,136 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Kitware Inc., Clifton Park, New York, was awarded a $9,500,000 firm-fixed-price contract for research and development to the Defense Department Computational Model Builder. Funding and work location will be determined with each order with an estimated completion date of April 19, 2020. One bid was solicited with one received. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912HZ-15-D-0003).
DEFENSE LOGISTICS AGENCY
Inficon Inc., East Syracuse, New York, has been awarded a maximum $46,800,000 fixed-price with economic-price-adjustment contract for medical items and accessories. This contract was a competitive acquisition, and 70offers were received. This is a five-year base contract. Location of performance is New York with an April 20, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-15-D-0010).
General Dynamics Land Systems Inc., Sterling Heights, Michigan, has been awarded a maximum $8,026,367 firm-fixed-price contract for tank fire control switchboards. This contract was a sole-source acquisition. This is a two-year base contract with no option periods. Locations of performance are Michigan and Florida with a March 10, 2017, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-15-C-0088).
April 23, 2015
Business, Business / Career, Education, Feature, Government