DOD AWARDED CONTRACTS
CONTRIBUTING SOURCE: U.S. Department of Defense
DEFENSE LOGISTICS AGENCY
CPI Econco, Woodland, California, has been awarded a maximum $9,699,200 firm-fixed-price contract for weapon system electron tubes. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is California, with an Aug. 21, 2017, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2016 through fiscal 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-16-C-WA08).
CORRECTION: The contract announced on Oct. 15, 2015, for Aloha Petroleum Ltd.,* Honolulu, Hawaii, (SPE600-16-D-4000), for $17,302,637 was announced with an incorrect estimated contract value. The correct estimated contract value is $23,214,071.
Lockheed Martin Corp., Missiles and Fire Control, Orlando, Florida, is being awarded a $9,638,771 cost-plus-fixed-fee modification to previously awarded basic order agreement N00164-11-G-JQ97-0015 for the procurement of the turret electronic unit (TEU) versatile performance switching production requirements, including test equipment station development and validation; circuit card assembly manufacture; test requirement document production; and engineering drawing consolidation, review and release. The TEU is a component of the Target Sight System (TSS) that is integrated into the Marine Corps AH-1Z Cobra attack helicopter. The TSS provides target identification and tracking, passive targeting for integrated weapons, including Hellfire missiles, and a laser-designation capability supporting friendly laser-guided weapons. The TSS integration into AH-1Z Cobra attack helicopters is part of the Marine Corps H-1 upgrades program for the remanufacture of legacy aircraft with state of the art designs incorporated into the existing fleet of AH-1Ws, converting them to AH-1Zs. Work will be performed in Orlando, Florida (94 percent); and Ocala, Florida (six percent), and is expected to be completed by June 2017. Fiscal 2014 and 2015 aircraft procurement (Navy) funding in the amount of $9,638,771 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity.
CORRECTION: The contract announced on Oct. 15, 2015, to BAE Systems Information and Electronic Systems Integration Inc., Greenlawn, New York, should have read the dollar amount as $24,153,704. The contract number should read as N00019-15-D-0004. The combines purchases sentence should read: This modification combines purchases for the Navy ($20,095,882; 83.2 percent);, Army ($2,487,832; 10.3 percent); and the governments of Saudi Arabia ($342,983; 1.42 percent); Philippines ($338,152; 1.40 percent); Japan ($316,414; 1.31 percent); Denmark ($294,675; 1.22 percent); and Indonesia ($277,768; 1.15 percent), under the Foreign Military Sales program.
*Small business
MISSILE DEFENSE AGENCY
Raytheon Co. Integrated Defense Systems, Woburn, Massachusetts, is being awarded a $200,000,000 modification to an indefinite-delivery/indefinite-quantity contract HQ0147-12-D-0005, increasing the total contract value from $710,460,000 to $910,460,000. Under this follow-on contract, the contractor will continue to perform software and hardware maintenance; limited modeling and simulation support; engineering support to delivered; and accepted radars and Ballistic Missile Defense System test planning, execution and analysis. No task orders are being issued at this time. The work will be performed in Woburn, Massachusetts. The ordering period is from Nov. 1, 2015 through Oct. 31, 2017. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.
C&C Contractors LLC,* Notasulga, Alabama, was awarded a $95,000,000 firm-fixed-price, multi-year, task order contract with options for construction projects in the Savannah District, Army Corps of Engineers, with an estimated completion date of Oct. 14, 2020. Bids were solicited via the Internet with 13 received. Funding and work location will be determined with each order. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-16-D-0001).
AECOM Technical Services, Los Angeles, California, was awarded a $9,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architectural and engineering services to support headquarters and the risk management center on dam and levee safety projects within the Army Corps of Engineers civil works mission boundaries. Bids were solicited via the Internet with nine received. Funding and work location will be determined with each order with an estimated completion date of Oct. 14, 2020. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-D-0001).
AIR FORCE
Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a $52,637,373 delivery order modification (0005) to previously awarded contract FA8625-15-D-6591. Contractor will provide crew systems integration of the MC-130J common terrain following, terrain avoidance radar system. Work will be performed at Marietta, Georgia, and is expected to be complete by Dec. 14, 2020. Fiscal 2015 research, development, test and evaluation funds in the amount of $5,195,000 are being obligated at the time of award. Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
Lockheed Martin Corp., Mission Systems and Training, Manassas, Virginia, has been awarded a $7,327,628 firm–fixed-price contract with some cost reimbursable elements for contractor logistic support. Contractor will provide engineering support services including on-site support, remote access support, logistics management, technical support, preventive and corrective maintenance, and engineering analysis of the Iraq integrated air defense system and associated equipment. Work will be performed at San Diego, California, and is expected to be complete by Aug. 31, 2016. This contract is 100 percent foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-16-C-0010).
Six contractors are being awarded options modifications to previously awarded indefinite-delivery/indefinite-quantity fixed-price contracts for intermodal ocean and intermodal distribution services. The companies and their awards are: American President Lines Ltd. Inc., Scottsdale, Arizona, is being awarded an estimated $37,111,044 fixed-price contract extension modification to previously awarded contract HTC711-12-D-W003, bringing the total cumulative face value of the contract to $1,874,456,994 from $1,837,345,950. Maersk Line Ltd. Norfolk, Virginia, is being awarded an estimated $33,184,456 fixed-price contract extension modification to previously awarded contract HTC711-12-D-W013, bringing the cumulative face value of the contract to $2,181,810,748 from $2,148,626,292. Farrell Lines Inc., Norfolk, Virginia, is being awarded an estimated $20,061,729 fixed-price contract extension modification to previously awarded contract HTC711-12-D-W008 that brings the total cumulative face value of the contract to $615,456,579 from $595,394,850. Hapag-Lloyd USA LLC, Tampa, Florida, is being awarded an estimated $10,548,648 fixed-price contract extension modification to previously awarded contract HTC711-12-D-W011, bringing the total cumulative face value of the contract to $364,834,546 from $354,285,898. American Roll-On Roll-Off Carrier LLC,* Woodcliff Lake, New Jersey, is being awarded an estimated $9,419,536 fixed-price contract extension modification to previously awarded contract HTC711-12-D-W004, bringing the total cumulative face value of the contract to $576,492,955 from $567,073,419. Liberty Global Logistics LLC,* Lake Success, New York, is being awarded an estimated $8,417,167 fixed-price contract extension modification to previously awarded contract HTC711-12-D-W012 bringing the total cumulative face value of the contract to $382,756,519 from $374,339,352. Work will be performed worldwide as specified on each individual order, with an expected completion date of Jan. 31, 2016. Type of appropriation is fiscal 2016 transportation working capital funds to be obligated on individual task orders. The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.
NAVY
Seyer Industries Inc.,* St. Peters, Missouri, is being awarded a $33,394,842 indefinite-delivery/indefinite-quantity contract for the manufacture and delivery of up to 325 each blade fold rack sets in support of the AH-1Z and UH-1Z helicopter. Work will be performed in St. Peters, Missouri, and is expected to be completed in October 2020. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $103,467 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was solicited via an electronic request for proposals as a 100 percent small business set-aside; three offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-16-D-0006).
BAE Systems Information and Electronic Systems Integration Inc., Greenlawn, New York, is being awarded a $31,949,556 modification to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-14-D-0004) to exercise an option for the procurement of the AN/APX-117A(V) identification friend or foe (IFF) transponder, AN/APX-118A(V) IFF transponder, AN/APX-123A(V) IFF transponder, Mode 5 change kits, integrations of Mode 5 change kits, and shop replaceable assemblies (SRA). The SRA consists of the Mode 4 remote control unit (RCU), Mode 5 RCU, IFF mounting tray, receiver/transmitter (RT), single board computer, power supply, signal processor, Mode 4 chassis, Mode 5 chassis, Mode 4/5 with crypto SRA, Mode 4 with crypto SRA, and dummy RT chassis. This effort will also procure repairs of the IFF transponders and RCUs listed above, and software engineering support. This modification combines purchases for the Navy ($26,390,333; 82.6 percent); Army ($3,290,804; 10.3 percent); National Guard ($191,697; .6 percent); and the governments of Saudi Arabia ($453,684; 1.42 percent); Philippines ($447,294; 1.40 percent); Japan ($418,539; 1.31 percent); Denmark ($389,785; 1.22 percent); and Indonesia ($367,420; 1.15 percent) under the Foreign Military Sales program. Work will be performed in Greenlawn, New York (85 percent); and Scottsdale, Arizona (15 percent), and is expected to be completed in December 2017. No funds are being obligated at time of award. Funds will be obligated against individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
The DPR/Hardin Construction Co., LLC/Whitsell-Green Inc. JV, Atlanta, Georgia, is being awarded $20,626,000 for firm-fixed-price task order 0012 under a previously awarded multiple award construction contract (N40085-10-D-5333) for renovation of Building R61 at Naval Station Norfolk. The work to be performed provides repair and upgrade to Building R61 including repair berthing spaces to meeting current standards; replacement of living space area; anti-terrorism/force protection requirements; complete building plumbing system; replacement of elevators; repairs to building electrical systems; repairs to existing bathrooms; repairs to laundry rooms; exterior renovations; new fire suppression system; replacement of stair railings; and landscaping repairs. Work will be performed in Norfolk, Virginia, and is expected to be completed by October 2017. Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $20,626,000 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.
U.S. SPECIAL OPERATIONS COMMAND
Berico Technologies LLC, Reston, Virginia (H92222-16-D-0001) and Orbis Technologies, Inc., Annapolis, Maryland (H92222-16-D-0002) were awarded a maximum $20,000,000, indefinite-delivery, indefinite-quantity contract for the All-Source Analytical Environment software tool to support the USSOCOM Distributed Common Ground/Surface Systems Special Operations Forces program. The majority of the work will be performed at the contractor locations and USSOCOM facilities. Fiscal 2015 procurement funds in the amount of $5,000 are obligated to satisfy the minimum guarantee. Additional funding will be obligated on a delivery order basis. This contract was a competitive acquisition, with five proposals received. United States Special Operations Command Contracting office, Tampa, Florida is the contracting activity.
DEFENSE LOGISTICS AGENCY
Aloha Petroleum Ltd.,* Honolulu, Hawaii (SPE600-16-D-4000), $17,302,637; and Mid Pac Petroleum LLC,* Honolulu, Hawaii (SPE600-16-D-4004), $12,763,812, have each been awarded a fixed-price with economic-price-adjustment contract under solicitation SP0600-15-R-0215 for various types of fuel. These are estimated contract values. These contracts were competitive acquisitions with seven offers received. They are five-year contracts with no option periods. Location of performance is Hawaii, with a Dec. 31, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, Coast Guard and Defense Logistics Agency. Type of appropriation is fiscal 2016 through fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.
AM General LLC, Mishawaka, Indiana, has been awarded a maximum $13,349,913 firm-fixed-price, indefinite-quantity contract for utility vehicle torque convectors. This was a competitive acquisition with two responses received. This is a three-year base contract with two one-year option periods. Location of performance is Indiana, with an Oct. 14, 2018, performance completion date. Using agency is Defense Logistics Agency. Type of appropriation is fiscal 2016 through fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-16-D-0004).
Chevron Products Co., San Ramon, California, has been awarded an estimated maximum $12,653,828 fixed-price with economic-price-adjustment contract for Jet A fuel. This was a competitive acquisition with seven offers received. It is a five-year contract with no option periods. Location of performance is Hawaii, with a Dec. 31, 2020, performance completion date. Using military service is Navy and Defense Logistics Agency. Type of appropriation is fiscal 2016 through fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-16-D-4001).
*Small business
Booz Allen Hamilton Engineering Services LLC, Linthicum, Maryland, is being awarded a $43,339,049 indefinite-delivery/indefinite-quantity contract to provide services in support of the Naval Air Warfare Center Aircraft Division’s air traffic control division. Services to be provided include engineering; research; design; development; integration; installation; test and evaluation; fielding; analysis; maintenance; material procurements; training; and logistics services for manned and unmanned programs that utilize relative navigation systems for air traffic control, approach and landing, and refueling. Work will be performed in Patuxent River, Maryland (60 percent); and Linthicum, Maryland (40 percent), and is expected to be completed in November 2020. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. This contract was competitively procured via an electronic request for proposals; two offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-16-D-0001).
The Lane Construction Corp., Cheshire, Connecticut, is being awarded an $18,638,000 modification under a firm-fixed-price contract for the exercise of Options 4 and 5. The work to be performed under these options provides for the refurbishment and replacement of existing runway electrical infrastructures such as electrical vaults, electrical manholes, handholes, conduits, wiring, runway lighting fixtures and signage and controls, lighting replacement and modernization of Airfield Lighting Phase Two at Naval Air Station Oceana. After award of these options, the total cumulative contract value will be $85,975,000. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by March 2018. Fiscal 2016 operation and maintenance, (Navy) contract funds in the amount of $18,638,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-C-0052).
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $17,599,996 not-to-exceed delivery order (550302) against a previously issued basic ordering agreement (N00019-14-G-0020). This order provides for the procurement of retrofit modification kits and associated engineering installation services in support of the Block 3F upgrade of two F-35A aircraft for non-Department of Defense (DoD) participants. Work will be performed in Fort Worth, Texas (90 percent); and Baltimore, Maryland (10 percent), and is expected to be completed in September 2021. Non-DoD participant funds in the amount of $8,799,999 are being obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Vigor Marine LLC, of Portland, Oregon, is being awarded an $11,797,840 firm-fixed-price contract for a regular overhaul/dry-docking to support the USNS Mercy (T-AH 19). This overhaul will address numerous steel repairs; flight deck resurfacing; fuel oil, feed, and potable water tank repairs; sewage piping modifications; fire main piping replacements; annual crane inspections; and underwater hull preservation to support in the ship’s daily operations. This contract includes six optional work items which, if exercised, would bring the cumulative value of this contract to $12,670,810. Work will be performed in Portland, Oregon, and is expected to be completed by the end of January 2016. Fiscal 2016 maintenance and repair funding in the amount of $11,797,840 are being obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured with two offers. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-16-C-4400).
AIR FORCE
Herndon Products Inc., O’Fallon, Missouri, has been awarded a $9,600,000 indefinite-delivery/indefinite-quantity contract for T-38C Pacer Classic III fastener kits. Contractor will provide up to 99 T-38C fastener kits in support of Phase II of the Pacer Classic III aircraft modification program. Work will be performed at O’Fallon, Missouri, and is expected to be complete by Oct. 13, 2021. This award is the result of a competitive acquisition with three offers received. Fiscal 2014 procurement funds in the amount of $843,875 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8211-16-D-0002).
Lockheed Martin Missile and Fire Control, Orlando, Florida, has been awarded a $305,457,460 firm-fixed-price and fixed-price incentive (firm target) contract for the Joint Air-to-Surface Standoff Missile production. Contractor will provide Joint Air-to-Surface Standoff Missile production, system upgrades, integration, sustainment, management, and logistical support. Work will be performed at Troy, Alabama, and is expected to be complete by June 30, 2018. This award is the result of a sole-source acquisition. Fiscal 2014 missile procurement funds in the amount of $3,811,923; and fiscal 2015 funds in the amount of $301,645,537, are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-16-C-0005).
The Boeing Co., Defense, Space & Security Missile and Unmanned Airborne Systems, St. Louis, Missouri, has been awarded an $11,806,383 modification (P00049) to the previously awarded contract FA2103-13-C-0006 for engineering and manufacturing development of the B61-12 tailkit assembly. Contractor will provide additional test assets, materials, and hardware to enable the demonstration of the reliability of the B61-12 tailkit assembly. Work will be performed at St. Louis, Missouri, and is expected to be complete by July 31, 2017. Fiscal 2015 and 2016 research, development, test and evaluation funds are being used, and no additional funds will be obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.
American Overseas Marine Corp., Quincy, Massachusetts, is being awarded $16,908,828 for modification under previously awarded firm-fixed-price contract N0003-10-C-5300 to exercise a second term option period for the operation and maintenance of seven large, medium speed roll-on/roll-off ships. These seven ships support the deployed military forces worldwide. Work will be performed worldwide and is expected to be completed by April 2016. Fiscal 2016 transportation working capital funds in the amount of $7,531,630 are obligated on this award and subject to availability; fiscal 2016 Navy working capital funds in the amount of $9,377,198 will be obligated at time of award and will not expire at the end of the fiscal year. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N00033-10-C-5300).
U.S. SPECIAL OPERATIONS COMMAND
UPDATE: Archimedes Global, Inc., Wesley Chapel, Florida, (H92222-16-D-0003); Barbaricum, Washington, District of Columbia, (H92222-16-D-0004); Black Tree Group, LLC., Tampa, Florida, (H92222-16-D-0005); Chenega Advanced Solutions and Engineering, LLC., Lorton, Virginia, (H92222-16-D-0006); Cybrix Group, Inc., Tampa, Florida, (H92222-16-D-0007); Command Post Technologies, Inc. , Suffolk, Virginia, (H92222-16-D-0008); Cydecor, Inc., Arlington, Virginia, (H92222-16-D-0009); The Electronic On-Ramp, Inc., Rockville, Maryland, (H92222-16-D-0010); Eagle Support Services Corp., Huntsville, Alabama, (H92222-16-D-0011); Expeditionary Technology Services, Inc., Atlanta, Georgia, (H92222-16-D-0012); Gemini Industries Inc., Burlington, Massachusetts, (H92222-16-D-0013); Intelligence, Communications and Engineering, Inc., Sierra Vista, Arizona, (H92222-16-D-0014); Intelligent Decision Systems, Inc., Centreville, Virginia, (H92222-16-D-0015); Innovative Information Solutions, LLC., Rockville, Maryland, (H92222-16-D-0016); ITility, LLC, Herndon, Virginia, (H92222-16-D-0017); Mission Wide Training, LLC., Huntsville, Alabama, (H92222-16-D-0018); People, Technology and Processes, LLC., Lakeland, Florida. (H92222-16-D-0019); SHINE Systems & Technologies, Charlottesville, Virginia, (H92222-16-D-0020); Streamline Defense, LLC., Tampa, Florida, (H92222-16-D-0021); Transformation Advisors Group, LLC., McLean, Virginia, (H92222-16-D-0022); Totalis Consulting Group, Inc., Alpharetta, Georgia. (H92222-16-D-0023); Threat Tec, LLC., Hampton, Virginia, (H92222-16-D-0024); Universal Strategy Group, Inc., Franklin, Tennessee, (H92222-16-D-0025); and Yorktown Systems Group, Inc., Tampa, Florida, (H92222-16-D-0026) have been added as awardees to a previously announced (Sep. 8, 2015) maximum ceiling $450,000,000 indefinite-delivery, indefinite-quantity contracts for SOCOM Wide Mission Support (SWMS) services. These contractors are being added to the previously awarded suite of contracts due to corrective action. This contract provides a full range of knowledge based services, including but not limited to subject matter experts, advisory services, instructors, linguists, intelligence analysts, and business operations support. Work will be performed at multiple locations both in the U.S. and overseas, with an estimated completion date of Sep. 2020. Additional fiscal 2016 operations and maintenance funds in the amount of $60,000 are obligated to satisfy the minimum guarantee of $2,500. Additional funding shall be obligated on a competitive task order basis. These contracts were a competitive acquisition, with 33 proposals received. Special Operations Command, Tampa, Florida is the contracting activity.
October 17, 2015
Business, Business / Career, Feature, Government