DOD AWARDED CONTRACTS
CONTRIBUTING SOURCE: U.S. Department of Defense
AIR FORCE
The Boeing Co., Seattle, Washington, has been awarded a $127,300,000 modification to previously awarded contract FA8625-16-C-6599 for Presidential Aircraft Recapitalization (PAR) program, phase 2 pre-milestone B activities. This modification is another step in a deliberate process to control program risk and life-cycle costs. The contractor will conduct risk reduction activities needed to address PAR sustainment requirements and costs that are additional to those initially awarded on Jan. 29, 2016. These activities will most notably focus on the system specification, the environmental control system, the aircraft interior, the electrical and power system and sustainment and maintenance approaches. They will aid in further defining detailed requirements and design trade-offs required to support informed decisions that will lead to a lower risk engineering and manufacturing development program and lower life-cycle costs. Work will be performed at Seattle, Washington; and Everett, Washington, and is expected to be complete by Jan. 31, 2018. Fiscal 2015 and 2016 research, development, test and evaluation funds in the amount of $56,239,977 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
Technica Corp., Dulles, Virginia,* has been awarded a $40,825,603 task order (FA8732-14-D-0015-X001) using the NETCENTS-2 NetOps and Infrastructure Solutions indefinite delivery/indefinite-quantity contract for information technology services. The award, supporting the Air Force National Capital Region, includes four one-year options that if exercised would bring the total contract value to $224,402,153. Work will be performed at Joint Base Andrews, Maryland; Joint Base Anacostia-Bolling, Washington, District of Colombia, the Pentagon, Washington, District of Colombia; National Military Command Center, Washington, District of Columbia; and other Air Force organizations within the National Capital Region. Services for the base year will last between Aug. 1, 2016 and July 31, 2017. This award is the result of a competitive acquisition in which 11 offers were received. Fiscal 2016 operations and maintenance funds in the amount of $40,825,603 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity.
BAE Systems Information and Electronic Systems Integration, Technology Solutions-Advanced Information Technologies, Burlington, Massachusetts, has been awarded a $9,402,650 cost-plus-fixed-fee contract for software and reports. The contractor will provide development and integration of latest advancements in machine learning that prove beneficial for the objectives of this effort; architectural enhancements that increase the flexibility and agility of applying analytics to solve space situational awareness problems, and take full advantage of high performance computing capabilities and multiple forms of visualization of the reasoning performed by the analytics involved in this effort. This includes demonstration of new capabilities over three year-long spirals which progressively demonstrate detection of increasingly complex scenarios and improved detection and prediction capabilities. Work will be performed at Burlington, Massachusetts; and Arlington, Virginia, and is expected to be complete by July 15, 2019. This award is the result of a competitive acquisition with two offers received. Fiscal 2016 research, development, test and evaluation funds in the amount of $868,750 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-16-C-0095).
ARMY
Longbow LLC, Orlando, Florida, was awarded a $20,790,247 modification (P00006) to contract W58RGZ-15-C-0078 for version six software integration effort; radar electronic unit full-rate production lots 5-6b awarded as an unpriced change order. Work will be performed in Orlando, Florida, with an estimated completion date of Oct. 31, 2017. Fiscal 2014 other funds in the amount of $10,395,124 were obligated at the time of the award. Army Contracting Command, Rock Island, Illinois, is the contracting activity.
General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $15,630,000 modification (P00005) to contract W56HZV-16-D-0035 to refurbish 107 Stryker vehicles with an estimated completion date of July 17, 2017. Funding and work location will be determined with each order. Army Contracting Command, Warren, Michigan, is the contracting activity.
Logistics and Technology Services*, Huntsville, Alabama, was awarded an $8,822,756 firm-fixed-price contract for municipal services for region one Arkansas and Oklahoma, to include, but not limited to, janitorial services, such as space cleaning, floor care, restroom services, pest control services, ground maintenance services, and environmental services. Bids were solicited via the Internet with five received. Work will be performed at locations to be determined with an estimated completion date of July 14, 2019. Funding will be determined with each order. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9127S-16-D-0018).
Great Lakes Dredge & Dock Company LLC, Oak Brook, Illinois, was awarded an $8,022,000 firm-fixed-price contract for beach fill nourishment, Rehoboth Beach and Dewey Beach, Delaware. Bids were solicited via the Internet with two received. Work will be performed in Rehoboth, Delaware, with an estimated completion date of Feb. 26, 2017. Fiscal 2016 operations and maintenance (Army) funds in the amount of $7,203,426; and fiscal 2016 other funds in the amount of $818,574 were obligated at the time of the award. Army Corp of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-16-C-0033).
World Wide Technology Inc., Maryland Heights, Maryland, was awarded a $7,980,851 firm-fixed-price contract for purchase of data storage hardware, software, maintenance, and professional implementation services to replace the obsolete data storage items at all affected Army Corps of Engineer locations. Bids were solicited via the Internet with six received. Work will be performed in Maryland Heights, Maryland, with an estimated completion date of March 31, 2017. Fiscal 2016 other funds in the amount of $7,980,851 were obligated at the time of the award. . Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W52P1J-16-D-0016).
NAVY
Electric Boat Corp., Groton, Connecticut, is being awarded an $18,952,000 not-to-exceed, undefinitized contract action against a previously awarded contract (N00024-10-C-2118) for procuring Virginia Payload Module (VPM) payload tube supplier preproduction effort. The contractor will be procuring two vendor payload tube preproduction setups to support the manufacturing start of the VPM payload tubes. The work will be performed in Groton, Connecticut, and is scheduled to be completed by July 2018. Fiscal 2016 research, development, test and evaluation (Navy) funding in the amount of $6,758,000 will be obligated at time of award and will not expire at the end of the current fiscal year. Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.
FLIR Surveillance Inc., Wilsonville, Oregon, is being awarded a $13,346,312 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for electro-optics sensor (EOS) systems for both Sea Star Safire III and Brite Star II systems. The services under this contract cover provision item ordering spares, repairs, field repair, technical assists, travel, training, and data. The Sea Star Safire III EOS system is a rugged and ship mountable system to provide surface ships with a day/night, high-resolution, infrared and visible band imaging capability, as well as rangefinding capability, to augment existing optical and radar sensors for the purpose of detecting and identifying asymmetric threats. The Brite Star II EOS system functions as the fire control system for the Patrol Coastal Griffin Missile System. It uses infrared and charged coupler device cameras to detect, identify, and track targets. Brite Star II uses a laser range finder to determine the distance and position of the target and provides terminal guidance to the launched Griffin Missile seeker head with a laser designator. Work will be performed in Wilsonville, Oregon, and is expected to be completed by July 2021. Fiscal 2016 working capital fund (Navy) in the amount of $900 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-16-D-JQ96).
*Small business
NAVY
Orocon-Carothers JV2,* Oxford, Mississippi (N69450-16-D-1108); Whitesell-Green Inc.,* Pensacola, Florida (N69450-16-D-1109); ARTEC Group,* Sarasota, Florida (N69450-16-D-1110); Desbuild Inc.,* Hyattsville, Maryland (N69450-16-D-1111); Southeast Cherokee Construction Inc.,* Montgomery, Alabama (N69450-16-D-1112); Leebcor Services LLC,* Williamsburg, Virginia (N69450-16-D-1113); and Howard W. Pence Inc.,* Elizabethtown, Kentucky (N69450-16-D-1114), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR). The maximum dollar value including the base period and four option years for all seven contracts combined is $99,000,000. The work to be performed provides for primarily general building type projects; new construction, renovation, alteration, demolition and repair work in support of Department of Defense activities in the NAVFAC Southeast AOR. Projects issued under this contract will require either single-discipline or multi-discipline design services or may include 100 percent performance specifications. These seven contractors may compete for task orders under the terms and conditions of the awarded contract. The ARTEC Group is being awarded task order 0001 at $12,228,057 for the design and construction of the Littoral Combat Ship Mission Module Readiness Center at Naval Station Mayport, Jacksonville, Florida. Work for this task order is expected to be completed by February 2018. All work on this contract will be performed primarily within the NAVFAC Southeast AOR. The term of the contract is not to exceed 60 months with an expected completion date of July 2021. Fiscal 2016 military construction (Navy); and fiscal 2016 operations and maintenance (Navy) contract funds in the amount of $12,234,057 are being obligated on this award, of which $6,000 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.
QED Systems Inc., Virginia Beach, Virginia, is being awarded a $22,149,559 cost-type modification to a previously awarded contract (N00024-15-C-4400) for third-party advanced planning services in support of Chief of Naval Operations availabilities, continuous maintenance availabilities (CMAVs), inactivation CMAVs, sustainment availabilities, phased modernization availabilities, re-commissioning availabilities, and continuous maintenance and emergent maintenance window of opportunity for Navy surface combatant ship classes (CG 47 and DDG 51). Work will be performed in Virginia Beach, Virginia (60 percent); and San Diego, California (40 percent), and is expected to be completed by July 2017. Fiscal 2016 operations and maintenance (Navy) funding in the amount of $863,734 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.
Lockheed Martin Space Systems Co., Sunnyvale, California, is being awarded a $21,750,000 unpriced-letter contract for long lead material and the labor, planning and scheduling necessary to support the fiscal 2017 Trident II D5 missile production schedule. Work will be performed at Sunnyvale, California, with an expected completion date of Sept. 30, 2021. Fiscal 2016 weapons procurement (Navy) contract funds in the amount of $21,750,000 are being obligated at time of award. The contract funds will not expire at the end of the current fiscal year. This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1). Strategic Systems Program, Washington, District of Columbia, is the contracting activity (N00030-16-C-0100).
The Boeing Co., Seattle, Washington, is being awarded a $16,332,383 modification to a previously awarded firm-price-incentive-firm-target contract (N00019-14-C-0067). This modification provides for the procurement and installation of additional fiber optic wiring and fiber connector savers in support of 35 P-8A aircraft for the Navy (27); and Royal Australian Air Force (8). Work will be performed at Seattle, Washington (62 percent); Glendale, California (32 percent); and other various location within the U.S. (6.0 percent), and is expected to be complete by February 2019. Fiscal 2014, 2015 and 2016 aircraft procurement (Navy); and international partner funds are being obligated in the amount of $13,329,927, of which $417,483 will expire at the end of the current fiscal year. This contract combines the purchase of Navy ($11,999,927; 73.47 percent), and the Government of Australia ($4,332,456; 26.53 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
CORRECTION: Contracts awarded on July 12, 2016, to Cowan & Associates Inc.,* Arlington, Virginia (N00189-16-D-Z031); Cydecor Inc.,* Arlington, Virginia (N00189-16-D-Z032); Innovative Aviation Services*, Newnan, Georgia (N00189-16-D-Z033); and Synchron LLC,* Fairfax Station, Virginia (N00189-16-D-Z034), should have stated the contract was awarded as small business set-aside, not an 8(a) set-aside requirement.
DEFENSE HEALTH AGENCY
EHR Total Solutions LLC, Arlington, Virginia, was awarded a potential $70,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, single award contract (HT0011-16-D-0001) to provide Next Generation Tri-Services workflow services for current Military Treatment Facilities with Tri-Service workflow products, including legacy and modern electronic health record systems. Support includes the Army, Navy, and Air Force. The period of performance is for a 12-month base period with four one-year option periods, and has an estimated completion date of July 13, 2021. Work location is task order dependent but primarily will occur in Falls Church, Virginia. Task orders will be funded with operations and maintenance funds. This contract was competitively solicited via Federal Business Opportunity website, with six proposals received. The Defense Health Agency, Falls Church, Virginia, is the contracting activity.
ARMY
Northrup Grumman Systems Corp., Herndon, Virginia, was awarded a $14,293,010 cost-plus-fixed-fee, incrementally funded contract with options for information technology support for the Army Planning, Programming, and Budgeting Business Operating System. Bids were solicited via the Internet with one received. Work will be performed in Washington, District of Colombia, with an estimated completion date of July 28, 2021. Fiscal 2016 operations and maintenance (Army) funds in the amount of $7,544,183 were obligated at the time of the award. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91CRB-16-F-0012).
General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $10,511,518 cost-plus-fixed-fee contract for system technical support and system sustainment technical support the for mine protected clearance vehicle M1272 Buffalo. One bid was solicited with one received. Funding and work location will be determined with each order with an estimated completion date of July 14, 2019. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-D-0091).
Tetra Tech-Maytag Aircraft Corp. JV, Pasadena, California, was awarded a $7,344,401 modification (000409) to contract W912DY-13-G-0010 for inspections, recurring preventive maintenance, minor repair, and minor construction on the Defense Logistics Agency Energy capitalized petroleum facilities at various military sites across the U.S. The contract has an estimated completion date of July 27, 2017. Bids were solicited via the Internet with two received. Fiscal 2016 military construction funds in the amount of $7,344,401 were obligated at the time of the award. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.
DEFENSE LOGISTICS AGENCY
UPDATE: Terex Corp., Fredericksburg, Virginia (SPE8EC-16-D-0010), has been added as an awardee to the multiple award contract issued against solicitation SPM8EC-11-R-0001 announced Aug. 1, 2011.
*Small business
U.S. SPECIAL OPERATIONS COMMAND
Battelle Memorial Institute, Columbus, Ohio, is being awarded a seven-year, indefinite-delivery/indefinite-quantity, firm-fixed-price, and cost-plus-fixed-fee contract (H92222-16-D-0043) for the purchase of non-standard commercial vehicles in support of U.S. Special Operations Command. This contract supports requirements for modified commercial off the shelf trucks and sport utility vehicles that retain the original equipment manufacturer’s profile while supporting the integration of armor, heavy-duty suspension and brakes, run flat tires/wheels, and communication equipment. The estimated contract value is $170,000,000 with fiscal2016 procurement funds in the amount of $709,765 being obligated at time of award. This contract was awarded through full and open competition, and five proposals were received. This contract will be funded at the delivery order level with procurement appropriation. Delivery order 0001 will be issued using fiscal 2016 appropriations. The majority of work will be performed in Columbus, Ohio, and is expected to be completed by July 2023. Special Operations Command, Tampa, Florida, is the contracting activity.
Lockheed Martin Mission Systems and Training, Riviera Beach, Florida, is being awarded a $166,000,000, “C” type contract (H92222-16-C-0096), for the design, development, construction, test, production and sustainment of the dry combat submersible system in support of U.S. Special Operations Command. This contract is necessary to fill a capability gap for surface launched dry submersibles which will be used in harsh maritime environments by leveraging commercial submersible technologies and international classing safety certification. The work will be performed in Riviera Beach, Florida; and the United Kingdom, and is expected to have a period of performance of 66 months. This contract was awarded through full and open competition. Thirty-four companies received access to the solicitation which was posted on the Federal Business Opportunities website. Of the 34 companies receiving access to the solicitation, one offer was received. Fiscal 2016 research, development, test, and evaluation funds in the amount of $26,845,792 are being obligated at time of award. This contract will be funded with fiscal 2016 through 2020 research, development, test and evaluation; fiscal 2018 and 2019 procurement; and fiscal 2019 through 2021 operations and maintenance funds. Special Operations Command, Tampa, Florida, is the contracting activity.
ARMY
Safran Optics 1 Inc., Bedford, New Hampshire, was awarded a $304,522,367 firm-fixed-price, multi-year contract for Laser Target Locator Module II. Bids were solicited via the Internet with five received, with an estimated completion date of July 11, 2015. Funding and work location will be determined with each order. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91CRB-16-D-0018).
NAVY
Out of the Fog Research LLC,* Mountain View, California, is being awarded a $53,435,866 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide systems acquisition support, systems engineering, project management, basic research, development, evaluation and implementation of cryogenic radio frequency systems, and advanced cryogenic core digital and quantum memory technologies, exploiting superconducting quantum interference device, tactical signals intelligence systems, and other military platforms. This is one of two multiple award contracts. Both awardees will compete for task orders during the ordering period. This three-year contract includes one two-year option period which, if exercised, would bring the potential value of this contract to $91,366,648. Work will be performed in San Diego (90 percent) and Mountain View (10 percent), California, and work is expected to be completed July 12, 2019. If the options are exercised, work will continue through July 2021. No funds will be obligated at the time of award, and no funds will expire at the end of the current fiscal year. Research, development, test and evaluation funding will be obligated as individual task orders are issued. This contract was competitively procured via request for proposal N66001-16-R-0062 for total small business set-aside via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Three proposals were received and two were selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0290).
Hypres Inc.,* Elmsford, New York, is being awarded a $40,387,367 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award contract to provide systems acquisition support, systems engineering, project management, basic research, development, evaluation and implementation of cryogenic radio frequency systems, and advanced cryogenic core digital and quantum memory technologies, exploiting superconducting quantum interference device, tactical signals intelligence systems, and other military platforms. This is one of two multiple award contracts. Both awardees will compete for task orders during the ordering period. This three-year contract includes one two-year option period which, if exercised, would bring the potential value of this contract to $67,699,661. Work will be performed in San Diego, California (90 percent); and New York, New York (10 percent). Work is expected to be completed July 12, 2019. If the options are exercised, work will continue through July 2021. No funds will be obligated at the time of award, and no funds will expire at the end of the current fiscal year. Research, development, test and evaluation funding will be obligated via task orders. This contract was competitively procured via request for proposal N66001-16-R-0062 for total small business set-aside via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central web site. Three proposals were received and two were selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0289).
Raytheon Co., Largo, Florida, is being awarded a $30,309,312 firm-fixed-price modification to a previously awarded contract (N00024-12-C-5231) for planar array antenna assemblies with radar absorbing material in support of the Cooperative Engagement Capability (CEC) transmission processing sets. CEC is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information such that the superset of this data is available to all participating CEC units. CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies. This contract combines purchases for the Navy (64 percent); and the government of Japan (36 percent), under the Foreign Military Sales program. Work will be performed in Largo, Florida, and is expected to be completed by February 2018. Fiscal 2016 shipbuilding and conversion (Navy); fiscal 2016 other procurement (Navy); and foreign military sales funding in the amount of $30,309,312 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity
Sodexo Management Inc., Gaithersburg, Maryland, is receiving $14,535,270 for modification P00070 under a previously awarded firm-fixed price, incentive and award fee provisions contract (M00027-11-C-0003). This modification provides for the following changes being produced under the basic contract: 1) increases the number of meals served quantity by 1,750,000 from 12,650,000 to 14,400,000 at a rate of $7.56 for a total amount of $13,230,000; 2) increases the quantity of fruit support by 25,000 from 160,000 to 185,000 for a total amount of $12,250; 3) increases the quantity of estimated repair parts and materials by 200,000 from 500,000 to 700,000 for a total amount of $200,000; 4) create two new sub contract line item numbers (SubCLINs) — SubCLIN 5009AD (period one) and SubCLIN 5009AG (period two) — to capture the estimated pricing for cooking oil for mess halls at Cherry Point, North Carolina; Bogue, North Carolina; and Camp Lejeune, North Carolina, in the amount of $78,000 each; 5) increases the unit price of incentive award fee for period one for a total amount of $363,684 based on the above increases; and 6) increases the unit price of incentive award fee for period two for a total amount of $573,336 based on the above increases. This modification increases the basic value of the contract to $640,458,710. Work will be performed in Camp Lejeune, North Carolina (50.15 percent); Parris Island, South Carolina (33.44 percent); Quantico, Virginia (6.87 percent); Cherry Point, North Carolina (5.04 percent); Beaufort, South Carolina (2.3 percent); Washington, District of Columbia (1.29 percent); Norfolk, Virginia (0.78 percent); and Bogue, North Carolina (0.13 percent). Work is expected to be completed by September 2016. Fiscal 2016, 1105 subsistence-in-kind funds in the amount of $14,535,270 will be obligated at the time of award and will expire at the end of the current fiscal year. Marine Corps Installation Command Headquarters, Washington, District of Columbia, is the contracting activity.
DRS Laurel Technologies, Johnstown, Pennsylvania, is being awarded an $11,464,767 firm-fixed-price modification to a previously awarded contract (N00024-15-C-5228) for Cooperative Engagement Capability (CEC) transmission processing sets and spares. CEC is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information such that the superset of this data is available to all participating CEC units. CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies. This contract combines purchases for the Navy (93 percent); and the government of Australia (7 percent), under the Foreign Military Sales program. Work will be performed in Largo, Florida, and is expected to be completed by January 2018. Fiscal 2016 aircraft procurement (Navy); fiscal 2016 shipbuilding and conversion (Navy); fiscal 2016 other procurement (Navy), and foreign military sales funding in the amount of $11,464,767 will be obligated at time of award, and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
CORRECTION: The contract awarded June 29, 2016, to the Boeing Co., Seattle, Washington, for $18,116,915, should have stated the contract number as N00019-16-G-0001, not N00019-11-G-0001.
*Small business
July 17, 2016
Business, Business / Career, Education, Feature, Government