BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

The Aerospace Corp., El Segundo, California, has been awarded an $828,255,889 modification (P00037) to the previously awarded contract FA8802-14-C-0001 for systems engineering and integration support for the national space community. Contractor will provide systems engineering, integration management, technical performance analysis and assessment, monitoring of launch vehicle and satellite processing, and verifying launch readiness. Work will be performed at El Segundo, California, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 research and development funds are being used, and no funds were obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $105,875,594 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for KC-135 Block 45 cockpit analog/digital upgrade Group B kits. Work will be performed at Cedar Rapids, Iowa, and is expected to be complete by Sept. 29, 2024. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Fiscal 2015 aircraft procurement funds in the amount of $25,371,321 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8105-15-D-0002).

Newport Materials LLC, Westford, Massachusetts, has been awarded an $18,300,189 firm-fixed-price, single award, indefinite-delivery/indefinite-quantity contract for Hanscom Air Force Base paving projects. Contractor will provide management, labor, material, equipment, transportation, supervision, and minor designs to accomplish simultaneous pavement maintenance, water line repairs, storm drainage line repairs, sanitary sewer line repairs, and other miscellaneous repair and minor construction work on real property. Work will be performed at Hanscom Air Force Base, Massachusetts; Hamilton, Massachusetts; Humarock, Massachusetts; and Cape Cod Air Force Station, Massachusetts, and is expected to be complete by Sept. 17, 2020.  This award is the result of a competitive acquisition with five offers received. Fiscal 2015 operations and maintenance funds in the amount of $2,500 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA2835-15-D-0006).

Wolf Creek Federal Services Inc., has been awarded an $8,000,000 indefinite-delivery/indefinite-quantity contract to repair various facilities at Joint Base Charleston, South Carolina. The contractor will provide all labor, materials, equipment, transportation and supervision necessary to perform numerous specified projects. Work will be performed at Joint Base Charleston, South Carolina, and is expected to be complete by Aug. 16, 2016. This award is a sole-source 8(a) acquisition. Fiscal 2015 operation and maintenance funds in the amount of $186,671 are being obligated at the time of award. The 628th Contracting Squadron, Joint Base Charleston, South Carolina, is the contracting activity (FA4418-15-D-0008).

CORRECTION: The Amherst Systems Inc. contract listed on Sept. 3, 2015, for $9,100,822 was actually awarded on Sept. 16, 2015. All other contract information is accurate (FA8523-15-D-0001).

ARMY

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland (W911NF-15-D-0001); Battelle Memorial Institute, Columbus, Ohio (W911NF-15-D-0002); Booz Allen Hamilton Inc., McLean, Virginia (W911NF-15-D-0003); Bowhead System Management LLC,* Alexandria, Virginia (W911NF-15-D-0004); ByLight, Professional IT Services Inc., Arlington, Virginia (W911NF-15-D-0005); Charles Stark Draper Laboratory Inc., Cambridge, Massachusetts (W911NF-15-D-0006); Envistacom LLC,* Atlanta, Georgia (W911NF-15-D-0007); Exelis Inc., Herndon, Virginia (W911NF-15-D-0008); Georgia Tech Applied Research Corp., Atlanta, Georgia (W911NF-15-D-0009); Hickory Ground Solutions LLC,* Heathsville,Department of the Army Virginia (W911NF-15-D-0010); Ideal Innovation Inc.,* Arlington, Virginia (W911NF-15-D-0011); Janus Research Group Inc.,* Appling, Georgia (W911NF-15-D-0012); K2 Solutions Inc.,* Southern Pines, North Carolina (W911NF-15-D-0013); Leidos Inc., Reston, Virginia (W911NF-15-D-0014); STS International Inc.,* Berkeley Springs, West Virginia (W911NF-15-D-0015); and WinTec Arrowmaker Inc.,* Fort Washington, Maryland (W911NF-15-D-0016), were awarded an $800,000,000 cost-plus-fixed-fee multiple award task order contract with options for research and development to counteract asymmetrical threats, with an estimated completion date of Sept. 17, 2020.  Bids were solicited via the Internet with 16 received.  Funding and work location will be determined with each order. Army Contracting Command, Research Triangle Park, North Carolina, is the contracting activity.

Cool Roofing Systems Inc.,* Manteca, California (W912BV-15-D-0025); and Doyon Project Services,* Federal Way, Washington (W912BV-15-D-0028), were awarded a $10,000,000 firm-fixed-price, multi-year, multiple award task order contract with options for Tinker Aerospace Complex roof program, Building 9001, Tinker Air Force Base, Oklahoma, with an estimated completion date of Sept. 17, 2020.  Bids were solicited via the Internet with seven received.  Funding and work location will be determined with each order.  Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity.

Agile Infrastructure Services, Inc.*, Kellogg, Idaho, was awarded a $10,000,000 firm-fixed-price contract for minor construction projects.  Work locations and funding will be determined with each order, with an estimated completion date of Sept. 17, 2020.  Bids were solicited via the internet with nine received.  Army Contracting Command, Fort Jackson, South Carolina, is the contracting activity (W9124C-15-D-0005).

Value Recovery Holding, LLC*, Columbus, Ohio, was awarded an $8,570,405 modification (P00007) to contract (W912DY-14-C-0008) for support services to the Office of Energy Initiatives.  The contract provides assistance with the planning and execution of large scale renewable energy, wind, solar, biomass, and geothermal projects leveraging third party financing.  The contractor provides both technical and financial subject matter expertise. The Office of Energy Initiatives is the central management office for the planning and execution of large scale renewable energy project leveraging third party finance. Work will be performed in Arlington, Virginia, with an estimated completion date of Sept. 18, 2016.  Fiscal 2015 operations and maintenance funds in the amount of $4,315,616 were obligated at the time of the award.  Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Heritage Disposal & Storage LLC,* Alda, Nebraska, was awarded a $6,671,296 firm-fixed-price contract for demilitarization and disposal of 504,644 HC smoke canisters and 61,400 HC smoke pots. Work will be performed in Alda, Nebraska, with an estimated completion date of Sept. 15, 2018.  Bids were solicited via the Internet with three received.  Fiscal 2014 operations and maintenance funds in the amount of $6,671,296 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-C-0088).

600px-US-DeptOfNavy-Seal.svgNAVY

Manu Kai LLC,* Honolulu, Hawaii, is being awarded $76,269,409 for modification P00051 under a previously awarded fixed-price-award-fee, indefinite-quantity provision, and cost-plus-award-fee, contract (N00604-09-D-0001) to exercise the seventh option for range operations support and base operations support services.  Work will be performed in at the Pacific Missile Range Facility, Island of Kauai, Hawaii, and is expected to be completed by September 2016.  If all options on the contract are exercised, work will be completed by September 2018.  Subject to the availability of funds, fiscal 2016 operations and maintenance (Navy) funds in the amount of $43,480,615 will be obligated at the time of award.  Funds will not expire at the end of the current fiscal year.  Funds in the amount of $32,788,794 will be obligated as individual task orders are issued.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website as a 100 percent 8(a) set-aside requirement, with four offers received.  Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Hawaii, is the contracting activity.

FLIR Surveillance Inc., North Billerica, Massachusetts, is being awarded a $49,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Combatant Craft Forward Looking Infrared variant 2 (CCFLIR2).  The CCFLIR2 is a day/night and infrared imaging system that provides operators the capability to detect visible light or infrared radiation reflected or emitted by surface targets at tactically significant ranges in all operational environments.  CCFLIR2 provides increased detection, recognition and identification ranges in all conditions; constant interrogation of targets across the spectrum of operations; and greater situational awareness with high-definition imaging and zoom capability. CCFLIR2 incorporates improved optics and image processing that allows the user to see the same target in multiple wavelengths, highlighting the target features and discriminators.  CCFLIR2 integrates with embedded navigational systems and other shipboard systems to provide target and way-point geolocation and tracking functionality. CCFLIR2 is part of a collection of intelligence, surveillance and reconnaissance systems available for use on Special Operations Force maritime craft.  Work will be performed in North Billerica, Massachusetts, and is expected to be completed by September 2025.  Fiscal 2014 and 2015 research, development, test and evaluation (Navy) funds in the amount of $2,845,444 will be obligated at time of award.  Contract funds will expire at the end of the current fiscal year. This contract was competitively procured and solicited via the Federal Business Opportunities website, with one offer received.  The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-15-D-JQ76).

United Technologies Corp., Pratt & Whitney, Military Engines, East Hartford, Connecticut, is being awarded a $10,642,496 modification to a previously awarded cost-plus-incentive-fee contract (N00019-14-C-0026) to retrofit the F-35B F-135 propulsion system for the Navy/Marine Corps and the international partners, including the installation of a redesigned lift fan inter-stage vane.  Work will be performed in Indianapolis, Indiana, and is expected to be completed in December 2016.  Fiscal 2015 aircraft procurement (Navy) and international partner funds in the amount of $10,642,496 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/Marine Corps ($10,447,740; 98 percent) and the international partners ($194,756; 2 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is being awarded $8,822,412 for modification P00009 under a previously awarded firm-fixed-price contract (N00604-13-C-3000) to exercise the third option for a full range of ordnance handling and management services including labor, materials, equipment, inventory management, transportation, supervision and management to receive inspect, store, issue, transport, load, and manage all types of ammunition, explosives, expendable and technical ordnance material and weapons.  Additionally, the contractor shall perform all tasks related to peacetime and wartime munitions operations.  Work will be performed at Navy Munitions Command East Asia Division Detachment Pearl Harbor, Ewa Beach, Hawaii, and work is expected to be completed September 2016.  If all options on the contract are exercised, the total value of this contract will be $43,077,190 and work will be completed by September 2017.  Subject to the availability of funds, fiscal 2016 operations and maintenance (Navy) funds in the amount of $8,822,412 will be obligated at the time of award.  Funds will not expire at the end of the current fiscal year.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with two offers received.  Naval Supply Systems Command Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity.

Bethel-Webcor JV-1,* Anchorage, Alaska, is being awarded $8,617,000 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N62478-14-D-4001) for repair of Building 17 at Bishop Point, Joint Base Pearl Harbor-Hickam.  The work to be performed provides for renovation of Building 17, which is a Category II historic facility built in 1941.  Repair work includes replacing the deteriorated and termite damaged mezzanine and ground floor rooms in the west section, which includes administrative and medical offices, physical treatment area, storage, restrooms and locker rooms; removing hazardous material; installing fire rated exits, stairways, a fire alarm with mass notification system, and a fire sprinkler system; and refinishing the existing hyperbaric chamber.  Proposed construction work includes installing a central air conditioning system, upgrading the electrical system, reconstructing the flyaway dive locker area (clean room), and providing primary electrical utilities for temporary trailers.  Seismic safety standards, Leadership in Energy and Environmental Design, and antiterrorism/force protection work is required.  Personal property equipment installation includes rental of four trailers with temporary walkways, stairs, and an accessible ramp.  The task order also contains one unexercised option, which if exercised, would increase cumulative task order value to $9,166,776.  Work will be performed in Oahu, Hawaii, and is expected to be completed by June 2017.  Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $8,617,000 are obligated on this award and will expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

U.S. TRANSPORTATION COMMAND

American President Lines Ltd., Scottsdale, Arizona (HTC711-12-D-R009/P00017); Farrell Lines Inc., Norfolk, Virginia (HTC711-13-D-R001/P00014); Liberty Global Logistics LLC, Lake Success, New York (HTC711-12-D-R008/P00017); and National Air Cargo Group Inc., Orlando, Florida600px-US-TRANSCOM-Emblem.svg (HTC711-12-D-R010/P00017), are each being awarded a $45,370,266 maximum ceiling modification exercising the extension of services for commercial multimodal transportation.  The modifications bring the total cumulative face value of each of the contracts to $1,499,988,948 from $1,454,618,682.  These contracts provide for international commercial multimodal transportation services.  Work will be performed worldwide, with an expected completion date of Oct. 31, 2015.  Fiscal 2015 and 2016 transportation working capital funds will be obligated on individual task orders.  The estimated program value for the extension of services is $136,110,798.  The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Pentaq Manufacturing Corp.,* Sabana Grande, Puerto Rico, has been awarded a maximum $31,895,125 modification (P00133) exercising the second one-year option period of a one-year base contract (SPM1C1-13-D-1073) with four one-year option periods for Army combat uniform trousers with permethrin. This is a firm-fixed-price contract. Locations of performance are Puerto Rico, Mississippi, Alabama and North Carolina, with a Sept. 23, 2016, performance completion date. Using military service is Army. 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.

Boeing Co., St. Louis, Missouri, has been awarded a maximum $20,542,960 delivery order (THJD) against a five-year base basic ordering agreement (SPE4A1-14-G-0007) for right inner wing panels for Navy aircraft. This is a firm-fixed-price contract. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). Location of performance is Missouri, with an Aug. 31, 2017, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2015 through fiscal 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Boeing Co., St. Louis, Missouri, has been awarded a maximum $20,537,077 delivery order (THJC) against a five-year base basic ordering agreement (SPE4A1-14-G-0007) for left inner wing panels for Navy aircraft. This is a firm-fixed-price contract. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). Location of performance is Missouri, with an Aug. 31, 2017, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2015 through fiscal 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Pentaq Manufacturing Corp.,* Sabana Grande, Puerto Rico, has been awarded a maximum $18,499,173 modification (P00129) exercising the second one-year option period of a one-year base contract (SPM1C1-13-D-1074) with four one-year option periods for Army combat uniform trousers with permethrin. This is a firm-fixed-price contract. Locations of performance are Puerto Rico, Mississippi, Alabama and North Carolina, with a Sept. 23, 2016, performance completion date. Using military service is Army. 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.

McRae Industries,** Mount Gilead, North Carolina, has been awarded a maximum $7,119,315 modification (P00108) to a one-year base contract (SPM1C1-13-D-1075) with four one-year option periods for hot-weather boots. This is a firm-fixed-price contract. Location of performance is North Carolina, with a Sept. 22, 2016, performance completion date. Using service is 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.

UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES

Henry M. Jackson Foundation for the Advancement of Military Medicine, Bethesda, Maryland has been awarded $18,259,392 task order 0052 under a previously awarded indefinite-delivery/indefinite-quantity contract (HU0001-10-D-0006) for research equipment to support the genome sequencing center, biomedical instrumentation center, and radiology department. Contractor will provide a genome sequencing system, magnetic resonance imaging system, super resolution microscope, and support equipment. Delivery and installation will be performed at the Uniformed Services University and Walter Reed National Military Medical Center in Bethesda, Maryland, and is expected to be completed by Jan. 12, 2016. Fiscal 2013, 2014 and 2015 procurement funds, and fiscal 2014 and 2015 research, development, test and evaluation funds, were obligated at the time of the award. The Uniformed Services University of the Health Sciences, Bethesda, Maryland is the contracting activity. (Awarded Sept. 4, 2015)

*Small business

**Historically underutilized business zones

 

NAVY

Alliant Techsystems Operations LLC, Plymouth, Minnesota, is being awarded a $425,729,000 ceiling-priced, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for FMU-139D/B fuzes and fuze accessory kits, including qualification and first article testing activities.  Work will be performed in Rocket Center, West Virginia (93 percent); and Plymouth, Minnesota (7 percent), and is expected to be completed in600px-US-DeptOfNavy-Seal.svg May 2024.  Fiscal 2015 procurement ammunition (Navy and Marine Corp) funds in the amount of $24,330,980 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals; five offers were received.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-D-0030).

Pave-Tech Inc.,* Vista, California  (N62473-15-D-2441); Coffman Specialties Inc., San Diego, California (N62473-15-D-2442); Baldi Bros. Inc,* Beaumont, California (N62473-15-D-2443); Granite Construction Co., Watsonville, California (N62473-15-D-2444); and Reyes Construction Inc., Pomona, California (N62473-15-D-2445), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for airfield paving (new construction, renovation, and repair) at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all five contracts combined is $240,000,000.  Types of projects may include, but are not limited to:  runway, taxiway, apron, and support areas for use by aircraft.  Pave-Tech Inc. is being awarded task order 0001 at $277,108 for repair of the helicopter simulated flight deck at Marine Corps Air Station Miramar, San Diego, California.  Work for this task order is expected to be completed by September 2016.  All work on these contracts will be performed within the NAVFAC Southwest AOR including, but not limited to, California (80 percent); Arizona (16 percent); Nevada (1 percent); Utah (1 percent); Colorado (1 percent); and New Mexico (1 percent).  The terms of the contracts are not to exceed 60 months, with an expected completion date of September 2020.  Fiscal 2015 operation and maintenance (Navy and Marine Corps) contract funds in the amount of $297,108 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured as a full and open unrestricted procurement with a Historically Underutilized Business Zone price evaluation preference in accordance with Federal Acquisition Regulation 52.219-4 and one reserve for small business via the Navy Electronic Commerce Online website, with eight proposals received.  The reserve was met by award to Pave-Tech Inc.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $47,259,408 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for mission support and sustainment for AIM-9X Sidewinder activities for the Navy, Air Force,  and the governments of Australia, Denmark, Finland, Korea, Poland, Saudi Arabia, Singapore, Switzerland, and Turkey under the Foreign Military Sales program.  Work will be performed in Tucson, Arizona, and is expected to be completed in March 2017.  No funds will be obligated at time of award.  Funds will be obligated on individual delivery orders as they are issued.  This contract combines purchases for the Navy ($20,295,913; 42.94 percent); Air Force ($20,295,912; 42.94 percent); and the governments of  Australia ($741,292; 1.57 percent); Denmark ($741,292; 1.57 percent); Finland ($741,292; 1.57 percent); Korea ($741,292; 1.57 percent); Poland ($741,292.00; 1.57 percent); Saudi Arabia ($741,292; 1.57 percent); Singapore ($741,292; 1.57 percent); Switzerland ($741,292; 1.57 percent); and Turkey ($737,247.00; 1.56 percent).  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-D-0028).

S & R Construction JV, San Diego, California, is being awarded a $35,899,825 firm-fixed-price contract for steam distribution system decentralization at Naval Base San Diego.  The work to be performed provides for construction of localized mechanical heating systems for 32 buildings and three piers, allowing the base to discontinue use of the current centralized steam distribution system.  Work will be performed in San Diego, California, and is expected to be completed by October 2017.  Fiscal 2011 and 2015 military construction (Navy) contract funds in the amount of $35,899,825 are being obligated on this award; of which $636,855 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 11 proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-15-C-1604).

BergerABAM, Federal Way, Washington, is being awarded a maximum amount $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for architectural projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR).  The work to be performed provides primarily for the preparation of design/build requests for proposal (including fully designed plans, specifications, and cost estimates) for the bidding of contracts for design/build or fully designed renovation, or new facility/new construction contracts.  Anticipated projects include a wide range of facilities, structures, and utility infrastructure, which may in some cases be located near an active waterfront.  Other representative projects may include: aircraft runways, and related facilities and utilities; structural designs for new and existing facilities including seismic upgrades and foundations in locations susceptible to liquefaction and differential settlement; inspection and evaluation of earthquake damage; ordnance handling and storage facilities; cranes and elevators in buildings; utilities and site development; storage tank systems; storm and sanitary drainage; street and landscape improvements; parking facilities; and fire protection and alarm systems.  Services may also include cost estimating, economic analysis, engineering studies, and seismic analysis of existing structures using current Department of Defense seismic criteria, design using Navy Anti-Terrorism Force Protection criteria, topographic surveys, sub-surface investigations, utility studies, construction support, cathodic protection, and identifying environmental concerns.  No task orders are being issued at this time.  Work will be performed primarily within the NAVFAC Northwest AOR including, but not limited to, Washington (92 percent); Oregon (2 percent); Alaska (2 percent); Idaho (1 percent); Montana (1 percent); and Wyoming (1 percent).  Work may also be performed in the remainder of the U.S. (1 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of September 2020.  Fiscal 2015 Navy working capital funds in the amount of $10,000 are 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, Northwest, Silverdale, Washington, is the contracting activity (N44255-15-D-0011).

Wyle Laboratories Inc., Huntsville, Alabama, is being awarded a $16,584,611 modification to a previously awarded cost-plus-fixed-fee contract (N00421-13-C-0032) to exercise an option for operational services in support of the Naval Test Wing (NTW) squadrons, to include aircrew.  This option ensures completion of mission-essential testing and evaluation for all manned air vehicles for which the NTW has operational responsibility.  Work will be performed at the Naval Air Station (NAS), Patuxent River, Maryland (94 percent); NAS Pt. Mugu, California (5 percent); and NAS China Lake, California (1 percent), and is expected to be completed in September 2016.  Fiscal 2015 working capital funds (Navy) in the amount of $8,450,000 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 Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Helix Electric Inc., San Diego, California, is being awarded a $14,232,000 firm-fixed-price contract for Building 308 essential bus and generator system equipment installation at Naval Support Activity Mechanicsburg.  The work to be performed provides for facilities repair and construction work in support of the Defense Information Systems Agency (DISA), equipment installation which includes new paralleling switchgear, and new substation switchgear for DISA mission upgrades.  Work will be performed in Mechanicsburg, Pennsylvania, and is expected to be completed by February 2018.  Fiscal 2015 Navy working capital contract funds in the amount of $14,232,000 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-C-8719).

The Boeing Co., St. Louis, Missouri, is being awarded a $9,218,776 modification to previously issued cost-plus-fixed- fee delivery order 1510-01 placed against basic ordering agreement N00019-11-G-0001 for full non-recurring engineering in support of the T-45 training system. This effort will consist of the design, development, and manufacture of two validation/verification Service Life Extension Program kits, support equipment and the technical data package required for the installation of the kits.  This effort will also conduct a fatigue test of the main landing gear cylinder.  Work will be performed in St. Louis, Missouri (47 percent); Yorkshire, United Kingdom (39 percent); and Seattle, Washington (14 percent), and is expected to be completed in September 2016.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $9,218,776 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.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $100,000,000 indefinite-delivery/indefinite-quantity contract for Miniature Air Launched Decoy (MALD) production support. Contractor will provide MALD system upgrades, integration, sustainment, management, and logistical support. Work will be performed at Tucson, Arizona, and is expected to be complete by Sept. 30, 2020. This award is the result of a sole-source acquisition. Funds will be obligated on individual orders. Air Force Lifecycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-15-D-0082).

Canadian Commercial Corp., Ottawa, Canada, has been awarded a $61,800,621 firm-fixed-price contract for rotary wing airlift services for the North Warning System (NWS) in Canada. Contractor provide air transportation services to 47 NWS radar sites across the Canadian Arctic, via contractor-furnished, rotary-winged air transportation services for cargo and personnel movement. Rotary-wing air transportation is required for the delivery of bulk petroleum, oil, and lubricant; outsized cargo; and supplies to Canadian and U.S. government NWS sites. Work will be performed at remotely located NWS sites throughout the arctic region of Canada, and is expected to be complete by March 31, 2020. This award is the result of a competitive acquisition with five offers received. Air Combat Command, Langley Air Force Base, Virginia, is the contracting activity (FA4890-15-C-0026).

General Automics Aeronautical Systems Inc., Poway, California, has been awarded a $29,527,049 modification (0105) to previously awarded contract FA8620-10-G-3038 for retrofit of medium-altitude unmanned aerial systems Block 30 ground control stations. Work will be performed at Poway, California, and is expected to be complete by July 31, 2019. Fiscal 2013 and 2015 aircraft procurement funds in the amount of $9,372,348 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

RoboTeam, Gaithersburg, Maryland, has been awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for an explosive ordnance disposal small robot. Contractor will deliver a robot system with logistics and maintenance support. Work will be performed world-wide as necessary and is expected to be complete by Sept. 16, 2022.  This award is the result of a competitive acquisition with three offers received. Fiscal 2015 operations and maintenance (O&M) funds in the amount of $4,800,000 are being obligated at the time of award. The 772nd Enterprise Sourcing Squadron, Tyndall Air Force Base, Florida, is the contracting activity (FA8051-15-D-0009).

Essex Electro Engineers Inc., Schaumburg, Illinois, has been awarded a $16,789,836 delivery order (0003) on previously awarded contract FA8533-11-D-0005 for the purchase of 72kW generators. Contractor will provide 72kW ground power units that will provide 400Hz, 28VDC, and 270 VDC power for various aircraft maintenance tasks on Air Force aircraft. Work will be performed at Schaumburg, Illinois, and is expected to be complete by Jan. 31, 2018.  Fiscal 2014 and 2015 investment funds; and 2015 operations and maintenance funds in the amount of $16,789,836, are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

Hawker Beechcraft Co., Wichita, Kansas, has been awarded a $13,782,355 modification (P00043) to prevously awarded contract FA8620-11-C-3000. Contractor will provide contractor logistics support and basic life support and security to the Iraq King Air 350 program. This contract is 100 percent foreign military sales. Work will be performed in Iraq, and is expected to be complete by March 31, 2016. Air Force LifeCycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Raytheon Co., Missile Systems, Tucson, Arizona, has been awarded a $10,793,422 contract modification (P00018) for the repair of legacy control sections for the High-Speed Anti-Radiation Missile (HARM) missile (AGM-88). Contractor will provide repair of government-furnished parts reused in HARM control section modification production that failed during the acceptance testing. Work will be performed at Tucson, Arizona, and is expected to be complete by April 30, 2017. Fiscal 2013 missile procurement funds in the amount of $10,793,422 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8675-10-C-0011).

Noble Supply & Logistics, Rockland, Massachusetts, has been awarded a $9,000,000 indefinite-delivery/indefinite-quantity contract for a contractor operated civil engineer supply store. Contractor will provide a simplified method for authorized civil engineer personnel and self-help customers to purchase materials, equipment and supplies including, but not limited to, electrical, plumbing, sheet metal, welding, landscaping, heating/air conditioning/refrigeration/ventilation, pipe fitting and carpentry. These items shall be used for work orders, construction, recurring maintenance and repair and self-help type work. Work will be performed at Eglin Air Force Base, Florida, and is expected to be complete by Sept. 30, 2016. This award is the result of a competitive acquisition with five offers received. Fiscal 2016 operations and maintenance funds in the amount of $3,000 are being obligated on the first delivery order at the time of award. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2823-16-D-4007).

Hydraulics International Inc., Chatsworth, California, has been awarded an $8,835,210 firm-fixed-price requirements type contract. Contractor will provide manufacture and delivery of a best estimated quantity of 62 MJ-1E aerial stores lift trucks. Work will be performed at Chatsworth, California, and is expected to be complete by Dec. 31, 2016. This award is the result of a sole-source acquisition. Funds will be obligated on individual orders. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8532-15-D-0004).

ADC Engineering Inc., Hanahan, South Carolina, has been awarded a $7,500,000 indefinite-delivery/indefinite-quantity contract for the vertical construction architect and engineer services. Contractor will provide vertical construction architecture and engineer design and study services. Work will be performed at Joint Base Charleston, South Carolina, and is expected to be complete by Sep. 16, 2020. This award is the result of a competitive acquisition and nine offers were received. Fiscal 2015 operation and maintenance funds in the amount of $98,303 are being obligated at the time of award. The 628th Contracting Squadron, Joint Base Charleston, South Carolina, is the contracting activity (FA4418-15-D-0006).

WASHINGTON HEADQUARTERS SERVICES

National Industries for the Blind, Alexandria, Virginia, has been awarded a $75,000,000 indefinite-delivery/indefinite-quantity (IDIQ) contract. The objective of this contract action is to acquire specific contract management support for contract closeout services. Services provided shall encompass non-inherently governmental functions in support of contract closeout; other post-award contract administrative services in support of contract completion and closeout, to include, functions associated600px-WHS_Insignia.svg with auto-closeout actions; digital imaging of contracts and acquisition related documentation; and document destruction. Work performance will take place in the following locations: Philadelphia, Pennsylvania; Richmond, Virginia; San Antonio, Texas; Chicago, Illinois; Fayetteville, North Carolina; Clearwater, Florida; Kansas City, Missouri; and all geographical locations included in the Department of Defense mission. No funds will be obligated at award of the basic IDIQ contracts. Appropriate fiscal year funds will be obligated on all subsequent task orders. The expected completion date is Sept. 16, 2020. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

Department of the ArmyARMY

Walsh Federal JV, Chicago, Illinois, was awarded a $70,086,000 firm-fixed-price contract to construct the Common Mission Control Center, Beale, Air Force Base, California, with an estimated completion date of Sept. 6. 2017.  Bids were solicited via the Internet with three received.  Fiscal 2013 military construction funds in the amount of $70,086,000 were obligated at the time of the award. Army Contracting Command Sacramento, California, is the contracting activity (W91238-15-C-0020).

Sikorski Aircraft Corp., was awarded a $10,877,381 modification (P00290) to contract W58RGZ-12-C-0008 to exercise an option for one UH-60M aircraft for the Army Best Program.  Work will be performed in Stratford, Connecticut, with an estimated completion date of Dec. 30, 2015.  Fiscal 2015 other procurement funds in the amount of $10,877,381 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

American International Contractors Inc., Arlington, Virginia, was awarded a $9,848,000 firm-fixed-price contract with options to design and construct a furnishings warehouse and medical administration building, al-Udeid Air Base, Qatar, with an estimated completion date of March 29, 2017.  Bids were solicited via the Internet with three received.  Fiscal 2012 military construction funds in the amount of $9,848,000 were obligated at the time of the award.  Army Corps of Engineers, Transatlantic Program Center, Winchester, Virginia, is the contracting activity (W912ER-15-C-0008).

Raytheon Co., Marlborough, Massachusetts, was awarded a $9,352,322 modification (P00048) to contract W31P4Q-14-C-0060 to procure and install 15 Version 8 upgrade kits to the Air Traffic Navigation Integration Coordination System and a test station.  Work will be performed in Nashua, New Hampshire; and Marlborough, Massachusetts, with an estimated completion date of Sept. 30, 2017.  Fiscal 2015 other procurement funds in the amount of $9,218,345 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Edifice-Schlosser JV LLC,* Beltsville, Maryland, was awarded a $8,410,000 firm-fixed-price contract with options for security fence and equipment, and Entry Control Point 9, Army Medical Research Institute of Infectious Diseases, National Inter-Agency Biodefense Campus, Ft. Detrick, Maryland, with an estimated completion date of March 10, 2017.  Bids were solicited via the Internet with four received.  Fiscal 2011 and 2012 military construction funds in the amount of $8,410,000 were obligated at the time of the award. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-15-C-0025).

DEFENSE LOGISTICS AGENCY

General Electric Co., Lynn, Massachusetts, has been awarded a maximum $21,035,556 delivery order (THAD) against a five-year base basic ordering agreementDefense_Logistics_Agency(FA8122-14-G-0001) for T-64 engine combustion chambers. This is a firm-fixed-price contract. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). Location of performance is Massachusetts, with a July 31, 2018, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2015 through fiscal 2018 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Defense_Commissary_Agency_logoDEFENSE COMMISSARY AGENCY

Summit Construction Inc., Santa Rosa Beach, Florida, is being awarded a firm-fixed- price contract (HDEC03-15-C-0001) for the architectural and refrigeration upgrade to the commissary at Fort Myer, Virginia.  The award amount is $6,902,588.  The contract is for a 379-day period based on the issuance of the notice to proceed which is expected in October 2015.  Offers were solicited via full and open competition and three offers were received.  The contracting activity is the Defense Commissary Agency, Enterprise Acquisition Division, Construction and Design Branch, Joint Base San Antionio Lackland, Texas.

*Small business

 

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

AECOM Technical Services Inc, Los Angeles, California (FA8903-15-D-0001); AMEC Programs Inc., Alpharetta, Georgia (FA8903-15-D-0002); and CDM Smith – Tigerbrain JV, Fairfax, Virginia (FA8903-15-D-0004), have been awarded an indefinite-delivery/indefinite-quantity contract with a program ceiling of $950,000,000 for design and construction services. Contractor will provide Architect-Engineering 2013 (A-E13) design and construction service including A-E services to support military construction (MILCON), military family housing (MFH), and sustainment, restoration and modernization programs worldwide.  The work includes efforts to perform Title I, Title II, and other A-E services to administer, coordinate, and technically support the Air Force Civil Engineer’s MILCON and MFH to include Military Housing Privatization Initiatives. Work will be performed at government locations worldwide, and is expected to be complete by Sept. 15, 2022. This award is the result of a competitive acquisition with 83 offers received. Fiscal 2015 operation and maintenance funds in the amount of $9,000 are being obligated at the time of award. Air Force Installation Contracting Agency, 772nd Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity.

Sabreliner Aviation LLC, Sainte Genevieve, Missouri, has been awarded a $98,840,000 indefinite-delivery/indefinite-quantity contract for engineering and research activities. Contractor will provide engineering and research activities related to material degradation due to aging, initiated by external customers, Center for Aircraft Structural Life Extension (CAStLE), other government agencies and non-government entities. In general, the research and engineering activities performed by CAStLE cover a variety of work that follows aircraft and other structures through their life-cycle from cradle to grave. CAStLE efforts span a wide range of material degradation-related topics, including basic development and characterization of materials, mechanical testing of structures, material corrosion susceptibility, and mitigation and computer modeling. Work will be performed at Sainte Genevieve, Missouri, and the U.S. Air Force Academy, Colorado, and is expected to be complete by Sept. 15, 2020. This award is the result of a competitive acquisition with three offers received. Fiscal 2015 operations and maintenance funds in the amount of $1,016,998 are being obligated at the time of award for the first two task orders. The 10th Contracting Squadron, U.S. Air Force Academy, Colorado, is the contracting activity (FA7000-15-D-0006).

Northrop Grumman Systems Corp., St. Augustine, Florida, has been awarded a $32,458,183 contract for F-5 avionics upgrade and maintenance repairs. Work will be performed at St. Augustine, Florida, and Tunisia, and is expected to be complete by Dec. 30, 2018. This contract is 100 percent foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8220-15-C-0001).

M1 Support Services, Denton, Texas, has been awarded a $20,029,841 fixed-price, cost-reimbursable modification (P00097) to exercise the option on previously awarded contract FA4890-11-C-0005. Contractor will provide program support of the Air Combat Command’s T-38 companion trainer program. Work will be performed at Langley Air Force Base, Virginia; Holloman Air Force Base, New Mexico; Beale Air Force Base, California; Tyndall Air Force Base, Florida; and Whiteman Air Force Base, Missouri, and is expected to be complete by Sept. 30, 2016. No funds are being obligated at the time of award. Air Combat Command, Joint Base Langley-Eustis, Virginia, is the contracting activity.

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a not-to-exceed $12,066,646 undefinitized contract action modification (0140-03) to previously awarded contract FA8620-10-G-3038. Contractor will provide an additional 60 MQ-9 electrical safety improvement program retrofit kits on 60 Air Force Special Operations Command, Air Combat Command, and Air National Guard aircraft. Work will be performed at Poway, California, and is expected to be complete by Sept. 15, 2017. Fiscal 2015 procurements funds in the amount of $6,029,323 are being obligated at the time of award. Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

United Launch Services LLC, Littleton, Colorado, has been awarded a $7,801,038 cost-plus-fixed-fee and firm-fixed-price modification (P00092) to previously awarded contract FA8811-13-C-0003 for mission unique launch support services under the Evolved Expendable Launch Vehicle (EELV) program for the Air Force Space Command-11 mission. Contractor will provide auxiliary payload integration, geosynchronous orbit insertion capability, and primary space vehicle mission unique hardware. Work will be performed at Centennial, Colorado, and is expected to be complete by June 1, 2017. Fiscal 2014 and 2015 missile procurement; and 2015 research, development, test, and evaluation funds in the amount of $7,801,038, are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Scientific Systems Co. Inc., Woburn, Massachusetts, has been awarded a $6,600,242 firm-fixed-price Small Business Innovation Research III contract for advanced navigation common capability (ANCC). Contractor will expand upon ANCC previous work by generalizing the process of integrating the technology into weapon systems. Work will be performed at Woburn, Massachusetts, and is expected to be complete by Sept. 14, 2017. This award is the result of a sole-source acquisition. Fiscal 2015 research and development funds in the amount of $6,600,242 are being obligated at the time of award. Air Force Lifecycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8656-15-C-0124).

600px-US-DeptOfNavy-Seal.svgNAVY

General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded a $321,747,465 modification to previously awarded contract N00024-14-C-2104 to exercise the option for design agent, planning yard, engineering and technical support for active nuclear submarines.   The efforts provide for drawings and related technical data; design change documentation; logistics technical data; configuration management; hull, mechanical and electrical engineering; submarine safety design review; non-propulsion plant electrical system engineering; propulsion plant engineering; maintenance engineering; refit/availability technical support; on-site support; configuration change program design and installation support; configuration change program material support; submarine technical trade support; training and facility support; research and development program support; research and development submarine/submersibles support; miscellaneous special studies; temporary alteration support; modernization of submarine/submersible systems and subsystems; and affordability/cost reduction technical support.  Work will be performed in Groton, Connecticut (73 percent); Bangor, Washington (9 percent); Norfolk, Virginia (6 percent); Newport, Rhode Island (4 percent); Quonset, Rhode Island (3 percent); Kings Bay, Georgia (3 percent); and Pearl Harbor, Hawaii (2 percent), and is expected to be completed by September 2017.  Fiscal 2015 other procurement (Navy) funding in the amount of $300,000 will be obligated at the time of award and will not expire at the end of the fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Cardno GS Inc., Charlottesville, Virginia (N62742-15-D-1821); HDR Environmental Operations and Construction Inc., Englewood, Colorado (N62742-15-D-1822); Sundance-EA Associates JV,* Pocatello, Idaho (N62742-15-D-1823); Sustainable Resources Group International Inc.,* Kailua, Hawaii (N62742-15-D-1824); and SWCA Inc., doing business as SWCA Environmental Consultants, Honolulu, Hawaii (N62742-15-D-1825), are each being awarded an indefinite-delivery/indefinite-quantity multiple award natural resources management services contract for the Naval Facilities Engineering Command (NAVFAC), Pacific, area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all five contracts combined is $49,000,000.  The work to be performed provides for natural resources management services but is not limited to vegetation surveys, forest restoration, invasive species trapping, and ungulate fence construction.  Work will be performed primarily within the NAVFAC Pacific AOR which includes Guam (81 percent); Hawaii (18 percent); and the Commonwealth of the Northern Mariana Islands (CNMI) (1 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of September 2020.  Japanese fiscal 2015 government of Japan (GOJ) direct cash contributions; and fiscal 2015 supervision, inspection, and overhead contract funds in the amount of $25,000, are obligated on this award and will not expire at the end of the current fiscal year.  Future task orders will be primarily funded by GOJ direct cash contributions for Guam and CNMI work and operation and maintenance  (Navy and Marine Corps) for all other locations.  This contract was competitively procured via the Federal Business Opportunities website, with seven proposals received.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  No task orders are being issued at this time.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Straub Construction Inc., Fallbrook, California, is being awarded $22,680,000 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N62473-15-D-2427) for construction of the air wing facility at Naval Air Station, Fallon.  The facility will be a multi-story space for classrooms, brief/debrief rooms, security, administrative, technical and support areas.  Constructed adjacent to Building 465, the facility shall provide a new common building security entrance with Building 465.  This building consists of interior concrete masonry unit (CMU) bearing and shear walls, and exterior non-bearing CMU shear walls with steel roof and composite floor framing.  The building requires a special foundation that addresses geotechnical conditions at the site.  It shall be constructed as a secure compartmentalized information facility, and the building program contains secret internet protocol router network; non-secure – unclassified but sensitive — internet protocol network, and autonomic logistics information system and simultaneous mission playback capabilities.  The task order also contains one unexercised option and one planned modification, which if exercised, would increase cumulative task order value to $31,471,000.  Work will be performed in Fallon, Nevada, and is expected to be completed by November 2017.  Fiscal 2015 military construction, (Navy) contract funds in the amount of $22,680,000 are obligated on this award and will not expire at the end of the current fiscal year.  Six proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Phoenix International Holdings Inc., Largo, Maryland, is being awarded a $15,000,000 modification to previously awarded contract N00024-14-D-4102 for undersea operations and associated services to support the Director of Ocean Engineering, Supervisor of Salvage and Diving.  This contract allows the Navy to meet its responsibility for deep ocean search and recovery established under the Salvage Facilities Act. In addition to providing support for a wide variety of search, recovery, and rescue operations, the contract includes services to warehouse, maintain, deploy and operate a wide variety of Navy-owned equipment. The contract also provides a vehicle for the Director of Ocean Engineering, Supervisor of Salvage and Diving to obtain commercial systems, as needed, to supplement the Navy’s equipment capabilities.  Work will be performed in Largo, Maryland, and is expected to be completed by September 2016.  No funding is being obligated at the time of award.  No funds will 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 $11,130,573 for cost-plus-incentive fee delivery order 2063 against a previously issued basic ordering agreement (N00019-11-G-0001) for four flight critical engineering change proposals that will address fracture critical and maintenance critical areas in support of the F/A-18A-D service life extension program (Phase C2).  Work will be performed in St. Louis, Missouri (51 percent); and El Segundo, California (49 percent), and is expected to be completed in December 2016.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $11,130,573 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.

BAE Systems Spectral Solutions LLC, Honolulu, Hawaii, is being awarded an $8,897,938 cost-plus-fixed-fee contract for an effort titled Passive Electro-Optics/Infrared and Light Detection and Ranging (LIDAR) Environment for In-stride Classification and Neutralization.  The contractor proposes to develop and demonstrate a multi-sensor suite and an onboard processor to detect, classify, and localize moored and drifting sea mines from an airborne vehicle.  The sensor suite will consist of a visible-to-near-infrared (VNIR) multi-spectral imaging (MSI) sensor, a broadband long-wave infrared sensor, and a 2D light detection and ranging LIDAR sensor.  The prototype demonstration system built and tested under this effort will consist of two identical pods, each housing a VNIR MSI sensor, a broadband LWIR sensor, a 2D LIDAR sensor, a commercial off the shelf laser, and associated control, storage, and processing electronics.  The pods will be demonstrated at a Navy test range location on an MH-60 or Fire Scout provided by Naval Air Systems Command.  This contract contains options, which if exercised, will bring the contract value to $12,322,559.  Work will be performed in Honolulu, Hawaii (89 percent); Hudson, New Hampshire (6 percent); Greenlawn, New York (3 percent); and Manassas, Virginia (2 percent), and work is expected to be completed Sept. 15, 2017.  Exercised options will run concurrent and will be completed the same date.  Fiscal 2014 research, development, test and evaluation funds in the amount of $2,000,000 are being obligated at the time of award, and will expire at the end of the current fiscal year.  This contract was competitively procured under Office of Naval Research long range broad agency announcement (BAA) 15-001, dated Sept. 29, 2014.  Since proposals will be received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown.  The Office of Naval Research, Washington, District of Columbia, is the contracting activity (N00014-15-C-5073).

KTU+A,* San Diego, California, is being awarded a maximum amount $7,500,000 indefinite-delivery/indefinite-quantity architect-engineering contract for professional planning and engineering services in the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR).  Task order 0001 is being awarded at $106,190 for developing basic facility requirements and Department of Defense 1391s (DD Form 1391s) for the Naval School Explosive Ordnance Disposal at Eglin Air Force Base, Valparaiso, Florida.  The work to be performed provides for plans, studies, and project and facility planning documents.  Work for this task order is expected to be completed by September 2016.  All work on this contract will be performed primarily at various activities within the NAVFAC Southeast AOR, but may also be used for professional planning services within the entire NAVFAC AOR (worldwide).  The term of the contract is not to exceed 36 months with an expected completion date of September 2018.  Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $106,190 are obligated on this 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 26 proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-15-D-0131).

CEMS Engineering Inc.,* Ladson, South Carolina, is being awarded a maximum amount $7,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for architectural design and engineering services for billeting and community support facilities within the eastern North Carolina area.  Task order 0001 is being awarded at $8,229 for the design for repairs to Building AS811 at Marine Corps Air Station, New River, North Carolina.  The work to be performed provides for the design of new construction housing and community facilities; and total renovation of the interior and exterior of existing housing and community facilities, including the evaluation, repair, and replacement of the structural, plumbing, mechanical, fire protection, electrical, and communication systems of such facilities.  Work for this task order is expected to be completed by December 2015.  All work on this contract will be performed within the Marine Corps Installations East area of responsibility which includes North Carolina (90 percent); Georgia (3 percent); South Carolina (3 percent);and Virginia (3 percent).  Work may also be performed in the remainder of the U.S. (1 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of September 2020.  Fiscal 2015 operation and maintenance, (Marine Corps) contract funds in the amount of $8,229 are obligated on this 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 24 proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-D-0858).

ARMY

Department of the Army Reston, Virginia, was awarded a $71,857,231 undefinitized firm-fixed-price contract for continued operations and sustainment of the Saturn Arch aerial system.  Work will be performed in Reston, Virginia, with an estimated completion date of Sept. 16, 2016.  One bid was solicited with one received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $24,475,446 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-C-0085).

Trumbull Corp., Pittsburgh, Pennsylvania, was awarded a $56,735,642 firm-fixed-price contract with options for construction of the Charleroi Locks and Dam River Chamber completion on the Monongahela River, Pennsylvania.  Work will be performed in Monessen, Pennsylvania, with an estimated completion date of Oct. 15, 2018.  Bids were solicited via the internet with three received.  Fiscal 2015 other procurement funds in the amount of $56,735,642 were obligated at the time of the award.  Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-15-C-0009).

University of Alabama, Huntsville, Alabama, was awarded a $32,374,508 cost contract for mission support of the Army Aviation and Missile Research, Development, and Engineering Center for weapon systems, sub-systems, components and manufacturing technology. Funding and work location will be determined with each order with an estimated completion date of March 16, 2017.  One bid was solicited with one received.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-D-0062).

Whiting-Turner Contracting Co., Baltimore, Maryland, was awarded a $24,554,985 firm-fixed-price contract to design and construct a stand-alone facility for cryptographic assurance operations, Ft. Gordon, Georgia, with an estimated completion date of Dec. 31, 2016.  One bid was solicited with one received.  Fiscal 2015 military construction funds in the amount of $24,554,985 were obligated at the time of the award. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-15-C-0026).

Harper Construction Co. Inc., San Diego, California, was awarded a $22,397,265 firm-fixed-price contract to design and build a four-bay F-35 maintenance hangar and aircraft maintenance unit at Nellis Air Force Base, Nevada, with an estimated completion date of Aug. 5, 2017.  Bids were solicited via the Internet with eight received.  Fiscal 2015 military construction funds in the amount of $22,397,265 were obligated at the time of the award. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-15-C-0017).

Avon Protective Systems Inc., Cadillac, Michigan, was awarded a $13,140,130 firm-fixed-price multi-year contract for parts for the M50/M51 joint service general purpose mask.  Funding and work location will be determined with each order with an estimated completion date of Sept. 16, 2018.  One bid was solicited with one received.  Army Contracting Command Warren, Michigan, is the contracting activity (W56HZV-15-D-0047).

Ashridge Inc.,* St. Stephen, South Carolina, was awarded a $11,797,397 firm-fixed-price contract with options for Eagle Island Dike disposal area improvements, New Hanover and Brunswick Counties, North Carolina, with an estimated completion date of Dec. 14, 2017.  Bids were solicited via the Internet with three received.  Fiscal 2014 and 2015 other procurement funds in the amount of $11,797,397 were obligated at the time of the award.  Army Corps of Engineers, Wilmington, Delaware, is the contracting activity (W912PM-15-C-0016).

Mohawk Northeast Inc.,* Plantsville, Connecticut, was awarded a $10,545,000 firm-fixed-price contract for repair of the east and west jetties, Nantucket harbor, Massachusetts, with an estimated completion date of Oct. 31, 2016.  Bids were solicited via the Internet with four received.  Fiscal 2014 other procurement funds in the amount of $10,545,000 were obligated at the time of the award. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-15-C-0026).

University of Alabama, Birmingham, Alabama, was awarded a $10,064,138 cost contract for clinical research support to guide 17a-ethynylestradiol-3-sulfate, sodium salt (EE-3-SO4) through Federal Drug Administration investigational new drug submission and good clinical practice compliant Phase 1a and potentially 1b clinical trials for an indication as a viable infusion therapy for the treatment of critical patients with significant blood loss.  Work will be performed in Birmingham, Alabama, with an estimated completion date of Sept. 20, 2021.  Three bids were solicited with two received.  Fiscal 2014 research, development, testing, and evaluation funds in the amount of $9,678,287 were obligated at the time of the award. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-15-C-0134).

Fung Associates Inc.,* Honolulu, Hawaii (W9128A-15-D-0003); and Bowers + Kubota Management Inc.,* Hawaii (W9128A-15-D-0004), were awarded a $9,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award task order contract with options for architectural and engineering services for miscellaneous Pacific region projects, with an estimated completion date of Sept. 15, 2020.  Bids were solicited via the Internet with 20 received.  Funding and work location will be determined with each order.  Army Corps of Engineers, Ft. Shafter, Hawaii, is the contracting activity.

Henry M. Jackson Foundation for the Advancement of Military Medicine, Bethesda, Maryland, was awarded a $7,777,466 cost-plus-fixed-fee contract for advanced development of gamma-tocotrienol as a radiation countermeasure. Work will be performed in Bethesda, Maryland, with an estimated completion date of Sept. 20, 2019.  Bids were solicited via the Internet with 45 received.  Fiscal 2014 and 2015 research, development, testing and evaluation funds in the amount of $7,777,466 were obligated at the time of the award.  Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity (W81XWH-15-C-0117).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Honeywell International Inc., Torrance, California, has been awarded a maximum $25,290,600 delivery order (5069) against a 21-month basic ordering agreement (SPRPA1-14-G-001Y) for panel assembly in support of the MV-22.  This is a firm-fixed-price contract. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). Location of performance is California, with a May 31, 2017, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2015 through fiscal 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Sterlingwear of Boston Inc.,** East Boston, Massachusetts, has been awarded a maximum $6,787,669 modification (P00011) exercising the second one-year option period of a one-year base contract (SPE1C1-15-D-1008) with four one-year option periods for Afghanistan national police field jackets. This is a firm-fixed-price contract. Location of performance is Massachusetts, with a Sept. 19, 2016, performance completion date. Using foreign customer is Afghanistan national police. 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.

DEFENSE COMMISSARY AGENCY

Nelson Refrigeration Inc., La Vista, Nebraska, is being awarded a $10,068,158 firm-fixed-price contract to add/alter an existing commissary at Fort Jackson, South Carolina. .  The contract is for a 450-day period based on the issuance of the notice to proceed, which is expected on Oct. 6, 2015.  Offers were solicited via full and open competition and five offers were received.  The contracting activity is the Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Joint Base San Antonio-Lackland, Texas.

*Small business

**Service-disabled-veteran-owned small business

 

bmg logo(R)2

BMG AD (fv)

, , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , ,

Comments are closed.

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

"What is it that the systems doesn't want me to know about my child's life and or death?"- Mary Couey

Truth- A Right to Fight For...

My Words & Random Videos Exposing TRUE History & Facts, Current News and Info Mainly Relating to Amerikkkan Racism & the Government, Especially Police & the Black Community... RBG...MakaveliTrained

%d bloggers like this: