CONTRIBUTING SOURCE: U.S. Department of Defense
NAVY
The Boeing Co., St. Louis, Missouri, is being awarded an $897,530,175 modification to a previously awarded fixed-price-incentive-firm contract (N00019-14-C-0032) for the procurement of 15 Lot 38 full-rate production EA-18G aircraft and associated airborne electronic attack kits. Work will be performed in El Segundo, California (40.3 percent); St. Louis, Missouri (24.1 percent); Bethpage, New York (18.5 percent); Cleveland, Ohio (1.7 percent); Bloomington, Minnesota (1.5 percent); Mesa, Arizona (1.3 percent); Torrance, California (1.3 percent); Vandalia, Ohio (1.1 percent); Ajax, California (1.1 percent); Irvine, California (0.8 percent); Santa Clarita, California (0.6 percent); South Korea (0.6 percent); and various other locations in the continental U.S. (7.1 percent). Work is expected to be completed in January 2018. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $897,530,175 are being obligated at time of 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.
ERAPSCO, Columbia City, Indiana, is being awarded a $178,565,050 modification to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00421-14-D-0025) to exercise an option for the procurement of up to 6,000 AN/SSQ-36 sonobuoys; 95,000 AN/SSQ-53 sonobuoys; 15,500 AN/SSQ-62 sonobuoys; 10,000 AN/SSQ-101 sonobuoys; and 10,000 AN/SSQ-125 sonobuoys. Work will be performed in DeLeon Springs, Florida (51.7 percent); and Columbia City, Indiana (48.3 percent), and is expected to be completed in October 2017. No funding will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Great Mills Trading Post Co.,* Great Mills, Maryland, is being awarded a $22,270,000 firm-fixed-price contract for repair and rehabilitation of Runways 14/32 and 6/24 at Naval Air Station Patuxent River. Work will be performed in Patuxent River, Maryland, and is expected to be completed by September 2016. Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $22,270,000 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 two proposals received. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-16-C-2002).
Serco Inc., Reston, Virginia (N66001-16-D-0033); and Science Applications International Corp., San Diego, California (N66001-16-D-0032), are being awarded a one-year, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award contract to provide production management and transition support; integration and fabrication support; system and component procurement support; and network integration engineering facility production services. Technical services include production and material management; and execution processes required to install integrated systems ashore or aboard ships. Serco Inc. is receiving a contract for $17,959,283, and Science Applications International Corp. is receiving a contract for $17,113,248. Both awardees will have the opportunity to compete for task orders during the ordering period. Work will be performed in San Diego, California, and is expected to be completed Oct. 25, 2016. No funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Funds will be obligated as individual task orders are issued. The types of funding to be obligated include operations and maintenance (Navy), other procurement (Navy), and shipbuilding and conversion (Navy). This contract was competitively procured via request for proposal N66001-13-R-0032 published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Two offers were received and two were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.
Florida Keys Aqueduct Authority, Key West, Florida, is being awarded a $17,800,766 firm-fixed-price utility service contract for privatization and operation of Naval Air Station Key West wastewater utility system. The work to be performed provides for collection, treatment, and disposal of sanitary wastewater on a continuous basis. Work will be performed in Key West, Florida. The contract period of performance is 50 years from October 2015 to October 2065. No funds will be obligated at time of award. The contract will be primarily funded by fiscal 2016 through fiscal 2065 working capital funds (Navy). This contract was competitively procured via the Federal Business Opportunities website, with three proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-15-C-8000).
Lockheed Martin Corp., Marietta, Georgia, has been awarded a $260,078,333 modification (P00004) to previously awarded contract FA8625-14-C-6450. Contract provides advance procurement funding for long lead efforts associated with 28 fiscal 2016 C-130J aircraft. Work will be performed at Marietta, Georgia, and is expected to be complete by April 30, 2017. Fiscal 2016 aircraft procurement funds in the amount of $260,078,333 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
General Atomics, Aeronautical Systems Inc., Poway, California, has been awarded a $19,070,219 option on delivery order 0113 of the basic ordering agreement FA8620-10-G-3038 for MQ-9 contractor logistics support (CLS) Phase 3. Contractor will provide an additional period of CLS for the French air force. Work will be performed at Poway, California; and Niamey, Niger, and is expected to be complete by Dec. 31, 2016. This contract is 100 percent foreign military sales for France. Medium Altitude Unmanned Aircraft Systems, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-10-G-3038).
ViaSat Inc., Carlsbad, California, has been awarded a $13,152,398 cost-plus-incentive-fee contract for Mini Crypto. Mini Crypto is a small, low power, self-contained cryptographic module that can be embedded in a variety of communication devices to protect data and ensure the authentication of those communicating with it. Contractor will provide engineering and manufacturing development with contract options for low-rate initial production, full-rate production, and related support functions. Work will be performed at Carlsbad, California, and is expected to be complete by Oct. 30, 2020. This award is the result of a competitive acquisition with seven offers received. Fiscal 2015 and 2016 research and development funds in the amount of $2,253,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Joint-Base San Antonio, Texas, is the contracting activity (FA8307-16-C-0001).
McCrone Associated Inc., Westmont, Illinois, has been awarded a $9,679,578 cost-plus-fixed-fee modification (P00033) on Sept. 30 to previously awarded contract FA7022-12-C-0006. Contractor will provide non-personal services to process and analyze particle samples for the purpose of Nuclear Test Ban Treaty verification for the Air Force Technical Applications Center nuclear directorate. The contract will support the U.S. Atomic Energy Detection System. Work will be performed at Westmont, Illinois, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $9,679,578 are being obligated at the time of award. The 25th Air Force, Joint Base San Antonio – Lackland, Texas, is the contracting activity.
Southwest Research Institute, San Antonio, Texas, has been awarded a $9,423,767 cost-plus-fixed-fee contract for research and development. This contract is the second phase in a three-phase program. This contract aims to dramatically improve the ability to detect and geolocate high frequency emitters. Phase 1 of the program addressed technical innovations to accomplish this objective, including the ability to accurately resolve multiple angles-of-arrival and polarization states through novel antenna concepts; the ability to enhance signal-to-noise ratio and signal detection through the use of multi-dimensional adaptive signal processing; and the ability to accurately determine the dynamic state of the ionosphere. Phase 2 includes system integration of these innovations followed by a non-real-time field test. Phase 3 will be real-time implementation and demonstration with field testing. Work will be performed at San Antonio, Texas, and is expected to be complete by Sept. 27, 2018. This award is the result of a competitive acquisition with seven offers received. Fiscal 2015 research, development, test and evaluation funds in the amount of $2,000,000 are being obligated at the time of award. Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-16-C-9104).
NAVY
Raytheon Co., Integrated Defense Systems, Tewksbury, Massachusetts, is being awarded a $128,943,658 cost-plus-incentive-fee modification to previously awarded contract N00024-10-C-5126 to procure additional engineering services in support of the Zumwalt-class destroyer program. Work will be performed in Portsmouth, Rhode Island (37 percent); Bath, Maine (31 percent); Tewksbury, Massachusetts (20 percent); San Diego, California (6 percent); Wallops Island, Virginia (5 percent); and Fort Wayne, Indiana (1 percent), and is expected to be completed by August 2016. Fiscal 2015 research, development, test and evaluation (Navy) funding in the amount of $14,746,951; fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $4,798,611; fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $3,160,061; and fiscal 2016 operations and maintenance (Navy) funding in the amount of $702,235 will be obligated at time of award. Contract funds in the amount of $15,449,186 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
International Auto Logistics LLC, Brunswick, Georgia, is being awarded a $100,119,731 modification (P00009) exercising the first option period on the indefinite-delivery requirements-type, fixed-price with economic-price-adjustment base contract HTC711-14-D-R025 for transportation and storage services of privately owned vehicles. The modification brings the total cumulative face value of the contract to $407,828,543 from $307,708,812. Work will be performed at multiple locations within and outside of the U.S., with an expected completion date of Sept. 30, 2016. Funds will be obligated on individual task orders from fiscal 2016 transportation working capital funds. The contracting activity is the U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.
DEFENSE LOGISTICS AGENCY
Otis Technology,* Lyons Falls, New York, has been awarded a maximum $39,874,340 firm-fixed-price, indefinite-quantity contract for weapon systems cleaning kits. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a three-year contract with two one-year option years. Location of performance is New York, with an Oct. 22, 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-0008).
Sysco Seattle, Kent, Washington, has been awarded a maximum $10,819,852 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity prime vendor contract for a full line of food distribution. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a six-month contract with no option periods. Locations of performance are Washington and Alaska, with an April, 9, 2016, performance completion date. Using military services are Army, Navy and Air Force. Type of appropriation is fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-16-D-3161).
*Small business
Lockheed Martin Corp., Moorestown, New Jersey, is being awarded a $784,289,883 fixed-price incentive contract with options to develop, deploy, test, and operate a Long Range Discrimination Radar (LRDR). The LRDR will provide persistent discrimination capability to the Ballistic Missile Defense system to support the defense of the homeland. Work will be performed in Moorestown, New Jersey; and at Clear Air Force Station, Alaska. The period of performance is Oct. 21, 2015 through Jan. 21, 2024. Fiscal 2015 research, development, test and evaluation funds in the amount of $35,500,000 are being obligated at time of award. This contract was a competitively awarded acquisition with three offers received. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-16-C-0011).
NAVY
Marathon Construction Corp.,* Lakeside, California (N62473-16-D-1802); Granite-Healy Tibbitts JV, Watsonville, California (N62473-16-D-1803); Reyes Construction Inc., Pomona, California (N62473-16-D-1804); Manson Construction Co., Seattle, Washington (N62473-16-D-1805); and R.E. Staite Engineering Inc.,* San Diego, California (N62473-16-D-1806), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, repair, and renovation of various waterfront facilities at various locations predominantly 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. The work to be performed provides for new construction, repair, and renovation of waterfront structures and dredging within the North American Industry Classification System Code 237990, by design-build or design-bid-build. Types of projects may include, but are not limited to: dredging and disposal, piers, wharves, quay walls, bulkheads, relieving platforms, cellular structures, dry docks/caissons, break waters, fixed moorings, docks and marinas, pile driving, primary and secondary fender systems, sheet piles, and sea walls. Work will be performed predominantly within the NAVFAC Southwest AOR including, but not limited to, California (98 percent), and will be available to the NAVFAC Atlantic AOR (2 percent) as approved by the contracting officer. The terms of the contracts are not to exceed 60 months, with an expected completion date of October 2020. Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $25,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured as an unrestricted procurement with two or more awards reserved for highly qualified small businesses via the Navy Electronic Commerce Online website with 13 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, Southwest, San Diego, California, is the contracting activity.
American President Lines Ltd., Scottsdale, Arizona (HTC711-12-D-R009/P00018); Farrell Lines Inc., Norfolk, Virginia (HTC711-13-D-R001/P00015); Liberty Global Logistics LLC, Lake Success, New York (HTC711-12-D-R008/P00018); and National Air Cargo Group Inc., Orlando, Florida (HTC711-12-D-R010/P00018), are each being awarded a $90,740,531 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 $1,590,729,479 from $1,499,988,948. These contracts provide for international commercial multimodal transportation services. Work will be performed worldwide, with an expected completion date of Dec. 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 $226,851,329. The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois.
ARMY
Barbaricum LLC,* Washington, District of Columbia (W91CRB-16-D-0001); and The Ravens Group,* Lanham, Maryland (W91CRB-16-D-0002), were awarded a $49,875,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for professional services for the Rapid Equipping Force. Bids were solicited via the Internet with 15 received. Funding and work location will be determined with each order, with an estimated completion date of Dec. 31, 2020. Army Contracting Command, Aberdeen, Maryland, is the contracting activity.
Canadian Commercial Corp., Ottawa, Canada, was awarded a $17,647,924 modification (P00004) to contract W911N2-15-D-0002 for RG31 program of record engineering change package parts supporting the Medium Mine Protective Vehicle Type II and RG-31 legacy vehicles. Funding and work location will be determined with each order with an estimated completion date of Oct. 30, 2016. Army Contracting Command, Letterkenny Army Depot, Pennsylvania, is the contracting activity.
Kiewit Infrastructure West, Vancouver, Washington, was awarded a $10,779,000 firm-fixed-price contract with options for breakwater repair and maintenance dredging. Bids were solicited via the Internet with three received. Work will be performed in St Paul Island, Alaska, with an estimated completion date of Oct. 15, 2017. Fiscal 2015 and 2016 operations and maintenance (Army) funds in the amount of $10,779,000 were obligated at the time of the award. Army Corps of Engineers, Elmendorf, Alaska, is the contracting activity (W911KB-16-C-0001).
Textron Systems, Hunt Valley, Maryland, was awarded an $8,355,082 modification (P00032) to contract W58RGZ-13-C-0016 to purchase 37 mobile directional antenna systems for the One System remote video terminal. Work will be performed in Hunt Valley, Maryland, with an estimated completion date of March 30, 2017. Fiscal 2014 and 2015 other procurement funds in the amount of $8,355,082 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Woodward Inc., Rockford, Illinois, has been awarded a maximum $12,756,758 firm-fixed-price, definite quantity contract for fuel system valves. This was a competitive acquisition with one response received. This is a two-year, five-month contract with no option periods. Location of performance is Illinois, with a March 28, 2018, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A7-16-C-0023).
AIR FORCE
Aptima Inc., Woburn, Massachusetts, has been awarded a $12,425,604 cost-plus-fixed-fee, cost-reimbursable Small Business Innovation Research Phase III contract for Air Force Distributed Common Ground System (DCGS) weapon system trainer. Contractor will provide a virtual training environment providing simulated mission training to DCGS sites, covering geospatial intelligence full motion video, high altitude imagery, synthetic aperture radar imagery, electro optical imagery, and infrared imagery. The weapon system trainer will allow the Air Force to transition the DCGS intelligence analysts’ crew and positional training from on-the-job training during “live missions” to simulated mission scenario training. Work will be performed at Langley Air Force Base, Virginia, and is expected to be complete by June 20, 2017. This award is the result of a sole-source acquisition. Fiscal 2015 other procurement funds in the amount of $12,425,604 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-16-C-0008).
*Small business
Jacobs Technology Inc., Ft. Walton Beach, Florida, was awarded a $45,000,000 modification (0003) to contract W52P1J-13-D-0041 for global logistics and support services to the Army Sustainment Command Logistics Civil Augmentation Program (LOGCAP) and Army Contracting Command-Rock Island (ACC- RI) LOGCAP and Reachback Divisions. Funding and work location will be determined with each order with an estimated completion date of Oct. 20, 2016. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.
KDH Defense Systems Inc.,* Eden, North Carolina (W91CRB-16-D-0003); and Point Blank Enterprises Inc., Pompano Beach, Florida (W91CRB-16-D-0004), were awarded a $14,601,731 firm-fixed-price, multi-year, contractor-shared contract for up to 35,000 Light Air Warrior systems. Bids were solicited via the Internet with six received. Funding and work location will be determined with each order with an estimated completion date of Oct. 19, 2018. Army Contracting Command, Aberdeen, Maryland, is the contracting activity.
DRS Technical Services, Herndon, Virginia, was awarded a $7,982,346 firm-fixed-price, incrementally funded contract with options for Kabul UHF trunking radio operations and maintenance. One bid was solicited with none received. Work will be performed in Afghanistan with an estimated completion date of April 19, 2016. Fiscal 2015 other procurement funds in the amount of $6,923,621 were obligated at the time of the award. Army Contracting Command Iraq is the contracting activity (W56KJD-16-C-0003).
NAVY
General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded a $24,113,840 cost-plus-fixed-fee modification to previously awarded contract N00024-12-C-2100 for reactor plant planning yard services for nuclear-powered submarines and support yard services for the Navy’s moored training ships. The contractor will furnish, fabricate, or acquire such materials, supplies and services as may be necessary to perform the functions of the planning yard for reactor plants and associated portions of the propulsion plants for nuclear-powered submarines. Work will be performed in Groton, Connecticut (95 percent); and Charleston, South Carolina (5 percent), and is expected to be completed by September 2016. Fiscal 2016 operations and maintenance (Navy) funding in the amount of $6,500,000; and fiscal 2015 other procurement (Navy) funding in the amount of $4,400,181 will be obligated at time of award. Contract funds in the amount of $10,900,181 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
Raytheon Missile Systems, Tucson, Arizona, is being awarded a $14,594,880 firm-fixed-price modification to previously awarded contract N00024-15-C-5408 for fiscal 2016 Standard Missile-2 (SM-2) spares and containers and fiscal 2016 SM-2 dual thrust rocket motor regrains. Work will be performed in Camden, Arkansas, and is expected to complete by September 2017. Fiscal 2016 operations and maintenance (Navy) funding in the amount of $14,594,880 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
L-3 Communications Corp., Systems Field Support, Madison, Mississippi, has been awarded an estimated $12,000,000 modification (P00035) to exercise the option on previously awarded contract FA8106-11-D-0002 for C-12 contractor logistics support. Contractor will provide maintenance, repair and support functions. Work will be performed Accra, Ghana; Andrews Air Force Base, Maryland; Ankara, Turkey; Bangkok, Thailand; Bogota, Columbia; Brasilia, Brazil; Budapest, Hungary; Buenos Aires, Argentina; Cairo, Egypt; Edwards Air Force Base, California; Elmendorf Air Force Base, Alaska; Gaborone, Botswana; Holloman Air Force Base, New Mexico; Islamabad, Pakistan; Manila, Philippines; Nairobi, Kenya; Rabat, Morocco; Riyadh, Saudi Arabia; San Angelo, Texas; Tegucigalpa, Honduras; and Yokota Air Base, Japan, and is expected to be complete by March 31, 2016. This contract involves foreign military sales. No funds are being obligated at the time of award. Air Force Lifecycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $7,566,978 modification (P00567) to previously awarded contract FA8611-08-C-2897. Contractor will provide F-22 sustainment for Reliability and Maintainability Maturation Program Project SE21, Stores Management System wrap around tester cable sets (quantity of 20) and self testers (quantity of 2). Work will be performed at Fort Worth, Texas, and is expected to be complete by Nov. 30, 2017. Fiscal 2014 aircraft procurement funds in the amount of $4,843,274; and fiscal 2015 aircraft procurement funds in the amount of $2,723,703 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.
DEFENSE HEALTH AGENCY
General Dynamics Information Technology Inc., Fairfax, Virginia, was awarded a firm-fixed-price task order with an estimated value of $23,206,146. This task order provides for production data processing, data validation operations, and security for the Defense Health Services Systems Program Executive Office. These data processing and information creation applications provide decision support and management information to a broad spectrum of other applications that in turn support the Military Health System end users. This task order was a sole-source acquisition awarded to the incumbent contractor. This is a one-year base task order with one 12-month option period and one five-month option period. This order includes the extension clause 52.217-8 and includes a six-month extension if needed. Location of performance is Defense Health Agency, Solutions Delivery Division, Falls Church, Virginia, with a March 28, 2018, performance completion date. The requirement is funded with fiscal 2016 operations and maintenance funds in the amount of $9,714,128. The Defense Health Agency, Contract Operations Division, San Antonio, Texas, is the contracting activity (HT0015).
October 27, 2015
Business, Business / Career, Feature, Government