DOD AWARDED CONTRACTS
CONTRIBUTING SOURCE: U.S. Department of Defense
ARMY
Vaccine Co. LLC, Frederick, Maryland (W81XWH-15-D-0037); PPD Development LP, Wilmington, North Carolina (W81XWH-15-D-0038); Leidos Inc., Reston, Virginia (W81XWH-15-D-0039); and Tasc Inc., Andover, Massachusetts (W81XWH-15-D-0042), were awarded a $501,000,000 order dependent contract with options for medical research. Funding and work location will be determined with each order, with an estimated completion date of July 30, 2020. Bids were solicited via the Internet with nine received. Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity.
CDM Constructors Inc., Maitland, Florida, was awarded a $99,675,591 firm-fixed-price contract for the Savannah Harbor Expansion Project, dissolved oxygen injection systems. Work will be performed in Savannah, Georgia, with an estimated completion date of Nov. 27, 2017. Bids were solicited via the Internet with four received. Fiscal 2015 other procurement funds in the amount of $99,675,591 were obligated at the time of the award. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-15-C-0015).
Lockheed Martin Missile and Fire Control, Orlando, Florida, was awarded a $66,371,639 fixed-price incentive contract with options to develop the Joint-Air-to-Ground Missile (Army-Navy). Work will be performed in Orlando, Florida, with an estimated completion date of July 31, 2017. Bids were solicited via the Internet with one received. Fiscal 2015 research, development, testing, and evaluation funds in the amount of $38,000,000 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-C-0102).
Eco & Associates Inc.,* Orange, California (W912PP-15-D-0001); Stell Environmental Enterprises Inc.,* Elverson, Pennsylvania (W912PP-15-D-0002); and Sundance-CTI LLC,* Pocatello, Idaho (W912PP-15-D-0003), were awarded a $50,000,000 firm-fixed-price multiple award task order contract with options for environmental consulting services for the South Pacific Division. Funding and work location will be determined with each order, with an estimated completion date of May 27, 2020. Bids were solicited via the Internet with 29received. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity.
Technology and Supply Management LLC,* was awarded a $49,734,506 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for services and materials technical support for the Persistent Ground Surveillance system. Funding and work location will be determined with each order with a completion date of July 28, 2017. Bids were solicited via the Internet with six received. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W56KGY-15-D-0016).
Alberici Constructors Inc., St. Louis, Missouri, was awarded a $36,000,000 contract for painting and repairing the service bridge and Tainter Gates at Lock and Dam 25 at Winfield, Missouri, with an estimated completion date of July 30, 2020. Bids were solicited via the Internet with three received. Funding will be determined with each order. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-15-D-0511).
Philips Contracting Co. Inc.,* Columbus, Mississippi, was awarded a $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with options to rent construction equipment with operators for maintenance and construction projects on the Tennessee-Tombigbee Waterway in Mississippi and Alabama, with an estimated completion date of July 29, 2020. Bids were solicited via the Internet with three received. Funds will be determined with each order. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-15-D-0063).
SRA International Inc., Fairfax, Virginia, was awarded a $19,893,085 modification (P00019) to contract W81XWH-10-D-0013 for scientific peer review support for research proposals. Funding and work location will be determined with each order with an estimated completion date of Jan 31, 2016. Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity.
Aerojet Rocketdyne, Camden, Arizona, was awarded a $17,917,020 modification (P00003) to contract W31P4Q-14-C-0090 for Stinger missile flight motors. Work will be performed in Camden, Arizona, with an estimated completion date of Dec. 31, 2017. Fiscal 2014 and 2014 other procurement funds in the amount of $17,917,020 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
DynCorp International, Ft. Worth, Texas, was awarded a $17,313,518 modification (P00065) to foreign military sales contract W58RGZ-09-C-0143 (Saudi Arabia) for maintenance support to the Royal Saudi Land Forces Aviation Command aviation program. Work will be performed in Saudi Arabia with an estimated completion date of Jan. 31, 2016. Fiscal 2015 other procurement funds in the amount of $8,483,624 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Conti Federal Services Inc., Edison, New Jersey, was awarded an $11,805,043 firm-fixed-price foreign military sales (Israel) contract with options to construct a photovoltaic power plant at an Israel Defense Forces air base, with an estimated completion date of July 12, 2016. Bids were solicited via the Internet with four received. Fiscal 2015 other procurement funds in the amount of $11,805,043 were obligated at the time of the award. Army Corps of Engineers, APO AE, is the contracting activity (W912GB-15-C-0010).
AIR FORCE
Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a not-to-exceed $64,000,000 modification (P00629) undefinitized contract action to the previously awarded contract FA8611-08-C-2897 for the repair of an F-22A aircraft. Contractor will provide aircraft damage repair and depot throughout, and touch labor. Work will be performed at Hill Air Force Base, Utah, and is expected to be complete by Aug. 31, 2019. Fiscal 2015 operations and maintenance funds in the amount of $31,936,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.
Integrated Data Services, El Segundo, California, has been awarded a $16,946,000 indefinite-delivery/indefinite-quantity contract for the Web Comprehensive Cost and Requirements (WCCAR) system. Contractor will provide onsite subject matter expert support for WCCAR and acquire services for the deployment and maintenance of the WCCAR application. Work will be performed at Wright-Patterson Air Force Base, Ohio; Hanscom Air Force Base, Massachusetts; Warner Robins Air Force Base, Georgia; Hill Air Force Base, Utah; Tinker Air Force Base, Oklahama; Peterson Air Force Base, Colorado; Joint-Base San Antonio-Lackland, Texas; and Offutt Air Force Base, Nebraska. It is expected to be complete by July 31, 2018. This award is the result of a sole-source acquisition. Fiscal 2015 operations and maintenance and research and development funds in the amount of $ 3,551,743 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8604-15-D-7001).
General Dynamics Ordnance and Tactical Systems Aerospace, Bothell, Washington, has been awarded a $7,238,385 cost-plus-fixed-fee contract for heated and mobile munitions employing rockets. Contractor will provide phase 1A prototype design, development and subsystem tests. Work will be performed at Orlando, Florida, and is expected to be complete by April 29, 2016. This award is the result of a competitive acquisition; one offer was received. Fiscal 2015 research, development, test and evaluation funds in the amount of $5,098,142 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8681-C-15-0020).
DEFENSE LOGISTICS AGENCY
Draeger Medical Inc., Telford, Pennsylvania, has been awarded a maximum $59,264,434 modification (P00006) exercising the first one-year option period of a one-year base contract (SPE2D1-14-D-0004) 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 Pennsylvania, with an Aug. 5, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
NAVY
PAE Aviation and Technical Services LLC, Marlton, New Jersey, is being awarded a $49,848,102 modification to a previously awarded cost-plus-fixed-fee contract (N00421-11-C-0031) to exercise an option for organizational level maintenance, with limited intermediate level maintenance, in support of current and future aircraft assigned to the Naval Test Wing Pacific, Point Mugu, California; and China Lake, California. Work will be performed in China Lake, California (78 percent); and Point Mugu, California (22 percent), and is expected to be completed in July 2016. Fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $3,211,748 and working capital (Navy) funds, in the amount of $8,077,900 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Weapons Division, Point Mugu, California, is the contracting activity.
Donjon Marine Co. Inc., Hillside, New Jersey, is being awarded a $44,500,000 modification to previously awarded contract N00024-11-D-4002 for salvage, salvage-related towing, harbor clearance, ocean engineering, and point-to-point towing services to support the director of ocean engineering, supervisor of salvage and diving. Work will be performed in the Atlantic Ocean (80 percent) and the Gulf of Mexico (20 percent) and is expected to be completed by August 2016. No funding is being obligated at time of award. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
Huntington Ingalls Inc., Pascagoula, Mississippi, is being awarded a $16,614,562 cost-plus-award-fee modification to previously awarded contract N00024-12-C-4323 to provide long lead-time material procurement, management services, and incremental level of effort for CG-47-class cruisers. The contract is for planning yard services for CG-47-class cruisers and DD 963-class destroyers. Huntington Ingalls provides necessary engineering, technical, planning, ship configuration, data, and logistics efforts for CG 47 and DD 963 lifetime support for both maintenance and modernization. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2016. Fiscal 2015 operation and maintenance, Navy funding in the amount of $14,603,907, and fiscal 2015 other procurement, Navy funding in the amount of $2,010,655 will be obligated at time of award, and funds in the amount of $14,603,907 will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Gulf Coast, Pascagoula, Mississippi, is the contracting activity.
Raytheon Co., Dulles, Virginia, is being awarded a $15,521,711 modification to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00189-11-C-Z038) for operation and maintenance services in support of the Navy Fleet Surveillance Support Center Relocatable Over-the-Horizon Radar system. This modification includes an eight-month base period and four one-month options, which if exercised, will bring the total value of the contract to $23,402,200. Work will be performed in Kent, Virginia (20 percent); Chesapeake, Virginia (20 percent); Freemont, Texas (15 percent); Freer, Texas (15 percent); Juana Diaz, Puerto Rico (15 percent); and Vieques, Puerto Rico (15 percent), and will be completed by March 2016. Fiscal 2015 operation and maintenance, Navy in the amount of $15,521,711 will be obligated at the time of award and funds will not expire before the end of the current fiscal year. This contract was a sole source pursuant to the authority set forth in 10 U.S.C. 2304(C)(2). One company was solicited and one offer was received. Naval Supply Systems Command, Fleet Logistics Center Norfolk Contracting Department, Philadelphia, is the contracting activity.
Raytheon Missile Systems, Tucson, Arizona, is being awarded a $9,083,000 modification to previously awarded contract N00024 13 C-5407-P00017 for Standard Missile-2 (SM-2) and Standard Missile-6 (SM-6) fiscal 2015-16 full-rate production. Work will be performed in Tucson, Arizona (99 percent); and Huntsville, Alabama (1 percent), and is expected to be completed by October 2016. Fiscal 2015 Missile Defense Agency funding in the amount of $1,800,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
Tetra Tech EC Inc., San Diego, is being awarded a $7,063,884 modification to a previously awarded cost-plus-award-fee task order JP02, indefinite-delivery/indefinite-quantity contract for source area remedial action at the Navy Exchange gas station operational unit located at the Jackson Park Housing Complex, Bremerton, Washington. The work to be performed provides for construction of the remedy, installation and decommissioning of all groundwater monitoring and vapor wells, removing the pump island, operating the system until cleanup is complete, and restoring the site. This action is being performed in accordance with the Comprehensive Environmental Restoration, Conservation, and Liability Act and the National Oil and Hazardous Substances Pollution Contingency Plan. The task order modification also contains two unexercised options, which if exercised would increase cumulative task order value to $7,259,618. Work will be performed in Bremerton, Washington, and is expected to be completed by September 2016. Fiscal 2015 environmental restoration, (Navy) contract funds in the amount of $7,063,884 is obligated at time of award and will not expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N62473-13-D-4808).
DEFENSE HEALTH AGENCY
PricewaterhouseCoopers Public Sector LLP, McLean, Virginia, is being awarded an $12,191,500 delivery order (HT0011-15-F-0029) under the General Services Administration blanket purchase agreement GS10FAA069 to provide performance management and continuous process improvement support for the Assistant Secretary of Defense (Health Affairs), the Defense Health Agency’s Healthcare Operations Directorate, and all of its associated divisions. Work will be performed in Virginia, with an estimated completion date of Aug. 31, 2016. Fiscal 2015 operations and maintenance funds in the amount of $12,191,501 are being obligated at award. This was a competitive acquisition, and five offers were received. The Defense Health Agency, Contract Operations Division, Falls Church, Virginia, is the contracting activity.
DynCorp International LLC, Fort Worth, Texas, is being awarded a $104,085,696 modification to a previously awarded cost-plus-fixed-fee contract (N00421-11-C-0033) to exercise an option for organizational level maintenance and logistics support for all aircraft and support equipment for which the Naval Test Wing Atlantic has maintenance responsibility. This includes all rotary, fixed, lighter-than-air, and unmanned aircraft on-site for project testing, transient aircraft, loaner aircraft, leased aircraft, and tested civilian aircraft assigned to the Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland. In addition, this option provides supportability/safety studies and off-site aircraft safety/spill containment patrols and aircraft recovery services. Work will be performed in Patuxent River, Maryland, and is expected to be completed in July 2016. Fiscal 2015 working capital, Navy funds in the amount of $15,534,900 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.
Exelis Inc., Clifton, New Jersey, a wholly owned subsidiary of Harris Corp., is being awarded a $97,303,380 cost-plus-fixed-fee, fixed-price-incentive-firm contract for the manufacture and delivery of 46 full-rate production Lot XII integrated defensive electronic countermeasures AN/ALQ-214(V)4/5 onboard jammer systems. This effort also includes the repair of test assets and field support for the AN/ALQ-214(V)4/5. Work will be performed in Clifton, New Jersey (31 percent); San Jose, California (26 percent); San Diego, California (11 percent); Rancho Cordova, California (5 percent); Mountain View, California (4 percent); Hudson, New Hampshire (2 percent); and various locations within the U.S. (21 percent), and is expected to be completed in December 2017. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $97,303,380 are being obligated at time of 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-0104).
Huntington Ingalls Inc., Pascagoula, Mississippi, is being awarded a $93,034,622 modification to previously awarded contract (N00024-12-C-4323) to provide incremental level of effort, long lead-time material procurement, and management services for CG-47-class cruisers. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2016. Fiscal 2015 operation and maintenance Navy funding in the amount of $11,399,088 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Gulf Coast, Pascagoula, Mississippi, is the contracting activity.
Honeywell Technology Solutions Inc., Jacksonville, Florida, is being awarded a $78,637,476 modification to previously awarded cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract (M67004-09-D-0020, P00036) to exercise Option Year Seven for prepositioning and Marine Corps logistics support services for Blount Island Commandlogistics support services for the Marine Corps’ Prepositioning Program. Work will be performed at the Blount Island Command in Jacksonville, Florida (85 percent); aboard 12 maritime prepositioning ships (12 percent); six locations in Norway (2 percent); and one location in Kuwait (1 percent), and is expected to be completed by September 2016. No funding will be obligated at time of award. U. S. Marine Corps, Blount Island Command, Jacksonville, Florida, is the contracting activity.
Hensel Phelps Construction Co., Irvine, California, is being awarded a $66,737,000 firm-fixed-price contract for the design and construction of a bachelor enlisted quarters at Naval Base Coronado. The work to be performed provides for the design and construction of a multi-story, bachelor enlisted quarters of market style modules at Naval Base Coronado. The project will house single sailors on shore rather than on board ships. This project includes pile foundations, wall-to-wall carpeting, lounge and game room, vending areas, a sports court, and parking lot. The planned modifications, if issued, provide for furniture, fixtures, and equipment, and audio-visual equipment. The contract also contains two planned modifications, which if issued, would increase cumulative contract value to $76,708,505. Work will be performed in San Diego, and is expected to be completed by July 2017. Fiscal 2011 and 2013 military construction (Navy) contract funds in the amount of $66,737,000 are being obligated at time of 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 13 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-15-C-1614).
Electric Boat Corp., Groton, Connecticut, is being awarded a $42,492,474 modification to previously awarded contract N00024-10-C-2118 for additional lead yard services and development studies and design efforts related to Virginia-class submarines. Work will be performed in Groton, Connecticut (98.4 percent), Newport, Rhode Island (0.9 percent); and Quonset, Rhode Island (0.65 percent), and is expected to be completed by October 2015. fiscal 2008 shipbuilding and conversion, Navy contact funds in the amount of $2,312,262; fiscal 2009 shipbuilding and conversion, Navy contract funds in the amount of 60,000; fiscal 2010 shipbuilding and conversion, Navy contract funds in the amount of $9,337,738; fiscal 2011 shipbuilding and conversion, Navy in the amount of $2,000,000; fiscal 2012 shipbuilding and conversion, Navy contract funds in the amount of $400,000; fiscal 2013 shipbuilding and conversion, Navy contract funds in the amount of $6,465,000; fiscal 2014 research, development, test and evaluation funding in the amount of $1,685,186, and shipbuilding and conversion, Navy contract funds in the amount of $6,147,386; fiscal 2015 research, development, test and evaluation funding in the amount of $9,092,162, and shipbuilding and conversion, Navy contract funds in the amount of $1,150,000, will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured. The statutory authority for this sole source award is in accordance with FAR 6.302-1(a)(2)(iii). Only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
WR Systems Ltd., Fairfax, Virginia, is being awarded a $25,194,253 ceiling increase modification to a previously awarded cost-plus-fixed-fee, competitive award contract (N65236-10-D-2839) to provide the U.S. fleet and U.S.-supported foreign military fleets with comprehensive programmatic and technical support for navigation and geospatial information systems. This contract is currently in its fourth and final option period. With this ceiling increase modification, it would bring the cumulative value of this contract from $140,601,392 to $165,795,645. Work will be performed in Norfolk, Virginia, and is expected to continue via award of the follow-on contract in September 2015. This contract was previously procured on a competitive basis with only one offer received from WR Systems Ltd. via the Commerce Business Daily’s Federal Business Opportunities website, and the Space and Naval Warfare Systems Center e-Commerce Central website. Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.
Lockheed Martin Mission Systems & Training, Moorestown, New Jersey, is being awarded a $24,928,445 modification to previously awarded contract N00024-10-C-5125 for AEGIS combat systems engineering, computer program development, in-country support, technical manuals, integrated logistics support, and staging for the Australian air warfare destroyer (AWD) shipbuilding program in support of AEGIS foreign military sales (FMS). The government of Australia selected the Navy/Lockheed Martin Aegis combat system for its Australian AWD program (Ship 1 shipbuilding program in support of AEGIS FMS case AT-P-LCQ Amendment 6). These requirements include the necessary combat systems engineering, computer program development, ship integration and test, logistics technical services, technical manuals and staging support to design and build an Aegis weapon system baseline to support the AWD Program. Work will be performed in Moorestown, New Jersey (80.23 percent); Camden, New Jersey (8.18 percent); Pureland, New Jersey (6.18 percent); and Adelaide, Australia (5.41 percent), and is expected to be completed by July 2017. Foreign military sales funding in the amount of $24,594,814 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
The Boeing Co., St. Louis, Missouri, is being awarded a $20,517,876 delivery order (0061) against a previously issued basic ordering agreement (N68335-10-G-0012) for peculiar support equipment for the initial outfitting of the Navy emerging squadron stand-ups of the EA-18G aircraft and intermediate level (I-Level) support for the Royal Australian Air Force. The Navy-related peculiar support equipment is required to perform both organizational level and I-level maintenance on the Navy aircraft. The Royal Australian Air Force-related peculiar support equipment (will support an additional 12 EA-18G aircraft). Work will be performed in St. Louis, Missouri, and is expected to be completed in July 2017. Fiscal 2014 aircraft procurement (Navy) and foreign military sales funds in the amount of $20,517,876 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the Navy ($15,240,978; 75 percent); and the government of Australia ($5,276,898; 25 percent) under the Foreign Military Sales program. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.
LC Industries, Durham, North Carolina, is being awarded an estimated $19,000,000 fixed-price requirements contract for the consignment of office supplies for the Consolidated Material Service Center, Marine Corps Base, Camp Pendleton, California. The scope of this contract is to provide office supplies to the Consolidated Material Service Center “Serv-Mart” store. This contract includes a four-month base period and four three-month option periods which, if exercised, would bring the contract value to an estimated $19,000,000. Work will continue through November 2016. Work will be performed at Camp Pendleton, California, and is expected to be completed by November 2015. This contract was competitively procured via the Navy Electronic Commerce Online website, with one offer received. Navy working capital funds in the amount of $1,000,000 are obligated on this award. The contract will be funded through quarterly delivery orders that begin on Aug. 1, 2015. Navy working capital contract funds in an estimated amount of $1,000,000 will expire at the end of the current fiscal year. The Regional Contracting Office-Marine Corps Installation West, Marine Corps Base, Camp Pendleton, California, is the contracting activity (M00681-15-D-0005).
Science Applications International Corp., McLean, Virginia, is being awarded an $11,435,596 cost-plus incentive fee contract (N00039-15-C-0222) for development of the Global-Theater Security Cooperation Management Information System (G-TSCMIS) Release 3 (R3). The scope of this contract includes software development, design, integration, technical and engineering support, configuration management, testing, data management, program management, contract administration and logistics, leading to the delivery of G-TSCMIS R3. This contract has options which, if exercised, would bring the cumulative value of this contract to an estimated $11,744,596. Work could continue until July 2017. Work will be performed in San Diego, and is expected to be completed in January 2017. Fiscal 2014 research, development, test and evaluation funding in the amount of $598,231 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This requirement was solicited using full and open competition via the Space and Naval Warfare Systems Command E-Commerce Central website and the Federal Business Opportunities website, with one offer received. Space and Naval Warfare System Command, San Diego, is the contracting activity.
Lockheed Martin Corp., Manassas, Virginia, is being awarded an $8,426,711 modification to a previously awarded hybrid, cost-plus-fixed-fee, and firm-fixed price contract (N00039-14-C-0035) for the Integrated Common Processor program. The organization will be providing software and hardware development, production, installation, training, maintenance and provisioned items under the Maritime Surveillance Systems Program Office, PMS-485, Program Executive Office Submarines, Naval Sea Systems Command. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $97,843,498. Other procurement, Navy funding in the amount of $141,500 will be obligated at the time of award. This contract combines purchases for the Navy (90 percent) and the government of Japan (10 percent) under the Foreign Military Sales program. Work will be performed in Manassas, Virginia, and is expected to be completed by Dec. 19, 2015. If all options are exercised, work could continue until December 2017. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole-source acquisition. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-14-C-0035).
ARMY
Lockheed Martin Corp., Orlando, Florida, was awarded a $50,941,902 fixed-price-incentive contract for a modernized laser range finder designator (M-LRFD) Lot 4 production contract, inclusive of M-LRFD kits and spares, with an estimated completion date of Dec. 31, 2017. One bid was solicited with one received. Work will be performed in Orlando, Florida. Fiscal 2015 other procurement funds in the amount of $21,778,761 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-C-0057).
Point Blank Enterprises, Pompano Beach, Florida (W91CRB-15-D-0024); Short Bark Industries,* Vonore, Tennessee (W91CRB-15-D-0025); and Carter Enterprises,* Brooklyn, New York (W91CRB-15-D-0026), were awarded a shared $49,000,000 firm-fixed-price multiyear contract for the Soldier Protection System torso and extremity protection ballistic combat shirt with an estimated completion date of Jan. 29, 2019. Bids were solicited via the Internet with seven received. Funding and work location will be determined with each order. Army Contracting Command, Aberdeen, Maryland, is the contracting activity.
NCI Information Systems was awarded a $40,468,270 cost-plus-fixed-fee, multi-year, incrementally-funded contract with options for systems engineering and technical assistance and logistics support for Program Executive Officer (PEO) headquarters and subordinate PEO programs at Ft. Belvoir, Virginia, with an estimated completion date of Sept. 28, 2020. Bids were solicited via the Internet with six received. Fiscal year 2014 and 2015 other procurement (Army) and research, development, testing, and engineering funds in the amount of $13,580,926 were obligated at the time of the award. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91CRB-15-C-0035).
Capco Inc.,* Grand Junction, Colorado, was awarded a $32,870,329 firm-fixed-price contract for 40mm M320/M320A1 grenade launchers and non-functional training displays with an estimated completion date of July 30, 2020. Bids were solicited via the Internet with five received. Funding and work location will be determined with each order. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-D-0063).
Trax International Corp., Las Vegas, Nevada, was awarded a $23,022,014 modification (P00151) to contract W9124R-09-C-0003 for test support to the Yuma Proving Ground. Work will be performed in Yuma, Arizona; and Ft. Greely, Alaska, with an estimated completion date of Oct. 31, 2015. Fiscal 2016 research, development, testing, and evaluation funds in the amount of $23,022,014 were obligated at the time of the award. Army Contracting Command, Yuma Proving Ground, Arizona, is the contracting authority.
General Dynamics Information Technology, Herndon, Virginia, was awarded a $20,208,718 modification (F405549) to contract W91QUZ-06-D-0012 for command, control, communications and computer information operations and maintenance. Work will be performed in Korea with an estimated completion date of Sept. 29, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $17,000,000 were obligated at the time of the award. Army Contracting Command, Yongsan, Korea APO AP, is the contracting authority.
Pride Industries, Roseville, California, was awarded a $16,335,086 modification (P00060) to contract W9124J-09-C-0014 to support the Ft. Polk, Louisiana, directorate of public works, with an estimated completion date of April 30, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $16,335,086 were obligated at the time of the award. Army Contracting Command, Ft. Polk, Louisiana, is the contracting authority.
Sam O. Hirota Inc.,* Honolulu, Hawaii (W9128A-15-D-0006); and Pacific Geotechnical Engineers Inc.,* Waipahu, Hawaii (W9128A-15-D-0007), were awarded a $9,900,000 indefinite-delivery, firm-fixed-price contract with options for architectural and engineering services for Pacific region projects. Funding and work location will be determined with each order with an estimated completion date of July 29, 2020. Bids were solicited via the Internet with eight received. Army Corps of Engineers, Ft. Shafter, Hawaii, is the contracting activity.
Avox Systems, Lancaster, New York, was awarded a $7,585,922 fixed-price-incentive contract with options for joint service aircrew masks with an estimated completion date of July 31, 2017. Work will be performed in Lancaster, New York; and Abingdon, Maryland. One bid was solicited with one received. Fiscal 2015 other procurement (Army) funds in the amount of $7,585,922 were obligated at the time of the award. Army is the contracting activity (W911SR-15-C-0007).
Burns Dirt Construction Inc., Columbus, Mississippi, has been awarded a $35,000,000 indefinite-delivery/indefinite-quantity contract for Columbus Air Force Base Paving and Civil Works. Contractor will provide for repair and construction of asphalt and concrete pavements including sub-base and base course, installation of associated utilities, drainage structures, sidewalks, curb and gutters, rubber removal and painting of runways, taxiways, and aprons and turf. Work will be performed at Columbus Air Force Base, Mississippi; and Auxiliary Field, Shuqualak, Mississippi, and is expected to be complete by July 30, 2020. This award is the result of a competitive acquisition and five offers were received. Fiscal 2015 operations and maintenance funds in the amount of $300,000 are being obligated at the time of award. The 14th Contracting Squadron, Columbus Air Force Base, Mississippi, is the contracting activity. (FA3022-15-D-0002).
Northrop Grumman Technical Services, Herndon, Virginia, has been awarded an $18,286,137 modification (04) to a firm-fixed-price and cost-reimbursable delivery order (0036) for the KC-10 contractor logistic support program. Contractor will provide for engine maintenance and overhauls for the KC-10 contractor logistic support program. Work will be performed worldwide to include McGuire Air Force Base, New Jersey; Travis Air Force Base, California; and Tinker Air Force Base, Oklahoma, and is expected to be complete by Sept. 30, 2015. Fiscal 2015 operations and maintenance funds in the amount of $18,286,137 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-10-D-0001).
Avosys Technology Inc., San Antonio, Texas, has been awarded a not to exceed $48,000,000 firm-fixed-price contract for clinical healthcare services. Contractor will provide healthcare workers who will perform a full range of clinical support services. Work will be performed at Davis-Monthan Air Force Base, Arizona, and is expected to be complete by July 8, 2021. This award is the result of a competitive acquisition with 15 offers received. Fiscal 2015 operations and maintenance funds in the amount of $799,964 are being obligated at the time of award. The 355th Contracting Squadron, Davis-Monthan Air Force Base, Arizona, is the contracting activity (FA4877-15-D-B001). (Awarded July 16, 2015)
DEFENSE LOGISTICS AGENCY
IBM Corp., Reston, Virginia, has been awarded a maximum $23,068,058 firm-fixed-price, cost-plus-incentive-fee contract for technical and functional services in support of the Defense Agencies Initiatives program. This was a competitive acquisition with two responses received. This is a one-year base contract with two one-year, and one three-month option periods. The maximum dollar amount includes the base contract and all the option periods. The obligated amount in fiscal 2015 is $6,723,671. Location of performance is Virginia, with an Aug. 1, 2016, performance completion date. Using service is federal civilian agencies. Type of appropriation is fiscal 2015 operations and maintenance, and research, development, test and evaluation funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SP4701-15-C-0060).
Valley Apparel,* Knoxville, Tennessee, has been awarded a maximum $7,958,275 modification (P00005) exercising the first one-year option period of a one-year base contract (SPE1C1-14-D-1067) with three one-year option periods for summer and cold-weather jackets. This is a firm-fixed-price contract. Location of performance is Tennessee, with an Aug. 5, 2016, performance completion date. Using military services are Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
Fifth Gait Technologies Inc., is being awarded a Small Business Innovation Research (SBIR) Phase III contract with a ceiling of $9,975,755.38. Under this new indefinite-delivery/indefinite-quantity contract, the contractor will update existing or develop new test procedures for testing components for Missile Defense Agency or other Department of Defense systems. These procedures provide early input on component performance for the decision makers and support full-scale operational tests. The work will be performed in Santa Barbara, California. The ordering period is from July 27, 2015, through July 26, 2018. This contract was competitively procured in accordance with the SBIR program policy directive. Fiscal 2015 research, development, test and evaluation funds in the amount of $2,100,000 are being obligated on this award. This is not a Foreign Military Sales acquisition. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-15-D-7006).
NAVY
Leidos, Inc., Reston, Virginia was awarded a ceiling $4,336,822,777 indefinite-delivery/indefinite-quantity contract, with firm-fixed-price, cost-plus-fixed-fee, cost-plus-incentive fee, and fixed-price incentive pricing arrangements, for the Defense Healthcare Management System Modernization program. As a service provider integrator, the contractor will provide an electronic health record off-the-shelf solution, integration activities and deployment across the Military Health System. This contract has a two-year initial ordering period, with two 3-year option periods, and a potential two-year award term, which, if awarded, would bring the total ordering period to 10 years. Work will be performed at locations throughout the United States and overseas. If all options are exercised, work is expected to be completed by September 2025. Fiscal 2015 Defense Health Program Research, Development, Test and Evaluation funds in the amount of $35,000,000 will be obligated at the time of award. Additional funds will be obligated as individual delivery orders are issued. This was a competitive acquisition, with six offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-15-D-0044).
C4 Planning Solutions, LLC*, Blythe, Georgia (N00039-15-D-0036); Cambridge International Systems, Inc.*, Arlington, Virginia (N00039-15-D-0037); Envistacom, LLC*, Atlanta, Georgia (N00039-15-D-0038); Forward Slope, Inc.* San Diego (N00039-15-D-0039); and SOLUTE Consulting*, San Diego (N00039-15-D-0040) are being awarded a $232,068,059 indefinite-delivery/indefinite-quantity, hybrid, cost-plus-fixed-fee, firm-fixed-price, cost-reimbursable-type, multiple-award contract for command, control, communications, computers, and intelligence (C4I) systems integration and engineering services in support of authorized and approved U.S. security assistance and security cooperation programs. Foreign Military Sale funds in the amount of $5,000 per contract awardee (for a total of $25,000) will be placed on contract and obligated at the time of award via a delivery order to each awardee. This contract involves utilizing Foreign Military Sales to various security cooperation partners to be identified as individual delivery orders are issued. Work will be performed in various overseas locations based on the requirement for each individual delivery order placed. The ordering period is three years for the base period up to the contract award amount. The base ordering period expires July 2018. The multiple-award contract was competitively procured with small business proposals solicited and 22 offers received via the Commerce Business Daily’s Federal Business Opportunities and the SPAWAR e-Commerce Central websites. Space and Naval Warfare Systems Command, San Diego, California is the contracting activity.
Bell Boeing Joint Program Office, California, Maryland, is being awarded a $64,227,368 contract modification to a previous basic contract (N00019-09-D-0008) for various repair parts for the V-22 aircraft. Work will be performed in Fort Worth, Texas (80 percent); and Ridley Park, Pennsylvania (20 percent), and will be completed by December 2017. No funds will be obligated at the time of award. Fiscal 2015 and 2016 Navy working capital funds will be provided through Delivery Order 0006 and will not expire at the end of the current fiscal year. One firm was solicited for this sole-source requirement, and one offer was received under authority 10 U.S.C. 2304 (c)(1). Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.
General Dynamics Advanced Information Systems, Inc., Fairfax, Virginia is being awarded a $32,721,919 modification to previously awarded contract (N00024-09-C-6250) for AN/BYG-1 Tactical Control Systems (TCS) Technology Insertion (TI-14) Advanced Processing Build (APB-15) software for delivery to multiple submarine platforms. General Dynamics Advanced Information Systems will complete AN/BYG-1 Tactical Control Systems (TCS) Technology Insertion (TI-14) Advanced Processing Build (APB-15) software for delivery to multiple Submarine platforms. They will commence migration of TCS from TI-14 baseline to TI-16 and integrate APB-15 to support the lead variant Test Readiness Review (TRR) during FY16. Additionally, this contract continues maintenance activities for TI-14 APB-13 and earlier baselines. Work will be performed in Fairfax, Virginia and is expected to be completed by July 2016. Fiscal 2015 research, development test and evaluation funding in the amount of $3,872,306; fiscal 2015 other procurement, Navy funding in the amount of $1,802,252; Fiscal 2015 Armaments Cooperation Projects, Royal Australian Navy in the amount of $766,324 and Fiscal 2013 shipbuilding and conversion, Navy contract funds in the amount of $283,275, will be obligated at time award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia is the contracting activity.
Swinerton Builders, Arvada, Colorado, is being awarded a $26,509,003 firm-fixed-price contract for the construction of an aircraft maintenance hangar at the Naval Air Station Whidbey Island. The contract also contains one unexercised option and one planned modification, which if exercised, would increase cumulative contract value to $27,355,463. The work to be performed provides for the construction of a Type III high bay aircraft maintenance hangar with multi-story spaces for administration, maintenance shops and aircraft parts storage. Special features will include steel framed gravity and lateral system; pile foundation; metal decking with concrete fill; metal deck roof; trench grate nozzle for aqueous film forming foam; compressed air; uninterruptible power supply and back-up generators; and Leadership in Energy and Environmental Design Silver and Anti-Terrorism/Force Protection features. Work will be performed in Oak Harbor, Washington, and is expected to be completed by September 2016. Fiscal 2011 and 2015 military construction reserve force, (Navy) contract funds in the amount of $26,509,003 are obligated at time of award; $2,012,893 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-15-C-6005).
Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $20,580,879 delivery order under indefinite-delivery/indefinite-quantity contract N4523A-15-D-5016-0001 for ship repair support on USS Nimitz (CVN 68). Huntington Ingalls Inc. will provide management, material support services, labor, supplies, and equipment deemed necessary to perform nuclear and nuclear-related work on the USS Nimitz (CVN 68). Work will be performed in Bremerton, Washington, and is expected to be completed by February 2016. Fiscal 2015 operation and maintenance Navy contract funds in the amount of $20,580,879 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1, “Only one responsible source and no other supplies or services will satisfy the agency requirement.” Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity.
Correction: Contract awarded on July 28, 2015, to PAE Applied Technologies, LLC, doing business as Defense Support Services, LLC, Marlton, New Jersey should read “PAE Aviation and Technical Services, LLC doing business as Defense Support Services, LLC” and the contract number should read (N00421-15-D-0007) instead of (N00421-15-C-0007).
BAE Systems Aerospace and Defense Group Inc., Phoenix, Arizona, was awarded a $45,070,161 modification (P00011) to contract W91CRB-13-C-0045 for four variants of hard armor protective inserts. Work will be performed in Phoenix, Arizona, with an estimated completion date of Sept. 2, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $45,070,161 were obligated at the time of the award. Army Contracting Command, Aberdeen, Maryland, is the contracting authority.
Ceradyne Inc., Cost Mesa, California, was awarded a $34,112,608 modification (P00010) to contract W91CRB-13-C-0046 for four variants of hard armor protective inserts. Work will be performed in Costa Mesa, California, with an estimated completion date of Sept. 2, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $34,112,608 were obligated at the time of the award. Army Contracting Command, Aberdeen, Maryland, is the contracting authority.
Honeywell Technology Solutions Inc., Columbia, Maryland, was awarded an $8,093,534 modification (0002) to contract W52P1J-12-G-0061 for logistics support to the Army Prepositioned Stocks-3. Work will be performed in Charleston, South Carolina, with an estimated completion date of Aug. 14, 2020. Fiscal 2015 operations and maintenance (Army) funds in the amount of $5,000,000 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting authority.
General Dynamics Ordnance and Tactical Systems Inc., St. Petersburg, Florida, was awarded a $7,842,528 modification (P00019) to contract W52P1J-12-C-0026 for M1002 120mm tank training ammunition. Work will be performed in St. Petersburg, Florida, with an estimated completion date of July 31, 2017. Fiscal 2014 and 2015 other procurement funds in the amount of $7,842,528 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting authority.
Aegis Defense Services LLC, McLean, Virginia, was awarded a $7,652,289 firm-fixed-price, incrementally-funded contract with options for armed guards at Bagram and Jalalabad airfields in Afghanistan, with an estimated completion date of July 31, 2016. Bids were solicited via the Internet with 15 received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $7,345,299 were obligated at the time of the award. Army Contracting Command, Bagram AE, is the contracting activity (W91B4N-15-C-5005).
Orbital Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $7,039,930 modification (P00028) to contract W52P1J-12-C-0027 for M1002 120mm tank training ammunition. Work will be performed in Plymouth, Minnesota, with an estimated completion date of April 7, 2017. Fiscal 2014 and 2015 other procurement funds in the amount of $7,039,930 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting authority.
MISSILE DEFENSE AGENCY
SciTec Inc., Princeton, New Jersey, is being awarded an indefinite-delivery/indefinite-quantity contract with a ceiling of $9,978,244 for space data exploitation (SDE). This contract will support the development, application, and transition of SDE software development, test support, and data analysis. The work will be performed in Princeton, New Jersey; Fairborn, Ohio; Huntsville, Alabama; and Boulder, Co+956lorado. The estimated ordering period is from July 24, 2015, through July 23, 2018. This is a Small Business Innovation Research Phase III contract. Fiscal 2015 research, development, test and evaluation funds in the amount of $476,441 are being obligated on this award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-15-D-7003).
Booz Allen Hamilton Inc. (H92222-15-D-0022) and CACI-WGI Inc. (H92222-15-D-0025), Tampa, Florida; Raytheon Blackbird Technologies Inc.(H92222-15-D-0023), Herndon, Virginia; and MacAulay-Brown Inc. (H92222-15-D-0024), Dayton, Ohio, were awarded an indefinite-delivery/indefinite-quantity, multiple-award contract with a combined ceiling value of $900,000,000 for Special Operations Command Wide Mission Support services. The place of performance is multiple locations both in the U.S. and overseas. The anticipated period of performance is not to exceed five years. Each company will be awarded a $2,500 minimum guarantee, and additional funding will be obligated on individual task orders. Fiscal 2015 operations and maintenance funds shall be used to satisfy the minimum of the contract The contracts were competitively awarded using Federal Acquisition Regulation Part 15 procedures. Seventeen proposals were received. U.S. Special Operations Command is the contracting activity.
NAVY
PAE Applied Technologies LLC, doing business as Defense Support Services LLC, Marlton, New Jersey, is being awarded a $68,351,721 indefinite-delivery/indefinite-quantity contract for organizational, selected intermediate and limited depot level maintenance services for F-5 F/N aircraft. Work will be performed in Naval Air Station (NAS) Key West, Florida (40 percent); NAS Fallon, Nevada (30 percent); and Marine Corps Air Station, Yuma, Arizona (30 percent), and is expected to be completed in July 2016. Fiscal 2015 operations and maintenance (Navy Reserves) funds in the amount of $4,000,000 are being obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals, and six offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-15-C-0007).
Booz Allen Hamilton Engineering Services LLC, Linthicum, Maryland (N65236-15-D-4804); CSSI Inc., Washington, District of Columbia (N65236-15-D-4805); and SERCO Inc., Reston, Virginia (N65236-15-D-4806), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, with provisions for firm-fixed-price task orders, performance-based multiple award contract. The cumulative, estimated ceiling value of the base year is $38,028,800. The contracts are for the procurement of air traffic control (ATC) engineering and technical support services including specialized ATC engineering, specialized ATC technical and integration support, configuration data management, and systems maintenance for a broad range of complex ATC, meteorology and oceanography and aviation command, control, communications, computers, combat, intelligence, surveillance, and reconnaissance systems. These contracts include options, which if exercised, would bring the cumulative ceiling value of these contracts to an estimated $199,901,400. Work will be performed at multiple locations in the continental U.S., Southwest Asia, Southeast Asia and Africa. Work is expected to be completed by July 2016. If all options are exercised, work could continue until July 2020. Space and Naval Warfare Systems Command Systems Center Atlantic Navy working capital funds in the amount of $25,000 will be obligated at the time of award as the minimum guarantee and will be split among the three awardees; these funds will not expire at the end of the current fiscal year. This contract action establishes a potential ceiling value in which funds are obligated on individual task orders. The multiple award contracts were competitively procured by full and open competition via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with six offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $37,538,800 undefinitized contract action modification for a delivery order (5507) against a previously issued basic ordering agreement (N00019-14-G-0020). This modification authorizes engineering change proposals for air vehicle retrofit modifications to be incorporated into designated aircraft and supporting subsystems in support of the F-35 aircraft Block 3F requirements. This modification also includes retrofit modification kits, installation, and labor to incorporate the modification kits. Work will be performed in Fort Worth, Texas (90 percent); Marietta, Georgia (9 percent); and Palmdale, California (1 percent), and is expected to be completed in August 2018. Fiscal 2014 and 2015 aircraft procurement and research, development, test and evaluation (Navy, Marine Corps, and Air Force) funds in the amount of $13,093,580 are being obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Bristol General Contractors LLC,* Anchorage, Alaska, is being awarded a $17,923,026 firm-fixed-price task order 0002 at under a multiple award construction contract for repairs to the aircraft maintenance hangar building 3757, at Naval Air Station, Kingsville, Texas. The work to be performed provides for repair deficiencies in the building. Exterior repairs include replacement of roof, repairs to roof decking, sealing roof penetrations and repair roof drains. The interiors of the hangar bays will be cleaned and painted. Other repairs include structural, plumbing, heating, ventilation and air conditioning, fire protection and electrical system deficiencies in the hangar. Work will be performed in Kingsville, Texas, and is expected to be completed by July 2017. Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $17,923,026 are obligated at the time of award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-13-D-1771).
Green Contracting Company Inc.,* Baltimore, Maryland, is being awarded an $8,847,346 firm-fixed-price contract for the replacement of Cooling Tower, Building 77H, at the Philadelphia Naval Business Center. The work to be performed provides for construction that shall provide a 25,000 gallons/minute fiberglass reinforced plastic cooling tower, including cooling water distribution system; process control system; concrete foundations; concrete piles; concrete water basin; steel pipe bridge to support fire suppression system; relocate existing electrical utility duct bank; and site civil/mechanical utilities. Site demolition and improvements include demolition of existing 25,000 gallons/minute wood cooling tower, including concrete foundation, and concrete basin. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by September 2016. Fiscal 2015 Navy working capital contract funds in the amount of $8,847,346 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-C-7516).
PricewaterhouseCoopers Public Sector LLP, McLean, Virginia, is being awarded a $7,543,502 firm-fixed-price contract for real property audit preparation support. This effort is to provide a review of an estimated 300 properties at Marine Corps Base Camp Mujuk, Korea; and an estimated 6,560 properties within Marine Corps Base Camp Butler’s jurisdiction at Okinawa and Shizuoka (Camp Fuji), Japan, and perform critical corrective actions required to assist the installations to become audit ready. This contract includes options which, if exercised, would bring the cumulative value of this contract to $7,543,502. Work will be performed Shizuoka and Okinawa, Japan (90 percent); and in Mujuk, Korea (10 percent), and work is expected to be completed by February 2017. Fiscal 2015 operation and maintenance funds in the amount of $6,013,762 will be obligated at the time of contract award. Contract funds in the amount of $6,013,762 will expire at the end of the current fiscal year. This contract was competitively procured. Proposals were solicited via the One Acquisition Solution for Integrated Services through the General Service Administration. Three offers were received. The Marine Corps Installation Pacific Regional Contracting Office, Okinawa, Japan, is the contracting activity (M67400-15-F-0105).
Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $6,737,083 cost-plus-fixed-fee task order under previously awarded basic ordering agreement N00024-14-G-2114 for repair of the number two ship’s service turbine generator on USS Nimitz (CVN 68). Huntington Ingalls Inc. will provide management, labor and support services. Work will be performed in Bremerton, Washington, and is expected to be completed by October 2015. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $6,737,083 will be obligated at time of award and will expire at the end of the current fiscal year. Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity.
BAE Systems, Rockville, Maryland, has been awarded a $48,700,246 fixed-price level of effort modification (P00073) to exercise an option on previously awarded contract FA8214-13-C-0001 for integration support. Contractor will provide systems engineering, technical assistance support, training, and development in performing integration, sustaining engineering and program management support functions for the Minuteman III weapon system. Work will be performed at Hill Air Force Base, Utah, and is expected to be complete by July 31, 2016. Fiscal 2015 operations and maintenance and research and development funds in the amount of $16,723,542 are being obligated at the time of award. Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity.
Aircraft Engineering and Installation Services Inc., Orlando, Florida, has been awarded a $28,593,344 firm-fixed-price, cost-reimbursable no-fee travel contract for the C-130 electronic propeller control system. Contractor will provide manufacture, integration and installation of the C-130 electronic propeller control system on 48 Air Force Reserve Command C-130H aircraft, and modify 25 spare Quick Engine Change (QEC) kits. Work will be performed at Orlando, Florida, and is expected to be complete by May 31, 2016. This award is the result of a competitive acquisition with nine offers received. Fiscal 2013 and 2014 National Guard and Reserve equipment account funds in the amount of $28,593,344 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-15-C-0008).
ARMY
General Dynamics Ordnance and Tactical Systems Inc., St. Petersburg, Florida, was awarded a $16,098,186 cost-plus-fixed-fee, incrementally-funded contract with options for the 120mm Advanced Multi-Purpose (AMP), XM1147 High Explosive Multi-Purpose with Tracer (HEMP-T) cartridges, with an estimated completion date of July 28, 2022. Bids were solicited via the Internet with four received. Fiscal 2015 research, development, testing and engineering funds in the amount of $5,345,000 were obligated at the time of the award. Work will be performed in St. Petersburg Florida; Red Lion, Pennsylvania; Hampton, Arizona; New York, New York; Niceville, Florida; Forest Lake, Minnesota; Totowa, New Jersey; North Canton, Ohio; East Camden, Arizona; and Germany. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-C-0067).
Alliant Techsystems Operations, Plymouth, Minnesota, was awarded a $15,997,541 cost-plus-fixed-fee incrementally funded contract with options for the 120mm Advanced Multi-Purpose (AMP), XM1147 High Explosive Multi-Purpose with Tracer (HEMP-T) cartridges, with an estimated completion date of July 28, 2022. Bids were solicited via the Internet with four received. Fiscal 2015 research, development, testing and engineering funds in the amount of $5,345,000 were obligated at the time of the award. Work will be performed in Plymouth, Minnesota; Middletown, Iowa; Mt. Carmel, Tennessee; Louisville, Kentucky; Camden, Arizona; Coachella, California; Rocket Center, West Virginia; Clear Lake, South Dakota; and Germany. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-C-0066).
Critical Solutions International,* Carrollton, Texas, was awarded a $12,702,031 firm-fixed-price foreign military sales contract (Iraq) for Husky Mark III 2-Operator 2G vehicles with manuals and spare parts, with an estimated completion date of Dec. 20, 2015. One bid was solicited with one received. Funding will be determined with each order. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0157).
August 1, 2015
Business, Business / Career, Feature, Government