Quantcast
Channel: Virginia Beach – beenetworknews
Viewing all 53 articles
Browse latest View live

BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

DEFENSE LOGISTICS AGENCY

CAMSS Shelters,* Kirkland, Washington, has been awarded a maximum $200,000,000 firm-fixed-price, indefinite-delivery contract for commercial shelters. This was a competitive acquisition with 20 responses received. This is a one-year baseDefense_Logistics_Agency contract and three one-year option periods. Location of performance is Washington, with an Aug. 6, 2016, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-15-D-1081).

600px-US-DeptOfNavy-Seal.svgNAVY

AECOM Services Inc., Arlington, Virginia, is being awarded a maximum amount $30,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for architect-engineer services for preparation of Navy and Marine Corps planning and engineering services for work predominantly located in the continental U.S. (CONUS), Europe, Africa and Southwest Asia, but also worldwide. No task orders are being issued at this time. Work will be performed in CONUS, Europe, Africa and Southwest Asia, but also worldwide. The term of the contract is not to exceed 60 months with an expected completion date of August 2020. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $5,000 are being 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 six proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-15-D-5018).

Seaward Marine Services Inc., Norfolk, Virginia, is being awarded a $9,500,000 modification to previously awarded contract N00024-09-D-4219 for waterborne hull cleaning and associated work on the underwater portion of ships and crafts to support the director of ocean engineering, supervisor of salvage and diving. Work will be performed in various locations around the world as needed and is expected to be completed by February 2016. No funding is being obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Seaward Marine Services Inc., Norfolk, Virginia, is being awarded a $7,500,000 modification to previously awarded contract (N00024-10-D-4170) for waterborne hull cleaning and associated work on the underwater portion of ships and crafts to support the director of ocean engineering, supervisor of salvage and diving. Work will be performed in various locations around the world as needed and is expected to be completed by February 2016. No funding is being obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

AIR FORCE

Lockheed Martin Corp., King of Prussia, Pennsylvania, has been awarded an $11,495,833 firm-fixed-price delivery order against a previously awarded General Services Administration Schedule (GS-23F-0150S) for pre-engineering and manufacturing development efforts intended for the Joint Surveillance Target Attack356px-Seal_of_the_US_Air_Force.svg Radar System recapitalization program. Contractor activities will help assess maturity of subsystem technology, reduce weapon system integration risk, and lower life cycle cost by virtue of design. Work will be performed at King of Prussia, Pennsylvania, and is expected to be complete by July 31, 2016. This award is the result of a competitive acquisition with four offers received. Fiscal 2015 research and development funds in the amount of $11,495,833 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-15-F0054).

Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, has been awarded a $10,000,000 firm-fixed-price delivery order against a previously awarded General Services Administration Schedule (GS-23F-0058K) for pre-engineering and manufacturing development efforts intended for the Joint Surveillance Target Attack Radar System recapitalization program. Contractor activities will help assess maturity of subsystem technology, reduce weapon system integration risk, and lower life cycle cost by virtue of design. Work will be performed at Melbourne, Florida, and is expected to be complete by July 31, 2016. This award is the result of a competitive acquisition with four offers received. Fiscal 2015 research and development funds in the amount of $10,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-15-F0053).

Boeing Service Co., Richardson, Texas, has been awarded a $9,945,179 firm-fixed-price delivery order against a previously awarded General Services Administration Schedule (GS-23F-0183K) for pre-engineering and manufacturing development efforts intended for the Joint Surveillance Target Attack Radar System recapitalization program. Contractor activities will help assess maturity of subsystem technology, reduce weapon system integration risk, and lower life cycle cost by virtue of design. Work will be performed at Seattle, Washington, and is expected to be complete by July 31, 2016. This award is the result of a competitive acquisition with four offers received. Fiscal 2015 research and development funds in the amount of $9,945,179 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-15-F0052).

Atlantic Icon Corp., Hallandale Beach, Florida, will be awarded an $8,000,000 fixed-price, indefinite-delivery/indefinite-quantity for simplified acquisition of base engineering requirements. Contractor will provide construction services under the simplified acquisition of base engineering requirements. Work will be performed at Patrick Air Force Base, Florida, and is expected to be complete by Aug. 6, 2018. This award is the result of a competitive acquisition and 12 offers were received. Fiscal 2015 operations and maintenance funds in the amount of $50,000 will be obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity (FA2521-15-D-0003).

Lockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded a $7,474,096 modification (P00286) to previously awarded contract FA8625-07-C-6471 for C-5 Reliability Enhancement and Re-Engining Program (RERP) sustainment. Contractor will provide support to manage the procurement and fabrication of the initial spares identified from RERP O-Level provisioning activity. Work will be performed at Dover Air Force Base, Delaware, and is expected to be complete by June 26, 2017. Fiscal 2013 aircraft procurement funds in the amount of $7,474,096 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Cardinal Health 200 Inc., McGaw Park, Illinois, has been awarded a maximum $1,019,313,488 modification (P00055) exercising the second 20-month option period of a 20-month base contract (SPM2DV-11-D-0001) with two 20-month option periods, which makes medical and surgical supplies available for purchase in various TRICARE regions throughout the U.S. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Illinois, Massachusetts, Maine, New Jersey, New York, Pennsylvania, Maryland, North Carolina, Georgia, Florida, Alabama, Missouri, Kentucky, Ohio, Indiana, Michigan, Minnesota, Mississippi, Kansas, Nebraska, Louisiana, Texas, Colorado, Utah, Arizona, California, Hawaii, Washington, and Alaska, with an April 16, 2017, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Owens and Minor Distribution Inc., Mechanicsville, Virginia, has been awarded a maximum $240,332,793 modification (P00051) exercising the second 20-month option period of a 20-month base contract (SPM2DV-11-D-0002) with two 20-month option periods, which makes medical and surgical supplies available for purchase in various TRICARE regions throughout the U.S. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Virginia, New Mexico, Pennsylvania, Georgia, Texas, Maryland, Massachusetts, North Carolina, Illinois, Kentucky, Ohio, Colorado, Iowa, Michigan, Florida, Indiana, Mississippi, Missouri, Tennessee, California, Minnesota, Louisiana, Nebraska, Arizona, Oregon, Utah, Washington, Oklahoma, and New Jersey, with an April 16, 2017, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

ARMY

Walsh Gilbane JV, Chicago, Illinois, was awarded a $206,445,000 firm-fixed-price contract with options for a replacement laboratory. Work will be performed at the Aberdeen Proving Ground, Maryland, with an estimated completion date of Jan. 10, 2019. Bids were solicited via the Internet with five received. Fiscal 2011 and fiscal 2014 military construction funds in the amount of $206,445,000 were obligated at theDepartment of the Army time of the award. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-15-C-0015).

DynCorp International LLC, Ft. Worth, Texas, was awarded a $45,470,349 cost-plus-fixed-fee foreign military sales contract (Iraq) with options for technical support for multiplatform vehicles. Work will be performed in Iraq with an estimated completion date of Sept. 4, 2018. One bid was solicited with one received. Fiscal 2010 other procurement funds in the amount of $45,470,349 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0146).

Weldin Construction LLC,* Palmer, Alaska, was awarded a $ 20,000,000 modification (P00004) to contract W912D0-12-D-0007 for sustainment, restoration, and modernization to real property with an estimated completion date of May, 23, 2016. Funding and work location will be determined with each order. Army Contracting Command, Ft. Wainwright, Alaska, is the contracting activity.

Pro-Mark Services Inc.,* West Fargo, North Dakota (W9128F-15-D-0042); Mirador-NASCO JV,* El Paso, Texas (W9128F-15-D-0043); Complete Concrete Inc.,* Black Hawk, South Dakota (W9128F-15-D-0044); CMGC Catamount,* Golden, Colorado (W9128F-15-D-0045); and JE Hurley Construction Inc.,* Colorado Springs, Colorado (W9128F-15-D-0046), were awarded a $19,000,000 firm-fixed-price, multi-year, multiple award task order contract with options for construction projects in North and South Dakota and Montana, with an estimated completion date of Aug. 5, 2020. Bids were solicited via the Internet with nine received. Funding will be determined with each order. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

Boeing Co., Ridley Park, Pennsylvania, was awarded a $14,579,980 modification (P00027) to foreign military sales contract (Turkey, United Arab Emirates) W58RGZ-13-C-0002 for Chinook helicopters, with an estimated completion date of Dec. 31, 2020. Fiscal 2011 and fiscal 2012 other procurement funds in the amount of 14,579,980. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Computer Sciences Corp., Falls Church, Virginia (N00189-15-D-Z034); and Serco Inc., Reston, Virginia (N00189-15-D-Z035), are being awarded a multiple award cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity task order contract to provide support to Naval Supply Systems Command Business Systems Center for program management and technical support services for the Ordnance Information System. Computer Sciences Corp. is being awarded $39,911,571, and Sercom Inc. is being awarded $45,981,714. Work will be performed in Indian Head, Maryland (15 percent); Mechanicsburg, Pennsylvania (20 percent); Norfolk, Virginia (20 percent); Yorktown, Virginia (20 percent); Reston, Virginia (12.5 percent); and Virginia Beach, Virginia (12.5 percent), and will be completed by August 2020. Funding in the amount of $10,000 will be obligated at the time of award. Fiscal 2015 operation and maintenance (Navy ) funds will be obligated at the time of award and funds will expire before the end of the current fiscal year. This contract was competitively procured through the Federal Business Opportunities website, with two offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk Contracting Department, Philadelphia, Pennsylvania, is the contracting activity.

AIR FORCE

PreTalen Ltd., Columbus Grove, Ohio, has been awarded a $15,000,000 indefinite-delivery/ indefinite-quantity, Small Business Innovation Research Phase III contract356px-Seal_of_the_US_Air_Force.svg for position navigation and time autonomous negotiator applying cognitive effects-based analysis. Contractor will provide the extension of the suite of custom software and hardware designed to simultaneously and autonomously test currently available Global Navigation Satellite System receivers across the threat spectrum. Work will be performed at Columbus Grove, Ohio; and Wright Patterson Air Force Base, Ohio, and is expected to be complete by Aug. 9, 2020. This award is the result of a sole-source acquisition. Fiscal 2015 defense business operation funds in the amount of $100,000 are being obligated at the time of award. Air Force Research Lab, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-D-1877).

BAE Systems Information and Electronic Systems Integration, Greenlawn, New York, has been awarded an estimated $248,200,000 requirements contract for various electronic warfare, automatic test and support equipment systems including, but not limited to, F-16, C-130, B-1B ATE, APX 113, ALQ-161 and ALM -288. Contractor will provide sustainment of spares/buys, repairs and engineering services related to various systems and components that are sole source to BAE. Work will be performed at primary locations San Diego, California; Austin, Texas; Greenlawn, New York; and Nashua, New Hampshire, and is expected to be complete by June 30, 2021. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8522-15-D-0012).

Bell Contracting Inc., Midwest City, Oklahoma, has been awarded a $43,615,953 firm-fixed-price and indefinite-delivery/indefinite-quantity contract for support of the paving program at Tinker Air Force Base, Oklahoma. Work is expected to be complete by Aug. 4, 2016. This award is the result of a competitive acquisition with three offers received. Fiscal 2015 operations and maintenance funds in the amount of $43,615,953 are being obligated at the time of award. Air Force Material Command, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8101-15-D-0004).

ARMY

Technovative Applications, Brea, California, was awarded a $22,586,082 cost-plus-fixed-fee contract for research and development of radar tactical fire control. Funding and work location will be determined with each order with an estimatedDepartment of the Army completion date of April 4, 2020. Bids were solicited via the Internet with one received. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting authority (W15QKN-15-D-0087).

Lagan Construction LLC, Woodbridge, Virginia, was awarded a $6,933,003 firm-fixed-price contract to repair Delta Hammerhead, Minot Air Force Base, North Dakota, with an estimated completion date of July 15, 2016. Fiscal 2015 operations and maintenance funds in the amount of $6,933,003 were obligated at the time of the award. Bids were solicited via the Internet with three received. Army Corps of Engineers, Omaha, Nebraska, is the contracting authority (W9128F-15-C-0020).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Bethel Industries Inc.,* Jersey City, New Jersey, has been awarded a maximum $22,099,000 firm-fixed-price contract for field jackets. This was a competitive acquisition with seven responses received. This is a one-year base contract with no option periods. Location of performance is New Jersey, with an Aug. 4, 2016, performance completion date. Using foreign military service is Afghanistan National 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 (SPE1C1-15-D-1077).

 bmg logo(R)2

BMG AD (fv)



BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

DEFENSE LOGISTICS AGENCY

Science Application International Corp., Fairfield, New Jersey, has been awarded a maximum $315,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for maintenance, repair and operations for the tailored logistics support prime vendor program for Zone 1 of the Northeast region. This was a competitive acquisition with 10 responses received. This is a five-year base contract with no option periods. Location of performance is New Jersey, with an Aug. 17, 2020, performance completion date. Using services are Army, Navy, Air Force, Marine CorpsDefense_Logistics_Agency and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-15-D-0032).

Noble Supply and Logistics,* Rockland, Massachusetts, has been awarded a maximum $262,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for maintenance, repair and operations for the tailored logistics support prime vendor program for Zone 2 of the Northeast region. This was a competitive acquisition with 10 responses received. This is a five-year base contract with no option periods. Location of performance is Massachusetts, with an Aug. 17, 2020, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-15-D-0033).

600px-US-DeptOfNavy-Seal.svgNAVY

Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded an $85,498,093 indefinite-delivery/indefinite-quantity contract to conduct research for, and develop updates to, weapons systems as part of a system configuration set (SCS) in support of the H-1 aircraft and the Navy and government of Pakistan.  This effort is for SCS work to include creating prototypes of system capability improvements to the fleet in support of emerging needs.  Work will be performed in Fort Worth, Texas, and is expected to be completed in August 2020. This contract combines purchases for the Navy ($80,498,093; 94.12 percent) and the government of Pakistan ($5,000,000; 5.88 percent) under the Foreign Military Sales program.   Fiscal 2014 research and development (Navy) funds in the amount of $626,000 are being obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-15-D-0022).

Methuen Construction Co., Inc., Salem, New Hampshire, is being awarded a $29,443,899 firm-fixed-price contract for structural shops consolidation at Portsmouth Naval Shipyard.  The work to be performed provides for a new addition in the center of Building 76 and will include shop space, personnel support areas, and storage.  Facility and infrastructure renovations for buildings 75 and 76 will meet industrial shop equipment requirements and bring facilities up to current building codes.  Renovations will include upgrades to the following systems: electrical (e.g., power, grounding, etc.); mechanical (e.g., ventilation, dust collection, etc.); plumbing (e.g., compressed air, gases, water, etc.); and fire protection and life safety (e.g., fire separation, sprinklers, and storage and venting of hazardous materials, etc.).  Work will be performed in Kittery Maine, and is expected to be completed by January 2018.  Fiscal 2011 and 2014 military construction (Navy), and fiscal 2015 direct site contract funds in the amount of $29,443,899 are being 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-8746).

GE Aviation, Cincinnati, Ohio, is being awarded a $13,085,000 firm-fixed-price contract for three LM2500 engine overhauls.  The engine overhaul services are for up to six LM2500 engines. Three engines will be included in the basic award, and the remaining three engines will be three options, one of which will be exercised concurrent with award. All overhaul work performed shall be in accordance with Navy LM2500 depot-level technical manuals.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $19,705,000.  Work will be completed in Brindisi, Italy, and is expected to be completed by August 2016.  Fiscal 2015 operations and maintenance (Navy) funding in the amount of $13,085,000 will be obligated at time of award. Contract funds will expire at the end of the current fiscal year.  This contract was competitively procured amongst limited sources in accordance with Federal Acquisition Regulation 6.302-2 and 10 U.S. Code 2304 (C)(2);  three proposals were solicited and three offers were received via U.S. mail.  The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pennsylvania, is the contracting activity (N65540-15-C-5015).

The Whiting-Turner Contracting Co., Baltimore, Maryland, is being awarded $9,128,684 for firm-fixed-price task order 0012 under a previously awarded multiple award construction contract (N40085-10-D-5330) for construction of an intelligence operations expansion complex at Marine Corps Base, Camp Lejeune.  The work to be performed provides for the construction of an administration facility and miscellaneous supporting structures, utilities, and infrastructure.  The facility will be divided into two connected areas: headquarters and intelligence/operations (Intel/Ops).  The headquarters portion of the building consists of a single-story steel framed building with brick veneer over metal studs, and standing seam metal roof.  The Intel/Ops portion will be a one-story pre-engineered metal building.  Work will be performed in Jacksonville, North Carolina, and is expected to be completed by March 2017.  Fiscal 2015 military construction (Defense) contract funds in the amount of $9,128,684 are being 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.

SRI International, Menlo Park, California, is being awarded an $8,520,257 cost-plus-fixed-fee contract to provide research and development services for the Defense Advanced Research Projects Agency.  Support includes innovative research proposals in the areas of data privacy and privacy science to provide tools to capture, test and evaluate technologies.  Work will be performed in Menlo Park, California, and is expected to be completed Feb. 16, 2020.  Fiscal 2015 research, development, test and evaluation funds in the amount of $959,000 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with 89 proposals received.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-C-4071).

ARMY

Northrop Grumman Systems Corp., McLean, Virginia, was awarded a $13,586,965 modification (0002) to contract W91RUS-14-D-0002 for non-personalDepartment of the Army information technology for the Army Regional Cyber Center-Europe, 5th Signal Command (Theater), with an estimated completion date of July 18, 2016.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $6,508,863 were obligated at the time of the award.  Army Contracting Command, Ft. Huachuca, Arizona, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Thales-Raytheon Systems Co. LLC, Fullerton, California, has been awarded a $12,481,823 modification (P00031) to the previous award (FA8722-10-C-0001) for Battle Control System Sustainment. Contractor will provide for the replacement and integration of the Technical Data Link Interface Device within the Battle Control System. Work will be performed at Fullerton, California, and is expected to be complete by May 17, 2018. Fiscal 2013 and 2014 Air Force other procurement funds in the amount of $12,481,823 are being obligated at the time of award. Air Force Lifecycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

 

NAVY

Huntington Ingalls Industries, Newport News Shipbuilding, is being awarded a $57,889,458 cost-plus-fixed-fee, delivery-incentive-fee contract to perform planning600px-US-DeptOfNavy-Seal.svg efforts needed to conduct maintenance, upgrades and modernization efforts on USS Columbus (SSN 762) during the engineered overhaul period. This scope of work encompasses planning as well as maintenance and modernization necessary to maintain full unrestricted operations and ensure the submarine is operating at full technical capability. This contract includes options which, if exercised, would bring the cumulative value of this contract to $288,642,249. Work will be performed in Newport News, Virginia, and is expected to be completed in May 2019. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $6,434,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-4301).

Northrop Grumman Systems Corp., Bethpage, New York, is being awarded a $38,541,198 cost-plus-fixed-fee, sole-source contract to provide integration services for mission packages that will deploy from and integrate with littoral combat ships. Mission package capabilities are currently focused on primary mission areas of mine warfare emphasizing mine countermeasures, littoral anti-submarine warfare, and littoral surface warfare operations, including prosecution of small boats. This contract includes options which, if exercised, would bring the cumulative value of this contract to $78,329,142. Work will be performed in Bethpage, New York (51 percent); Oxnard, California (16 percent); Washington, District of Columbia (10 percent); San Diego, California (10 percent); Panama City, Florida (7 percent); Dahlgren, Virginia (3 percent); Hollywood, Maryland (1 percent); Andover, Massachusetts (1 percent); and Middletown, Rhode Island (1 percent), and is expected to be completed by July 2016. Fiscal 2015 operations and maintenance (Navy); fiscal 2014 research, development, test and evaluation; fiscal 2013 other procurement (Navy); and fiscal 2013 shipbuilding and conversion (Navy) contract funds in the amount of $6,869,776 will be obligated at time of award. Funds in the amount of $6,757,576 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(ii)(B) – supplies or services required are available from only one source, and no other types of supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-6311).

General Dynamics, Bath Iron Works, Bath, Maine, is being awarded a $13,061,015 cost-plus-award-fee modification to previously awarded contract (N00024-14-C-4313) to provide littoral combat ship (LCS) planning yard services. This option is for planning yard services for both LCS variants. Bath Iron Works will be the single planning yard providing engineering, planning, ship configuration, material and logistics support to maintain and modernize both variants of the LCS class. Work will be performed in Bath, Maine, and is expected to be completed by August 2016. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $3,472,000 will be obligated at the time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity.

BAE Systems Norfolk Ship Repair, Norfolk, Virginia, is being awarded a $12,424,042 firm-fixed-price contract for USS Oscar Austin (DDG 79) fiscal 2016 selected restricted availability. This selected restricted availability will include hull, machinery, electrical, electronics, ship alterations, and piping alteration and repair work. The primary focus of this repair package is to accomplish structural repairs and habitability upgrades. Work will be performed in Norfolk, Virginia, and is expected to be completed by April 2016. Fiscal 2015 operations and maintenance (Navy) and fiscal 2015 other procurement (Navy) contract funds in the amount of $12,424,042 will be obligated at time of award. Funds in the amount of $9,069,550 will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity (N50054-15-C-0005).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Wright State Applied Research Corp., Beavercreek, Ohio, has been awarded a $42,500,000 indefinite-delivery/indefinite-quantity contract for human-machine teaming for intelligence, surveillance and reconnaissance (ISR) analysis. Contractor will provide research in three areas: (1) ISR knowledge elicitation; (2) ISR concept design and development; and (3) ISR performance assessment. These advancements will further enable research encompassing the science and technology development, experimentation and demonstration in the area of improving intelligence operators’ perception, understanding and analysis through the application of a cognitive systems engineering design cycle that ensures technology solutions accommodate work. Work will be performed at Dayton, Ohio, and is expected to be complete by Feb. 7, 2022. This award is the result of a competitive acquisition with three offers received. Fiscal 2015 research, development, test and evaluation in the amount of $1,180,828 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-D-6583).

Oklahoma Gas and Electric Co., Oklahoma City, Oklahoma, has been awarded a $19,180,548 modification (01) to previously awarded contract F34650-74-D-0035-1402 for Phase III project implementation of the energy conservation measure and energy conservation program. Contractor will provide construction services to install chilled water, thermal energy storage, steam and heating hot water, heating, ventilating, and air conditioning, water treatment and lighting systems at the central utility plant at the Tinker Aerospace Complex. Work will be performed at Tinker Air Force Base, Oklahoma, and is expected to be complete by Dec. 31, 2016. Fiscal 2017 Depot Maintenance Activity Group working capital funds will be obligated by modification to the delivery order. Air Force Sustainment Center, Operational Contracting, Tinker Air Force Base, Oklahoma, is the contracting activity.

Vectrus Systems Corp., Colorado Springs, Colorado, has been awarded a not-to-exceed $11,989,972 modification (P00017) to previously awarded contract FA5641-15-C-0001 for base maintenance and operations services in Turkey and Spain. Contractor will provide Turkey Spain Base Maintenance Contract contingency support of Operation Inherent Resolve contingency personnel surge in Turkey. Work will be performed at Incirlik Air Base, Turkey, and is expected to be complete by March 27, 2016. Fiscal 2015 Air Force operations and maintenance funds in the amount of $3,000,000 are being obligated at the time of award. Air Force Installation Contracting Agency, 764th Specialized Contracting Squadron, Kapaun Air Station, Germany, is the contracting activity.

DEFENSE THREAT REDUCTION AGENCY

Computer Sciences Corp., Alexandria, Virginia, is being awarded an $10,258,894 cost-plus-fixed-fee contract to provide technical expertise, policy knowledge, operational proficiency, a collective training capability, deployed assistance teams, and600px-US-DefenseThreatReductionAgency-Seal.svg advocacy for process creation or improvement for Countering WMD, addressing challenges from conventional proliferation threats, and enhancing national preparedness to manage the consequences of chemical, biological, radiological, nuclear, and high-yield explosives (CBRNE) events. Work will be performed in Virginia with an estimated completion date of August 2016. Fiscal 2015 operations and maintenance funds in the amount of $3,157,000 and fiscal 2015 cooperative threat reduction funds in the amount of $1,500,000 are being obligated at award. The contracting activity is Defense Threat Reduction Agency, Ft. Belvoir, Virginia (HDTRA1-15-C-0061).

 

NAVY

M.C. Dean Inc., Sterling, Virginia, is being awarded an $853,777,308 costs-plus-incentive-fee, fixed-price-incentive (firm target), firm-fixed-price, and cost-plus-fixed-fee multiple award contract (N00039-15-D-0035). Task orders under this multiple award contract will achieve the successful installation and operational certification of command, control, communications, computers, intelligence, surveillance and reconnaissance (C4ISR) systems by the program executive office for600px-US-DeptOfNavy-Seal.svg C4I, Space and Naval Warfare Systems Command, and other prospective U.S. government and Foreign Military Sales customers. The C4ISR systems are produced under various production contracts (separate from this contract) and are delivered as government furnished equipment to this contract for installation onboard surface ships, submarines and shore stations located worldwide. Work will be performed aboard Navy platforms on the East and West Coasts, as well as locations worldwide, and is expected to be completed by February 2019. Fiscal 2015 operations and maintenance (Navy) funds in the amount of the minimum guarantee, which is $5,000, will be placed on contract and obligated at the time of award. The contract funds will expire at the end of the current fiscal year. This contract was competitively procured with full and open competition via the Commerce Business Daily’s Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with two offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-15-D-0035).

Honeywell Technology Solutions Inc., Columbia, Maryland, is being awarded an $805,170,296 costs-plus-incentive-fee, fixed-price-incentive (firm target), firm-fixed-price and cost-plus-fixed-fee multiple award contract (N00039-15-D-0034). Task orders under this multiple award contract will achieve the successful installation and operational certification of command, control, communications, computers, intelligence, surveillance and reconnaissance (C4ISR) systems for the program executive office for C4I, Space and Naval Warfare Systems Command and other prospective U.S. government and Foreign Military Sales customers. The C4ISR systems are produced under various production contracts (separate from this contract) and are delivered as government furnished equipment to this contract for installation onboard surface ships, submarines and shore stations located worldwide. Work will be performed aboard Navy platforms on East and West Coasts, as well as locations worldwide, and is expected to be completed by February 2019. Fiscal 2015 operations and maintenance (Navy) funds in the amount of the minimum guarantee, which is $5,000, will be placed on contract and obligated at the time of award. The contract funds will expire at the end of the current fiscal year. This contract was competitively procured with full and open competition via the Commerce Business Daily’s Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with two offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-15-D-0034).

Electric Boat Corp., Groton, Connecticut, is being awarded a $22,257,347 not-to-exceed, undefinitized contract action against a previously awarded contract (N00024-09-C-2104) for the planning and execution of USS North Dakota (SSN 784) post-delivery work period. Electric Boat Corp. will perform planning and execution efforts, including long lead time material procurement, in preparation to accomplish the maintenance, repair, alterations, testing, and other work on USS North Dakota during its scheduled post-delivery work period. Work will be performed in Groton, Connecticut (99 percent); and Quonset Point, Rhode Island (1 percent), and is scheduled to be completed by April 2016. Fiscal 2014 and 2015 shipbuilding and conversion (Navy) contract funds in the amount of $22,257,347 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

Rockwell Collins-ESA Vision Systems, Fort Worth, Texas, is being awarded a $20,864,770 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Joint Helmet Mounted Curing system Night Vision Cueing and Display (NVCD) systems in support of the Aircrew Systems program. This contract provides procurement for non-recurring engineering, testing, technical data, support and production of 120 NVCD systems and modified support equipment, 30 helmet mounted display test sets, and 120 interim spares. Work will be performed in Merrimack, New Hampshire (79 percent); Wilsonville, Oregon (15 percent); Atlanta, Georgia (4 percent); and Fort Worth, Texas (2 percent), and is expected to be completed in August 2019. No funding will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. 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-0024).

Department of the ArmyARMY

AECOM Technical Services Inc., Los Angeles, California (W912DQ-15-D-3011); ARCADIS U.S. Inc. Highlands Ranch, Colorado (W912DQ-15-D-3012); CDM Federal Programs Corp., Kansas City, Missouri (W912DQ-15-D-3013); CH2M Hill Inc. Englewood, Colorado (W912DQ-15-D-3014); Ecology and Environment Inc., Lancaster, New York (W912DQ-15-D-3015); HDR O’Brien & Gere JV, Kansas City, Missouri (W912DQ-15-D-3016); and The Louis Berger Group Domestic Inc., Morristown, New Jersey (W912DQ-15-D-3017), were awarded a $90,000,000 cost-plus-fixed-fee contract with options for architect and engineering services in support of the Multiple Environmental Government Acquisition program for the Northwestern Division, Army Corps of Engineers, and the Environmental Protection Agency Region 2, with an estimated completion date of Aug. 12, 2020. Funding and work location will be determined with each order. Bids were solicited via the Internet with nine received. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity.

Laboratory Corp. of America, Burlington, North Carolina, was awarded a $57,595,500 modification (P00016) to contract W81K04-12-0017 for laboratory testing services. Funding and work location will be determined with each order, with an estimated completion date of Sept. 30, 2016. Army Medical Command, Ft. Sam Houston, Texas, is the contracting activity.

Advanced IT Concepts Inc.,* Winter Springs, Florida, was awarded a $45,000,000 firm-fixed-price contract for procurement, delivery, installation, and testing of hardware to promote total life cycle support at the combat training centers and Joint Pacific Multinational Readiness Capability. Funding and work location will be determined with each order, with an estimated completion date of Aug. 13, 2021. Bids were solicited via the Internet with eight received. Army Program Executive Office, Simulation, Training and Instrumentation, Orlando, Florida, is the contracting activity (W900KK-15-D-0006).

Kiewitt Infrastructure Co., Omaha, Nebraska, was awarded a $36,175,000 firm-fixed-price contract with options for tunnel construction and affiliated projects in Willow Springs, Illinois, with an estimated completion date of Sept. 10, 2017. Bids were solicited via the Internet with two received. Fiscal 2015 other procurement funds in the amount of $43,100,000 were obligated at the time of the award. Army Corps of Engineers, Chicago, Illinois, is the contracting activity (W912P6-15-C-0013).

BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded an $8,666,962 firm-fixed-price contract with options for 49 Fire Support Sensor System (FS3) mod kits and five authorized stockage list spares. Work will be performed in York, Pennsylvania, with an estimated completion date of Aug. 14, 2016. Bids were solicited via the Internet with one received. Fiscal 2013 other procurement funds in the amount of $8,666,962 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0117).

Intuitive Research and Technology Corp.,* Huntsville, Alabama, was awarded a $7,619,996 modification (000763) to contract W31P4Q-09-A-0016 for technical and engineering services for the M1A2SEPV2 Abrams tank modernization. Work will be performed in Huntsville, Alabama, with an estimated completion date of July 31, 2016. Fiscal 2015 other and research, development, testing, and evaluation funds in the amount of $7,619,996 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AIR FORCE

MCT Industries Inc., Bernalillo, New Mexico, has been awarded a $13,739,050356px-Seal_of_the_US_Air_Force.svg modification (P00005) to exercise the option to previously awarded contract FA8533-13-D-0002 for articulating staircase maintenance stands and hydraulic scissor lift maintenance stands. Work will be performed at Bernalillo, New Mexico, and is expected to be complete by Nov. 16, 2019. No funds were obligated with issuance of the modification. Air Force Lifecycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

600px-US-MissileDefenseAgency-Seal.svgMISSILE DEFENSE AGENCY

The Boeing Co., Huntsville, Alabama, is being awarded a $9,800,000, competitive cost-plus-fixed-fee contract for the Multi-Object Kill Vehicle. Under this new contract, the contractor will define a concept that can destroy several objects within a threat complex by considering advanced sensor, divert and attitude control and communication concepts. The contractor will define a proof-of-concept prototype plan and demonstrate risk mitigation steps and critical functional aspects of the concept (Concept Definition, CLIN 0001). The contractor will assess the technical maturity of their concept, prioritize and nominate risk reduction tasks for all critical components and describe how the tasks will reduce risk (Risk Reduction, CLIN 0003). The work will be performed in Huntsville, Alabama; Huntington Beach, California; and Albuquerque, New Mexico, with an estimated completion date of May 2016. This contract was competitively procured via publication on the Federal Business Opportunities website through an Advanced Technology Innovation broad agency announcement with three proposals received. Fiscal 2015 research, development, test and evaluation funds in the amount of $4,076,521 are being obligated on this award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-15-C-0014).

DEFENSE LOGISTICS AGENCY

Maytag Aircraft/TK&K, Colorado Springs, Colorado, has been awarded a maximum Defense_Logistics_Agency$8,018,112 firm-fixed-price contract for receipt, storage and issue services for bulk and retail aviation and ground fuel. This was a competitive acquisition with four responses received. This is a four-year base contract with one five-year option period and six one-month extensions. Locations of performance are Colorado and various locations in Germany, with a Dec. 31, 2019, performance completion date. Using service is Army. Type of appropriation is fiscal 2016 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-C-5019).

*Small business

 

 bmg logo(R)2

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $311,399,980 contract for undefinitized delivery order 5503 against a previously issued basic ordering agreement (N00019-14-G-0020) for the F-35 Lighting II Block 3F upgrade for the Air Force, Marine Corps, Navy, and the government of the United Kingdom.  This order procures retrofit modification hardware necessary for the Block 3F upgrades, as well as engineering tasks supporting600px-US-DeptOfNavy-Seal.svg modification kit installation.  Work will be performed in Fort Worth, Texas (90 percent); and Baltimore, Maryland (10 percent), and is expected to be completed in September 2021.  Fiscal 2014 aircraft procurement (Marine Corps, and Air Force); fiscal 2015 aircraft procurement (Navy, Marine Corps, and Air Force); fiscal 2015 research, development, test and evaluation (Navy, Marine Corps, and Air Force); and Joint Strike Fighter Partner funds in the amount of $84,064,987 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract combines purchase for the Air Force ($142,699,986; 46 percent); Marine Corps ($86,199,996; 27 percent); Navy ($61,000,000; 20 percent); and the government of the United Kingdom $21,499,998; 7 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Identity Theft Guard Solutions LLC, doing business as ID Experts*, Portland, Oregon, is being awarded a $133,263,550 firm-fixed-price contract for commercially available data breach recovery services in response to the Office of Personnel Management (OPM) data breach affecting 21.5 million individuals. Data breach recovery services include credit and identity monitoring services, identity theft insurance, identity restoration services, as well as website services and call center services. These services will be offered to individuals impacted by the OPM background investigation records cyber incident. This contract includes options which, if exercised, would bring the cumulative value of this contract to $329,825,588. Work will be performed in Portland, Oregon and is expected to complete in December 2018 if all options are exercised. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $133,263,550 will be obligated at time of award. Contract funds in the amount of $133,263,550 will expire at the end of the current fiscal year. This contract was competitively procured via the General Services Administration’s electronic request-for-quote system, eBuy, with five offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-F-2123).

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $109,436,020 modification to previously awarded contract N00024-15-C-2105 to exercise options for engineering, technical, design, configuration management, integrated logistics support, database management, research and development, modernization, and industrial support for nuclear submarines.  This contract provides support for Los Angeles-, Seawolf-, Virginia-, and Ohio-class submarines; special mission submersible interfaces; submarine support facilities; as well as potential foreign military sales programs.  Work will be performed in Newport News, Virginia, and is expected to be completed by September 2017.  Fiscal 2015 other procurement (Navy) funding in the amount of $8,555,061 will be obligated at the 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.

Austin Brockenbrough and Associates LLP,* Richmond, Virginia (N39430-15-D-1676); Argus Consulting Inc.,* Leawood, Kansas (N39430-15-D-1677); Enterprise Engineering Inc.,* Anchorage, Alaska (N39430-15-D-1678); GTP Consulting Engineers Inc.,* Duluth, Georgia (N39430-15-D-1679); Robert and Co.,* Atlanta, Georgia (N39430-15-D-1680); Burns and McDonnell Engineering Co. Inc., Kansas City, Missouri (N39430-15-D-1696); Enterprise-Brockenbrough JV LLC,* Anchorage, Alaska (N39430-15-D-1697); and Pond and Co., Norcross, Georgia (N39430-15-D-1698), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for engineering and design services for petroleum, oils, and lubricants (POL) systems, and supporting facilities at various Navy and Marine Corps installations  worldwide.  The maximum dollar value including the base period and four option years for all eight contracts combined is $99,000,000.  The work to be performed provides for the preparation of design-build request for proposals, cost estimates and planning documents; fully designed plans and specifications; preparation of reports, evaluations, studies or analyses on any or all components of a POL system and its support facilities, and related site visits/investigations; and integrity assessments that include American Petroleum Institute inspection and/or testing of storage tanks, pipelines, pressure vessels, pumps, control systems, all associated fuel equipment and electrical systems supplying POL equipment and ancillary support facilities.  Work will be performed at various Navy and Marine Corps installations within the Naval Facilities Engineering Command’s area of responsibility worldwide.  The term of the contract is not to exceed 60 months, with an expected completion date of August 2020.  Fiscal 2015 defense working capital funds in the amount of $40,000 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 12 proposals received.  These eight 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 and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

AMSEC LLC, Virginia Beach, Virginia (N00189-15-D-0031); Life Cycle Engineering, Charleston, South Carolina (N00189-15-D-0032); and URS Federal Services Inc., Germantown, Maryland (N00189-15-D-0033), are being awarded a combined $83,795,876 multiple task order, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity multiple award contract for services that include hull mechanical and electrical engineering, analytical, logistics, and technical support to Navy ships on behalf of Mid-Atlantic Regional Maintenance Center.  Each contract includes a 12-month base period and one one-year option period.   These three contractors shall compete for task orders under the terms and conditions of the awarded contract.  Work will be performed in Norfolk, Virginia (75 percent); other sites in the U.S. (San Diego, California; Mayport, Florida; Pascagoula, Mississippi; Groton, Connecticut; Bremerton, Washington; and Pearl Harbor, Hawaii) (20 percent); and out of the continental U.S. (Spain; Italy; Bahrain; United Arab Emirates; and Guam) (5 percent).  Work is expected to be completed by September 2016. If all options are exercised, work will be completed by September 2017.  Fiscal 2015 operation and maintenance (Navy) funds in the amount of $40,000 will be obligated evenly among the three to fund the contract’s minimum amount and funds will expire at the end of the current fiscal year.  This contract was competitively procured with the solicitation posted to the Navy Electronic Commerce On-line and Federal Business Opportunities websites, with four offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk, Virginia, is the contracting activity.

Nan Inc., Honolulu, Hawaii, is being awarded a $41,850,962 firm-fixed-price contract for construction and renovations of the facilities for the Marine Unmanned Aerial Vehicle Squadron; Marine Wing Support Detachment; and CH53E helicopter squadron at the Marine Corps Base Hawaii.  The work to be performed provides for the construction of an automobile organizational shop with steel framed structures with shallow foundation system, concrete exterior walls and composite roof structure with fluid-applied roof coating, jib crane and wash racks with concrete framed storage and water recycling building.  The project will also construct a weight handling equipment shop with steel framed structure, shallow foundation system, concrete exterior wall and composite roof structure with fluid-applied roof coating.  Project includes the modernization of administrative and automobile organizational shop maintenance and administrative spaces within Building 373; improvement to Hangar 102 including modernization of the existing two-story administrative spaces and creation of secure spaces; improvements to Building 271 to include modernization of general and climate controlled storage and administrative spaces; and improvements of administrative spaces within Buildings 388, 3085 and 6082.  The contract also contains one unexercised option, which if exercised, would increase cumulative contract value to an estimated $43,798,712.  Work will be performed in Kaneohe Bay, Hawaii, and is expected to be completed by August 2018.  Fiscal 2011 and fiscal 2015 military construction, (Navy) contract funds in the amount of $41,850,962 are being obligated on this award; of which $13,313,500 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received.  The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-15-C-1305).

Sippican/GSM Submarine Antenna JV, Marion, Massachusetts, is being awarded a not-to-exceed $30,890,543 cost-plus-incentive-fee, cost-plus-fixed-fee, firm-fixed-price letter contract for the development of an OE-538B antenna upgrade and procurement of OE-538 and OE-538A antennas, provisioning items and engineering services. The contract provides for existing and upgraded capabilities to the OE-538 antenna system. The OE-538 antenna system is a single-service (submarine-unique), mast-mounted, multi-function antenna system that provides a radio frequency communication capability in the very low frequency to ultra high frequency; and identification, friend or foe and Global Positioning System (GPS) capabilities for all submarine classes. The OE-538A antenna system is a modified OE-538 antenna system with added capabilities to support Mobile Users Objective Systems Tactical Data Link via Link 16 and iridium capabilities. The OE-538B antenna system will be a modified OE-538A antenna system with added capabilities to support the requirements for anti-jam and GPS military-coded capabilities.  This contract includes options, which if exercised, would bring the cumulative not-to-exceed value of this contract to an estimated $68,900,772.  Work will be performed in Marion, Massachusetts, and is expected to be completed by Aug. 30, 2018. If all options are exercised, work could continue until December 2020.  Fiscal 2014 and 2015 shipbuilding and conversion (Navy); and fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $9,082,879 will be placed on the contract and obligated at the time of award.  The contract funds will not 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 (Federal Acquisition Regulation Subpart 6.302-1).   The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-15-C-0225).

General Electric Aviation, Cincinnati, Ohio, is being awarded $29,283,964 for task order M801 against a previously awarded indefinite-delivery/indefinite-quantity contract (N00014-10-D-0010) for thermal management and advanced controls design and development programs efforts in support of the Variable Cycle Advanced Technology Phase II, Technology Development for the next generation of engines.  Work will be performed in Evendale, Ohio, and is expected to be completed in September 2019.  Fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $3,501,500 will be 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.

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $15,000,000 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for lifecycle management and technical services in support of the Tomahawk cruise missile depot facility.  This contract includes Tomahawk depot maintenance, system test operations, foreign military sales maintenance, spares and repairs and associated support requirements for the Navy ($14,700,000; 98 percent) and the United Kingdom ($300,000; 2 percent).  Work will be performed in Tucson, Arizona, and is expected to be completed in August 2017.  Fiscal 2015 operations and maintenance (Navy) and foreign military sales funds in the amount of $4,795, 889 will be obligated at time of award, $4,692,788 of which will expire at the end of the current fiscal year.  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-0031).

WEB LLC,* Springfield, Virginia, is being awarded $8,693,000 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N69450-15-D-0612) for construction of a Visitor’s Quarters Navy Gateway Inns and Suites facility at Naval Air Station Joint Reserve Base, Belle Chasse.  The work to be performed provides for construction of a new two-story structure, steel frame with brick veneer and a standing seam metal roof.  Facility systems will include:  heating, ventilation and air conditioning, electrical, cable television, internet access, connection to the base central fire alarm system, an automatic fire sprinkler and a mass notification system.  Work will be performed in New Orleans, Louisiana, and is expected to be completed by March 2017.  Fiscal 2011 and 2013 military construction, (Navy Reserve) contract funds in the amount of $8,693,000 are obligated on this award and $2,261,116 will expire at the end of the current fiscal year.  Seven proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

600px-US-TRANSCOM-Emblem.svgU.S. TRANSPORTATION COMMAND

Three companies are each being awarded an estimated $51,040,549 first option-year modification P00004 under an indefinite-delivery/indefinite-quantity, fixed-price, economic-price-adjustment contract for Total Delivery Services (TDS) international commercial air express package delivery service.  The three companies are:  Alaska Airlines Inc., Seattle, Washington (HTC711-15-D-C001); National Air Cargo Group Inc., Orlando, Florida (HTC711-15-D-C003); and Polar Air Cargo, Purchase, New York (HTC711-15-D-C004). For these companies, the modification brings the total cumulative face value of the contract to $121,627,343 from $70,586,794.  In addition, two companies have each been awarded an estimated $166,849,291 first option-year modification P00004 under this contract modification for international and domestic commercial air express package delivery service.  The companies are: Federal Express Corp., Memphis, Tennessee (HTC711-15-D-C002); and United Parcel Service Co., Louisville, Kentucky (HTC711-15-D-C005).  For these companies, the modification brings the total cumulative face value of the contract to $349,872,698 from $183,023,407.  Work will be performed worldwide as specified on each individual order and is expected to be completed Sept. 30, 2016.  Funds will be obligated through decentralized orders.  The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Oregon Freeze Dry Inc.,* Albany, Oregon, has been awarded a maximum $38,896,200 fixed-price with economic-price-adjustment contract for boil-in-bag dehydrated egg mix for Unitized Group Ration Heat and Serve and Unitized Group Ration M programs. This was a competitive acquisition with one response received. This is a five-year base contract with no option periods. Locations of performance areDefense_Logistics_Agency Oregon, with an Aug. 31, 2020, performance completion date. Using services are Army, Navy, and Marine Corps. Type of appropriation is fiscal 2016 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-15-D-Z207).

Avfuel Corp.,* Ann Arbor, Michigan, has been awarded a maximum $6,674,754 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with one response received. This is a four-year base contract with no option periods. Locations of performance are Michigan and New Mexico, with a March 31, 2019, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-D-0006).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Pride Industries, Roseville, California, has been awarded an $18,400,000 fixed-price contract for base operations maintenance services. Contractor will provide all resources and management necessary to perform operation and maintenance services in support of installation activities for Joint Base McGuire-Dix-Lakehurst, New Jersey. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be complete by Aug. 31, 2016.  This award is the result of a sole-source acquisition. Fiscal 2015 funds in the amount of $4,600,000 are being obligated at the time of award. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity (FA4484-15-C-0025).

ARMY

Manson Construction Co., Seattle, Washington, was awarded a $15,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract with options for Ataachafalaya Basin and Gulf Intracoastal Waterway projects and cutterhead dredge rental.  Funding and work location will be determined with each order, with an estimated completion date of March 31, 2016.  Bids were solicited via the Internet withDepartment of the Army four received.  Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-15-D-0024).

DONJON Marine Co., Inc. Hillside, New Jersey was awarded a $13,848,672 firm-fixed-price contract with options for maintenance dredging New Bay, New Jersey with an estimated completion date of Dec. 6, 2015.  One bid was solicited with four proposals received.  Fiscal 2015 other procurement funds in the amount of $13,848,672 were obligated at the time of the award. Army Corps of Engineers, New York, N.Y. is the contracting activity (W912DS-15-C-0012).

The Atlantic Group LLC,* Huntsville, Alabama, was awarded a $12,500,000 firm-fixed-price multi-year contract for architectural and engineering services for photogrammetric, LiDAR surveying and mapping.  Funding and work location will be determined with each order, with an estimated completion date of Aug. 31, 2020.  Bids were solicited via the Internet with 25 received.  Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-15-D-0513).

Tetra Tech Inc., Irvine, California, was awarded a $9,800,000 firm-fixed-price, multi-year, indefinite-delivery/indefinite-quantity contract for design analyses and reports; and plans and specifications for flood control, coastal, environmental restoration, and sustainable engineering design projects.  Funding and work location will be determined with each order, with an estimated completion date of Sept. 1, 2020.  Bids were solicited via the Internet with five received.  Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-15-D-0007).

Cleveland Biolabs Inc.,* Buffalo, New York, was awarded a $9,226,455 cost-plus-fixed-fee multi-year contract for advanced research into mitigating and treating the effects of ionizing radiation. Work will be performed Buffalo, New York; Bethesda, Maryland; and in Canada, with an estimated completion date of Nov. 30, 2017.  Bids were solicited via the Internet with 45 received.  Fiscal 2014 research, development, testing and evaluation funds in the amount of $9,226,455 were obligated at the time of the award. Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity (W81XWH-15-C-0101).

1280px-DARPA_LogoDEFENSE ADVANCED RESEARCH PROJECTS AGENCY

IBM Corp., Yorktown Heights, New York, has been award a $10,193,876 modification (P00006) exercising the second option to previously awarded HR0011-13-C-0022 for the Defense Advanced Research Projects Agency (DARPA) Power Efficiency Revolution For Embedded Computing Technologies (PERFECT) program. The modification brings the total cumulative face value of the contract to $17,056,647. Work will be performed in Yorktown Heights, New York (66 percent); Cambridge, Massachusetts (12 percent); Charlottesville, Virginia (12 percent); and Stanford, California (10 percent), with an expected completion date of March 2018. Fiscal 2015 research and development funds in the amount of $7,000,000 are being obligated at time of award. DARPA, Arlington, Virginia, is the contracting activity.

Leidos, Inc., Reston, Virginia, has been awarded a $7,890,740 cost-plus-fixed-fee contract for a research project under the Shared Spectrum Access for Radar and Communications (SSPARC) program (Coexistence Phase 2). The contractor will continue research in the area of spectrum sharing between radar and communications systems to build on prior work carried out in the coexistence thrust of Phase 1. Fiscal 2015 research and development funds in the amount of $5,352,607 are being obligated at the time of award. Work will be performed in Arlington, Virginia (53 percent); Linthicum, Maryland (22 percent); Rochester, New York (12 percent); Sterling, Virginia (5 percent); Ashburn, Virginia (4 percent); Bothell, Washington (2 percent); New York, New York (1 percent); Bowie, Maryland (1 percent) with an estimated completion date of August 2016. The Defense Advanced Research Projects Agency (DARPA), Arlington, Virginia, is the contracting activity (HR0011-15-C-0126).

*Small business

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $430,878,490 cost-plus-incentive-fee, fixed-price-incentive-firm contract for non-air vehicle spares, support equipment, Autonomic Logistics Information System hardware and software upgrades, supply chain management, full mission simulators and non-recurring engineering services in support of low-rate initial production Lot 9 F-35 Lightning II Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, non-Department of Defense participants, and foreign military sales (FMS) customers.  Work will be performed in Orlando, Florida (70 percent); Fort600px-US-DeptOfNavy-Seal.svg Worth, Texas (17 percent); El Segundo, California (7 percent); Owego, New York (4 percent); Greenville, South Carolina (1 percent); and Samlesbury, United Kingdom (1 percent), and is expected to be completed in January 2022.  Fiscal 2013 and 2014 aircraft procurement (Air Force, Marine Corps, and Navy); fiscal 2014 and 2015 other procurement (Navy); non-Department of Defense participants, and FMS funds in the amount of $430,878,490 will be obligated at time of award, $3,889,294 of which will expire at the end of the current fiscal year. This contract combines purchases for the Air Force ($136,308,496; 32 percent); Navy ($30,326,973; 7 percent); Marine Corps ($32,762,358; 8 percent); non-Department of Defense participants ($187,885,664; 44 percent); and FMS customers ($43,594,999; 10 percent) under the FMS program.  This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-0114).

Raytheon Technical Services Co. LLC, Indianapolis, Indiana, is being awarded $37,359,552 for firm-fixed-price delivery order 2100 against a previously issued basic ordering agreement (N00019-10-G-0006) for the procurement of 228 LAU-115 guided-missile launchers for the Navy (220) and the government of Switzerland (8) and 30 LAU-116 guided-missile launchers for the Navy.  These missile launchers will enable F/A-18 aircraft to carry and launch AIM-120 and AIM-9X missiles.  Work will be performed in Indianapolis, Indiana, and is expected to be completed in October 2018.  Fiscal 2013 and 2015 aircraft procurement (Navy) and foreign military sales funds in the amount of $37,359,552 are being obligated on this contract, $29,660,180 of which will expire at the end of the current fiscal year.  This contract combines purchases for the Navy ($36,281,000; 97 percent) and the government of Switzerland ($1,078,552; 3 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., Integrated Defense Systems, Portsmouth, Rhode Island, is being awarded a $33,000,000 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0012) for the procurement of 10 MH-60R full-rate production Airborne Low Frequency Sonar Lot XII systems.  Work will be performed in Brest, France (59 percent); Portsmouth, Rhode Island (37 percent); and Johnstown, Pennsylvania (4 percent), and is expected to be completed in February 2018.  Fiscal 2013 aircraft procurement (Navy) funds in the amount of $33,000,000 are being obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Integrated Defense Systems, Portsmouth, Rhode Island, is being awarded a $29,746,484 modification to previously awarded contract N00024-11-C-6410 to exercise option year four for the production of MK54 Mod 0 Lightweight Torpedo (LWT) kits and related engineering and repair services for upgrade of Navy LWTs.  This modification also involves foreign military sales to India, Turkey and Australia.  Although the MK54 Mod 0 LWT is primarily intended as an anti-submarine torpedo for littoral scenarios, its basic capabilities includes operation in both shallow and deep water acoustic environmental conditions, and exceeds MK46 Anti-Submarine Warfare capabilities in deep-water scenarios. This option exercise provides the Navy with a quantity of 100 MK54 Mod 0 LWT kits including warranty and a quantity of 68 foreign military sales MK54 Mod 0 LWT kits including warranty and spares.  Work will be performed in Keyport, Washington (80 percent); and Portsmouth, Rhode Island (20 percent), and is expected to be completed by September 2017.  Fiscal 2015 weapons procurement (Navy), foreign military sales, and fiscal 2015 operation and maintenance (Navy) funding in the amount of $54,218 is being obligated, and will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Booz Allen Hamilton, McLean, Virginia, is being awarded a $26,765,034 cost-plus-fixed-fee, cost-reimbursable contract to provide services in support of the Naval Air Warfare Center Aircraft Division’s Special Communications Mission Solutions 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 communications-electronics advanced technology systems.  Work will be performed in St. Inigoes, Maryland (98 percent); and Indiana, Pennsylvania (2 percent), and is expected to be completed in March 2017.  Fiscal 2015 Navy working capital funds in the amount of $4,288,803 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S.Code 2304(c)(1).  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-15-C-0027).

MEB General Contractors, Chesapeake, Virginia, is being awarded a $22,944,000 firm-fixed-price contract to replace and alter fuel distribution facilities at Craney Island and Defense Fuel Support Point (DFSP) Yorktown.  The work to be performed provides for the required infrastructure improvements at the Craney Island facility to accommodate the F-24 fuel including changing out pumping and piping from existing dual JP-5 bulk storage tanks (numbers 501 and 502), distribution of the new F-24 product, and relocation of equipment that is currently being used at DFSP Yorktown.  The contract also contains two unexercised options, which if exercised, would increase the cumulative contract value to $24,541,000.  Work will be performed in Yorktown, Virginia, and is expected to be completed by June 2017.  Fiscal 2015 military construction, (Defense Logistics Agency) contract funds in the amount of $22,944,000 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-0022).

The Whiting-Turner Contracting Co., Baltimore, Maryland, is being awarded $22,856,626 for firm-fixed-price task order 0014 under a previously awarded multiple award construction contract (N40085-10-D-5330) for construction of a special operations training complex at Marine Corps Base, Camp Lejeune.  The work to be performed provides for the construction of a multi-story building which includes a simulated entry point, headquarters, embassy offices, a tactical exercise control group center, weapons storage and instructor spaces.  The building requires a hardened exterior shell, which can be used for repelling and training purposes and a passenger/freight elevator.  Construction also includes two separate single-story buildings with interior concrete masonry unit walls on pile foundations with structural steel framing, reinforced masonry walls, brick veneer, reinforced concrete foundation and floors, and standing seam metal roofs.  Twelve small single-story buildings will be demolished as part of this project.  Work will be performed in Jacksonville, North Carolina, and is expected to be completed by March 2017.  Fiscal 2014 military construction, (Navy) contract funds in the amount of $22,856,626 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.

Insight Pacific LLC,* Anaheim, California, is being awarded $13,385,000 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract (N62478-14-D-4000) for repair of exterior windows throughout Building 67 at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility at Joint Base Pearl Harbor-Hickam.  The work to be performed provides for replacement of deteriorated/damaged metal window frames, clerestory and low monitor window frames, glazing, window hardware operators and sealant.  Project will also remove hazardous materials; repair supporting walls, sills, metal panels, and steel framing; restore openings with translucent corrugated panels back to fixed glazed windows; prepare, patch, and repaint interior and exterior surfaces; remove and reinstall obstructions and penetrations as needed.  Construction scope of work includes providing a clear heat-resistant film on the south and east elevation windows, which would allow Building 67 equipment (lathes) to operate within tolerances.  Work will be performed in Oahu, Hawaii, and is expected to be completed by July 2017.  Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $13,385,000 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.

Northrop Grumman Systems Corp., Falls Church, Virginia, is being awarded a $14,150,405 cost-plus-incentive-fee, cost-plus-fixed-fee, cost, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Advanced Explosive Ordnance Disposal Robotic System Increment 1, dismounted operations variant.  Northrop Grumman will procure and integrate the handheld operator control unit, communications link, mobility capability module, master capability module, power capability module, manipulator capability module, end effector capability module, visual sensors capability module, autonomous behaviors capability module and other minor components that comprise the dismounted operations system.  The contract includes options which, if exercised, would bring the cumulative value of the contract to $483,328,860.  Work will be performed in Huntsville, Alabama, and is expected to be complete in August 2017.  Fiscal 2015 research, development, test and evaluation (Navy) funding in the amount of $3,482,667 is being obligated at time of 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 five offers received.  The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-15-D-0011).

DDL OMNI Engineering LLC,* McLean, Virginia, is being awarded $10,900,000 for cost-plus-fixed-fee delivery order 0001 against a previously issued basic ordering agreement (N68335-14-G-0057) for work associated with Phase III Small Business Innovation Research (SBIR) efforts. These efforts include SBIR Topic N00-123, entitled “Ship Mission Readiness Measurement System.”  Work will be performed in McLean, Virginia, and is expected to be completed in August 2018.  Fiscal 2015 operation and maintenance (Navy) funds in the amount of $600,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Technology and Supply Management LLC,* Fairfax, Virginia, is being awarded an $8,165,877 cost-plus-fixed-fee contract for configuration management, integration, and training on the Army’s Persistent Ground Surveillance System programs in support of the Naval Air Warfare Center Aircraft Division’s Special Surveillance Programs Division.  Work will be performed in Point Mugu, California (44 percent); Ridgecrest, California (36 percent); Huntsville, Alabama (10 percent); Rio Grande Valley, Texas (3 percent); Fairfax, Virginia (2 percent); Patuxent River, Maryland (1 percent); and at various locations outside the continental U.S. (4 percent), and is expected to be completed in September 2016.  Fiscal 2015 working capital funds (Navy) in the amount of $1,225,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1).  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-15-C-0369).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Raytheon Co. – Integrated Defense Systems, Tewksbury, Massachusetts, has been awarded a not-to-exceed $175,081,326 undefinitized contract action contract for Phase II of the Qatar Air and Missile Defense Operations Center (ADOC) program. Contractor will provide for the procurement, delivery, and installation of the Qatar ADOC as well as the future integration of multiple air and missile systems into the ADOC. Contract types associated with this effort will be cost-plus-incentive-fee, firm-fixed-price, cost-plus-fixed-fee, cost-plus-fixed-fee level-of-effort, and cost-reimbursable. This is a Foreign Military Sales acquisition between the U.S. government, Air Force Life Cycle Management Center, and the state of Qatar described in the letter of offer and acceptance dated July 14, 2014. Work will be performed at Tewksbury, Massachusetts; and the State of Qatar, and is expected to be complete by Feb. 28, 2022. This award is the result of a sole-source acquisition and will use fiscal 2015 foreign military sales funds. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-15-C-0002).

Northrop Grumman Technical Services, Herndon, Virginia, has been awarded a $13,143,496 cost-reimbursable contract line-item number delivery order (0049) for the Forward Fuel Cell Tank Reliability Improvement Program. Contractor will fund material and transportation for the Forward Fuel Cell Tank Reliability Improvement Program to the KC-10 contractor logistic support program. Work will be performed worldwide to include McGuire Air Force Base, New Jersey; Travis Air Force Base, California; and Tinker Air Force Base, Oklahoma, and is expected to be complete by Sept. 30, 2015. Fiscal 2015 operations and maintenance funds in the amount of $13,143,496 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-10-D-0001).

Telecommunication Support Services Inc., Melbourne, Florida, has been awarded an $8,865,684 firm-fixed-price modification to exercise Option 1 of FA4890-14-C-0013-P0009 for Mobile Air Surveillance System technical support. Contractor will provide operations and support at the Joint Inter-Agency Task Force-South satellite communications facility in Key West, Florida; and Mobile Air Surveillance System mission support activities throughout the Southern Command area of responsibility, primarily in Colombia. Work will be performed in multiple locations and is expected to be complete by Sept. 16, 2016.  This award is the result of a competitive acquisition and five offers were received. Fiscal 2016 operations and maintenance funds are being used and no funds were obligated at the time of award. Headquarters Air Combat Command, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-14-C-0013-P0009).

United Paradyne Corp., Santa Maria, California, has been awarded an $8,536,102 option modification (P00149) to previously awarded contract FA4610-10-C-0008 for aerospace support services. Contractor will provide provides management, operations, maintenance and services to support launch programs for unconventional propellants, cryogenics and fuels accountability, personnel safety equipment, hazardous operations support, fleet management, systems and safety engineering, transient aircraft maintenance/aerospace ground equipment, and precision measurement equipment laboratory services. Work will be performed at Vandenberg Air Force Base, California, and is expected to be complete by Sept. 30, 2016.  Fiscal 2016 funds are being used and no funds were obligated at the time of award. The 30th Space Wing contracting office, Vandenberg Air Force Base, California, is the contracting activity.

ARMY

Navistar Defense LLC, Lisle, Illinois, was awarded a $368,932,767 firm-fixed-price foreign military sales contract (Afghanistan) for 2,293 medium tactical vehicles. Work will be performed in West Point, Mississippi; Ooltewah, Tennessee; Marion, Wisconsin; Springfield, Ohio; and Mercer, Pennsylvania, with an estimated completion date of Nov. 30, 2019.  One bid was solicited with one received.  Fiscal 2014 other procurement funds in the amount of $368,932,767 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0207).

PAE Professional Services, Falls Church, Virginia, was awarded a $90,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for construction security monitoring services. Funding and work location will be determined with each order, with an estimated completion date of April 17, 2020.  Bids were solicited via the Internet with 12received.  Army Corps of Engineers, Far East, APO AP, is the contracting activity (W912UM-15-D-0022).

Granite Construction Co., Watsonville, California, was awarded a $71,902,340 firm-fixed-price, incrementally-funded multi-year contract with options for dam modification and ancillary projects in Harris and Ft. Bend counties, Texas, with an estimated completion date of May 17, 2019.  Bids were solicited via the Internet with two received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of Department of the Army$18,644,000 were obligated at the time of the award. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W9126G-15-C-0037).

Raytheon, Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $41,566,755 modification (P00029) to foreign military sales contract W31P4Q-13-C-0129 (Jordan, Estonia) for Javelin Block 1 tactical rounds (quantity 354), tripods (quantity 36), and golden units (quantity 1).  Work will be performed in Tucson, Arizona, with an estimated completion date of Aug. 31, 2023.  Fiscal 2015 other procurement funds in the amount of $41,566,755 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Raytheon Co., McKinney, Texas, was awarded a $38,157,300 firm-fixed-price foreign military sales contract (Morocco) for 200 thermal receiver units. Work will be performed in McKinney, Texas, with an estimated completion date of Aug. 27, 2017.  One bid was solicited with one received.  Fiscal 2010 other procurement funds in the amount of $18,697,077 were obligated at the time of the award. Army Contracting Command, Alexandria, Virginia, is the contracting activity (W909MY-15-C-0024).

Ames Construction Inc., Burnsville, Minnesota, was awarded a $36,266,560 firm-fixed-price, incrementally-funded contract for irrigation and bypass construction on the Yellowstone River, Glendive, Montana, with an estimated completion date of Feb. 16, 2018.  Bids were solicited via the Internet with nine received.  Fiscal 2015 other procurement funds in the amount of $19,400,000 were obligated at the time of the award.  Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-15-C-0024).

NetCentrics Corp., Herndon, Virginia, was awarded an $18,062,724 firm-fixed-price, incrementally-funded contract with options for information technology support to the Army Information Technology Agency, Washington, District of Columbia, with an estimated completion date of Aug. 29, 2018.  Bids were solicited via the Internet with four received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $11,440,763 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-F-4021).

Textron Systems Marine and Land Systems, New Orleans, Louisiana, was awarded a $17,434,922 cost-plus-fixed-fee foreign military sales contract (Afghanistan) for Mobile Strike Force Vehicle (MSFV) training support the Afghan National Army.  . Work will be performed in Afghanistan with an estimated completion date of Aug. 31, 2016.  Bids were solicited via the Internet with one received.  Fiscal 2014 other procurement funds in the amount of $17,434,922 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0108).

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $14,813,184 firm-fixed-price foreign military sales contract (Taiwan) for trained pilots and maintenance operations for the UH-60M to support the fielding of new aircraft as well as the storage of four UH60s. Work will be performed in West Palm Beach, Florida, with an estimated completion date of Aug. 27, 2016.  Bids were solicited via the Internet with one received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $14,813,184 were obligated at the time of the award. Army Contracting Command, Ft. Bragg, North Carolina, is the contracting activity (W91247-15-C-0028).

The Dutra Group, San Rafael, California, was awarded a $14,329,929 firm-fixed-price, multi-year contract with options for maintenance dredging in the inner and outer harbors of Oakland, California, with an estimated completion date of Jan. 25, 2016.  Bids were solicited via the Internet with two received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $14,329,929 were obligated at the time of the award.  Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-15-C-0015).

Inland Dredging Co. LLC,* Dyersburg, Tennessee, was awarded a $12,621,950 firm-fixed-price contract with options maintenance dredging of the Calcasieu River, Louisiana, with an estimated completion date of May 27, 2016.  Bids were solicited via the Internet with five received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $12,621,950 were obligated at the time of the award.  Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-15-C-0058).

Fidelity Technologies Corp.,* Reading, Pennsylvania, was awarded a $8,948,799 firm-fixed-price contract to devise technical and maintenance training materials for the PC-12NG aircraft used by the Afghan National Security Force . Work will be performed in Reading, Pennsylvania, with an estimated completion date of Aug. 31, 2016.  Bids were solicited via the Internet with four received.  Fiscal 2015 other procurement (Army) funds in the amount of $8,948,799 were obligated at the time of the award.  Army Program Executive Office Simulation, Training & Instrumentation, Orlando, Florida, is the contracting activity (W900KK-15-C-0039).

E.P. Doyle & Son LLP,* Wheaton, Illinois, was awarded a $8,887,648 firm-fixed-price contract for construction of a power distribution building facility and installation of a standby power system at the Chicago Sanitary and Ship Canal Barrier I Backup Power and Control Gear Building, Romeoville, Illinois, with an estimated completion date of  July 20, 2016.  Bids were solicited via the Internet with six received.  Fiscal 2015 other procurement funds for $8,887,648 were obligated at the time of the award. Army Corps of Engineers, Chicago, Illinois, is the contracting activity (W912P6-15-C-0014).

BAE Systems Technology Solutions & Services, Rockville, Maryland, was awarded a $7,763,747 cost-plus-fixed-fee, incrementally-funded contract with options for material maintenance, transportation, and supply services, of U.S. Army Garrison-Hawaii, and all subordinate organizations and units. Work will be performed at Schofield Barracks, Hawaii, with an estimated completion date of Feb. 28, 2016.  One bid was solicited with one received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $1,700,000 were obligated at the time of the award. Army Contracting Command, Ft. Shafter, Hawaii, is the contracting activity (W912CN-15-C-0015).

Lakeview Center Inc., Pensacola, Florida, was awarded a $7,737,646 firm-fixed-price contract with options under the Ability One Program for dining facility attendant and contingency cook services, Joint Base Lewis-McChord, Washington, with an estimated completion date of May 31, 2020.  Bids were solicited via the Internet with one received.  Funding and work location will be determined with each order.  Army Contracting Command, Joint Base Lewis-McChord, Washington, is the contracting activity (W911S8-15-D-0005).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Exelis Inc., Clifton, New Jersey, has been awarded a maximum $38,209,265 cost-plus-fixed-fee contract for electronic countermeasures set line replacement units for aircraft. This was a sole-source acquisition using the justification of 10 U.S. Code 2304(c)(1). This is a three-year base contract with no option periods. Location of performance is New Jersey, with an Aug. 30, 2018, performance completion date. Using service is Air Force. Type of appropriation is fiscal 2015 through fiscal 2018 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-15-C-0011).

Coachys and Associates,** Canton, Georgia, has been awarded a maximum $14,318,625 modification (P00005) exercising the first one-year option period of a one-year base contract (SPE1C1-15-D-1010) with one one-year option period for extreme cold/wet weather parkas and jackets. This is a firm-fixed-price contract. Locations of performance are Georgia and Tennessee, with an Aug. 30, 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.

Tennier Industries Inc.,* Boca Raton, Florida, has been awarded a maximum $13,247,410 modification (P00007) exercising the first one-year option period of a one-year base contract (SPE1C1-15-D-1011) with one one-year option period for extreme cold/wet weather parkas and jackets. This is a firm-fixed-price contract. Locations of performance are Florida and Tennessee, with an Aug. 30, 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.

*Small business

**Service-disabled, veteran-owned small business

AIR FORCE

Baker-Stanley-Cardno JV, Moon Township, Pennsylvania (FA8903-15-D-0003); Merrick-Atkins Joint Venture LLP, Greenwood Village, Colorado (FA8903-15-D-0010); and Parsons Government Services Inc., San Antonio, Texas (FA8903-15-D-0013), have been awarded an indefinite-delivery/indefinite-quantity contract with a program ceiling of $950,000,000 for Architect-Engineering 2013 Design and Construction Services. Contractor will provide architect- engineering services to support military construction, military family housing and sustainment, restoration and modernization programs worldwide.  The work includes efforts to perform Title I,356px-Seal_of_the_US_Air_Force.svg Title II, and other architect-engineering services to administer, coordinate, and technically support the Air Force Civil Engineer’s military construction, military family housing (to include Military Housing Privatization Initiatives), sustainment, restoration and modernization program areas, and other areas of essential support worldwide. Work will be performed at various government installations worldwide and is expected to be complete by Aug. 27, 2022.  This award is the result of a competitive acquisition and 83 offers were received. Fiscal 2015 operations and maintenance funds in the amount of $9,000 are being obligated at the time of award. The 772nd Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity.

Aleut O&M Services LLC, Colorado Springs, Colorado, has been awarded a $395,000,000 indefinite-delivery/indefinite-quantity for Cape launch operations and infrastructure support. Contractor will provide for operations, maintenance and engineering support for facilities and systems. Work will be performed at Cape Canaveral Air Force Station, Florida, and is expected to be complete by Nov. 30, 2021. This award is the result of a competitive acquisition and eight offers were received. Fiscal 2016 operations and maintenance funds in the amount of $810,223 are being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity (FA2521-15-D-0008).

The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $46,719,474 fixed-price-incentive-firm, cost-plus-fixed-fee, and cost-no-fee contract for seven full-rate production Combat Network Communication Technology upgrade kits for the B-52 bomber. Contractor will provide seven upgrade kits along with associated support equipment, and installation engineering support for the Air Force program depot maintenance line.  This contract also provides for 21 retrofit kits to convert previously purchased B-52 Combat Network Communication Technology kits from a low-rate initial production configuration to the full-rate production configuration. Work will be performed at Oklahoma City, Oklahoma, and is expected to be complete by May 30, 2017. This award is the result of a sole-source acquisition and fiscal 2015 aircraft procurement funds in the amount of $46,719,474 are being obligated at the time of award. The Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8628-15-C-2251).

Wolf Creek Federal Services Inc., Anchorage, Alaska, has been awarded a $19,050,151 option modification (P00003) to the previously awarded contract FA2521-15-C-0063 for range operations support. Contractor will provide for non-mission support communications for the Eastern Range and Western Range; and base operating support and logistics for the Eastern Range, primarily Ascension Auxiliary Air Field. Work will be performed at Patrick Air Force Base, Florida; Cape Canaveral Air Force Station, Florida, and Ascension Auxiliary Air Field, Florida, and is expected to be complete by Sept. 30, 2016. Fiscal 2015 operations and maintenance funds are being used and no funds were obligated at the time of award. 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity.

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, has been awarded a $15,121,851 modification (P00148) to the previously awarded contract FA8625-12-C-6598 for the Large Aircraft Infrared Counter Measures Viper 2.1 lasers. The contractor will provide 106 Viper 2.1 lasers as a part of this contract effort. Work will be performed at Rolling Meadows, Illinois, and is expected to be complete by April 29, 2017. This contract involves foreign military sales. Fiscal 2013, 2014, and 2015 aircraft procurement, National Guard, Navy and overseas contingency operations funds in the amount of $15,121,851 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Range Generation Next LLC, Sterling, Virginia, has been awarded a $6,511,600 cost-plus-fixed-fee modification (P00012) to the previously awarded contract FA8806-15-C-0001 for launch and test range system support function to the Western Range in support of the Building 7000 relocation task. Contractor will execute pre-staging efforts, initiate a portion of the range system relocations, and ensure completion of all infrastructure installation prior to initiating range downtime scheduled from March 8, 2016, through August 28, 2016. Work will be performed at Vandenberg Air Force Base, California, and is expected to be complete by April 4, 2016. Fiscal 2015 operations and maintenance funds in the amount of $6,511,600 are being obligated at the time of award. Headquarters Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

720px-US-DefenseInformationSystemsAgency-Logo.svgDEFENSE INFORMATION SYSTEMS AGENCY

Microsoft Corp. Redmond, Washington, was awarded an increased ceiling modification to the established firm-fixed-price, single award, indefinite-delivery/indefinite-quantity contract for Microsoft enterprise technical support services, necessary to obtain highly trained Microsoft Blue Badge Cardholder support.  These services require access rights to Microsoft’s proprietary (closed-source) code, which is licensed under exclusive legal right of Microsoft, and are required to support the Department of Defense’s mission.  The total cumulative of the contract was increased by $162,760,000 from $412,240,000 to $575,000,000. The period of performance remains as a one-year base period and four one-year option periods for a total period of five years.  Performance will predominantly be within the continental U.S.; however, support services may also be required at multiple locations outside the continental U.S. A proposal was solicited via electronic means to Microsoft and received. The notice of intent was posted on Aug. 6, 2015, on the Federal Business Opportunity portal. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1028-13-D-0013-P00008). (Awarded Aug. 27, 2015)

ARMY

Thales Raytheon Systems Co. LLC, Fullerton, California, was awarded a $82,606,668 cost-plus-fixed-fee, multi-year, foreign military sales contract (Finland, Lithuania, Netherlands, Chile) for sentinel radar technical/logistical services.  Funding and work location will be determined with each order, with an estimated completion date of Dec. 31, 2018.  One bid was solicited with one received.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-D-0058).

Vectrul Systems Corp., Colorado Springs, Colorado, was awarded a $46,795,818 modification (P00013) to foreign military sales contract W52P1J-15-C-0016 (Egypt, Iraq, Spain, United Arab Emirates) for receiving, repairing, maintaining, storing, preparing for issue, and issuing Army Prepositioned Stock-5 equipment in Southwest Asia in support of the 401st Army Field Support Battalion in Kuwait with an estimatedDepartment of the Army completion date of Feb. 28, 2017.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $24,948,540 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, was awarded a $35,372,762 cost-plus-fixed-fee, fixed-price incentive, and firm-fixed-price hybrid contract with options for engineering and manufacturing development and low-rate initial production of the Common Infrared Countermeasure program.  Work will be performed in Rolling Meadows, Illinois, with an estimated completion date of Oct. 28, 2017.  Bids were solicited via the Internet with two received.  Fiscal 2015 research, development, testing, and evaluation funds in the amount of $35,372,762 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-C-0067).

Rockford Corp.,* Anchorage, Alaska, was awarded a $33,977,042 firm-fixed-price contract to construct a jet fuel (JP-8) hydrant system at Grissom Air Reserve Base, Peru, Indiana, with an estimated completion date of May 31, 2017.  Bids were solicited via the Internet with three received.  Fiscal 2015 military construction funds in the amount of $33,977,042 were obligated at the time of the award. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-15-C-0026).

Sheffield Korte JV,* Lawton, Oklahoma, was awarded a $21,427,802 firm-fixed-price, multi-year contract to design and build an Army Reserve center in Waldorf, Maryland, with an estimated completion date of Sept. 30, 2017.  Bids were solicited via the Internet with 14 received.  Fiscal 2015 military construction, and operations and maintenance (Army) funds in the amount of $21,427,802 were obligated at the time of the award. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-15-C-0027).

Southern Contracting LLC, Newbern, Tennessee, was awarded a $19,394,506 firm-fixed-price contract for the Grand Prairie Widen Canal Reservoir project. Work will be performed in Davis Bluff, Arkansas, with an estimated completion date of July 6, 2018.  Bids were solicited via the Internet with four received.  Fiscal 2015 other procurement funds in the amount of $19,394,506 were obligated at the time of the award. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-15-C-0009).

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $17,200,000 firm-fixed-price foreign military sales contract (Morocco) for removal and disposal of 50 M1A1 frontal turret armor packages, and installation of M1A1 situational awareness frontal turret armor packages. Work will be performed in Lima, Ohio; and Sterling Heights, Michigan, with an estimated completion date of Nov. 30, 2016.  One bid was solicited with one received.  Fiscal 2010 other procurement funds in the amount of $10,724,907 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0227).

Atlantic Diving Supply Inc.,* Virginia Beach, Virginia, was awarded a $6,593,520 firm-fixed-price, multi-year contract with options for the SAROS battlefield oxygen system and accessories.  Funding and work location will be determined with each order, with an estimated completion date of Aug. 27, 2019.  Bids were solicited via the Internet with two received.  Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity (W81XWH-15-D-0046).

600px-US-DeptOfNavy-Seal.svgNAVY

Northrop Grumman Systems Corp., Linthicum, Maryland, is being awarded a $58,706,242 cost-plus-incentive-fee contract for the procurement of Ground/Air Task Oriented Radar Increment II Ground Weapons Locating Radar software, along with technical data packages, anti-tamper planning and developmental testing support.  Work will be performed in Linthicum, Maryland, and is expected to be completed by Aug. 31, 2018.  Fiscal 2015 research, development, test and evaluation (Marine Corps) funds in the amount of $19,920,025 will be obligated at the time of award.  No contracts funds will expire the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1).  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-15-C-0230).

General Dynamics Information Technology Inc., Fairfax, Virginia, is being awarded a $39,777,752 indefinite-delivery/indefinite-quantity contract to provide engineering and technical services for the operations, maintenance and repair required for acoustic data acquisition, test range/support systems, and acoustic data analysis conducted at the Naval Surface Warfare Center Carderock Division Acoustic Research Detachment.  Work will be performed in Bayview, Idaho, and is expected to complete by August 2020.  Fiscal 2015 research, development, test and evaluation (Navy) funding; working capital funds; and fiscal 2015 other procurement (Navy) funding in the amount of $2,775,000 will be obligated at time of 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 one offer received.  The Naval Surface Warfare Center, Carderock Division, West Bethesda, Maryland, is the contracting activity (N00167-15-D-0005).

L-3 Vertix Aerospace LLC, Madison, Mississippi, is being awarded a $21,371,269 firm-fixed-price, cost reimbursement, indefinite-delivery/indefinite-quantity contract for the procurement of business jet training services in support of contracted air services basic training, large national exercises, and small, single unit training exercises.  Missions include maritime air patrol, low/slow terrorist aircraft, air interdiction training, helicopter maritime strike weapons school, laser training, fixed-wing ground control approach training, lost homing direction training, and air intercept/anti-submarine training.  These services support training requirements through air intercept control, anti-submarine tactical attack control, tracking exercises, electronic warfare missions, banner tows and target tows.  Work will be performed in Virginia Beach, Virginia (51 percent); and the Naval Air Station North Island, California (49 percent), and is expected to be completed in August 2016.  Fiscal 2015 operation and maintenance (Navy) funds in the amount of $1,856,903 are being obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposal; and one offer was received.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-D-0022).

Phoenix International Holdings Inc., Largo, Maryland, is being awarded a $15,155,333 modification to previously awarded contract N00024-14-C-4107 to exercise options for management, technical, engineering, and logistics support services and associated supplies and equipment necessary to operate and maintain the Navy’s submarine rescue system.  The contractor is responsible for providing appropriate and sufficient personnel and services necessary for the mobilization, operation, storage, logistic support, repair and maintenance of the rescue systems that support response requirements. The contractor is responsible to ensure the rescue systems are maintained in a high state of readiness to support a rapid worldwide deployment on a 24-hour-per-day, 7-day-a week basis.  Work will be performed in San Diego, California, and is expected to be completed by August 2016.  Fiscal 2015 operations and maintenance (Navy), and fiscal 2015 other procurement (Navy)  funding in the amount of $5,288,972 will be obligated at the 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.

Puglia Engineering Inc., Bellingham, Washington (N4523A-12-D-0005); Pacific Ship Repair and Fabrication Inc., San Diego, California (N4523A-12-D-0006); Delphinus Engineering Inc., Eddystone, Pennsylvania (N4523A-12-D-0009); Q.E.D. Systems Inc., Virginia Beach, Virginia (N4523A-12-D-0008); Walashek Industrial and Marine, Tukwila, Washington (N4523A-12-D-0004); and Propulsion Controls Engineering, Everett, Washington (N4523A-12-D-0007), are each being awarded $15,000,000 modifications to a previously awarded multiple award contract to exercise an option for accomplishment of the repair and maintenance requirements on Navy waterborne vessels, surface ships and submarines.  Exercising option year four will provide continued ship and vessel repair projects that may include: docking the ship/vessel and accomplishing the required ship/vessel husbandry; welding; blasting; mechanical systems repair; and electrical/electronic alterations.  The contractors will provide and are responsible for all labor, management, supervision, coordination, quality control, quality assurance, quality management, safety management, environmental management, material, equipment and transportation.  Work will be performed in ship homeports in the northwestern U.S. or at contract facilities as needed, and is expected to complete by September 2016.  No funding is being obligated at time of award.  Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity.

Northrop Grumman Systems Corp., ES Power/Control Systems, Sykesville, Maryland, is being awarded a $7,595,000 firm-fixed-price modification to previously awarded contract N00024-04-C-4201 for the procurement of 14 automatic voltage regulator production units required for the replacement of obsolete and unreliable turbine generator voltage regulators for Nimitz-class aircraft carriers.  Work will be performed in Sykesville, Maryland, and is expected to be completed by August 2017.  Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $7,595,000 will be obligated at the 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.

Computer Sciences Corp., Stafford, Virginia, is being awarded $20,711,981 for modification P00012 to previously awarded cost-plus-fixed-fee contract M00264-14-C-1014.  This modification increases the basic value of the contract and provides for the exercise of an option for continued services to support the Headquarters, Marine Corps, programs and resources, Technology Services Organization-required contractor services as an enterprise business systems integrator for the Marine Corps.  These services include development, design, production and sustainment support of enterprise-class information technology systems; particularly business systems including, but not limited to, pay, personnel, budget execution, orders writing, accounting and installation systems for the Marine Corps, as well as Department of Defense components, services and agencies on a reimbursable basis.  Work will be performed in Arlington, Virginia, and work is expected to be completed Feb. 28, 2016.   Fiscal 2015 operations and maintenance funds in the amount of $11,227,014 will be obligated at the time of award and will expire at the end of the current fiscal year.  Regional Contracting Office, National Capital Region, Quantico, Virginia, is the contracting activity.

Alpha Marine Services LLC, Galliano, Louisiana, was awarded a $6,965,712 firm-fixed-priced contract for the time charter of six tractor-like tugs in support of Navy bases at Kings Bay, Georgia; and Mayport, Florida.  This contract includes three 12-month options and one 11-month option which, if exercised, would bring the cumulative value of this contract to $35,918,232.  Work will be performed in Kings Bay, Georgia (50 percent); and Mayport, Florida (50 percent), and is expected to be completed by July 2020.   Working capital funds in the amount of $6,965,712 are obligated.  Funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with two offers received.  The Military Sealift Command, Washington, District of Columbia, is the contracting activity (N62387-15-C-2100). (Awarded April 22, 2015)

DEFENSE LOGISTICS AGENCY

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a maximum $10,304,533 modification (P00002) for a two-year base contract (SPE7MX-15-D-0094) with three one-year option periods adding heads-up display units for aircraft. Location of performance is Iowa, with a Sept. 1, 2017, performance completionDefense_Logistics_Agency date. Using military service is Air Force. Type of appropriation is fiscal 2016 through fiscal 2017 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio.

*Small business

600px-US-DeptOfNavy-Seal.svgNAVY

The Boeing Co., Seattle, Washington, is being awarded a $1,489,387,310 modification to a previously awarded firm-fixed-price contract (N00019-14-C-0067) for the manufacture and delivery of nine Navy full-rate production (FRP) Lot II P-8A aircraft, and four Royal Australian Air Force FRP Lot II P-8A aircraft.  In addition, this modification provides for the procurement of long-lead parts associated with the manufacture of 20 P-8A FRP Lot III aircraft for the Navy (16) and the government of Australia (4).  This modification also provides for FRP Lot II segregable efforts including unknown obsolescence, class I change assessment, obsolescence monitoring, integrated baseline/program management reviews, two advance airborne sensor A-kits, and life-of-type buy items associated with the electronic support measure.  Work will be performed in Seattle, Washington (80 percent); Baltimore, Maryland (3 percent); Greenlawn, New York (2.8 percent); Cambridge, United Kingdom (1.7 percent); North Amityville, New York (1.1 percent); Rockford, Illinois (0.9 percent); Rancho Santa Margarita, California (0.7 percent); Salt Lake City, Utah (0.6 percent); and various other locations within the continental U.S. (9.2 percent), and is expected to be completed in December 2018.   Fiscal 2015 aircraft procurement (Navy) funds in the amount of $1,057,056,575, and cooperative partner funds in the amount of $2,400,000 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 ($1,057,056,575; 71 percent) and the government of Australia ($432,330,735; 29 percent) under a cooperative agreement.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $89,265,000 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0070).  This modification provides for the system development and demonstration Phase I Increment 2, for the first aircraft arrival and initial operations in support of the F-35A conventional take-off and landing (CTOL) air system for the government of Israel under the Foreign Military Sales program.  This modification includes the development and demonstration, integration and sustainment planning for the Israel F-35A CTOL Air System.  Work will be performed at Fort Worth, Texas (67 percent); Redondo Beach, California (12 percent); Orlando, Florida (10 percent); Samlesbury, United Kingdom (7); and Newtown, Pennsylvania (4 percent), and is expected to be completed in March 2020.  Foreign military sales funds in the amount of $10,000,000 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.

Marvin Engineering Inc., Inglewood, California, is being awarded $16,319,520 for firm-fixed-price delivery order 0014 against a previously issued basic ordering agreement (N00019-11-G-0009) for the procurement of 420 LAU-127 guided missile launchers to enable the F/A-18 aircraft to carry and launch AIM-120 and AIM-9X missiles.  Work will be performed in Inglewood, California, and is expected to be completed in May 2020.  Fiscal 2013 aircraft procurement (Navy) funds in the amount of $16,319,520 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Science Applications International Corp., McLean, Virginia, is being awarded an $11,838,878 cost-plus-fixed-fee definitive contract for MH-60 weapon systems support and sustainment.  The MH-60 weapon systems consist of the MH-60R and the MH-60S helicopters.  The MH-60R is the Navy’s primary anti-submarine and anti-surface warfare platform and the most advanced maritime multi-mission helicopter in operation and deployed globally. The MH-60S is the Navy’s maritime workhorse, performing missions from vertical replenishment to Medevac.  The anticipated contract will support MH60R and MH60S helicopter production efforts.  This contract combines purchases for the Navy (92 percent) and the governments of Denmark (2 percent), Australia (2 percent), Saudi Arabia (2 percent), and Brazil (2 percent) under the Foreign Military Sales program.  Work will be performed in Crane, Indiana (75 percent); Indianapolis, Indiana (25 percent), and is expected to be completed by September 2017.  Fiscal 2014 procurement aircraft (Navy) funds in the amount of $376,491 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with the statutory authority of 10 U.S. Code 2304(c) (1) as implemented by Federal Acquisition Regulation 6.302-1 – only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center-Crane Division, Crane, Indiana, is the contracting activity (N00164-15-C-JN32).

Insitu Inc., Bingen, Washington, is being awarded $8,810,938 for firm-fixed-price delivery order 0042 against a previously issued basic ordering agreement (N00019-12-G-0008) for interim contractor services in support of the RQ-21 Blackjack program.  Services include logistics, training and field service representative support.  Work will be performed at Marine Corps Air Station, Cherry Point, North Carolina (60 percent); and Bingen, Washington (40 percent), and is expected to be completed in February 2016.  Fiscal 2015 procurement (Marine Corps) funds in the amount of $4,596,890 will be 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.

Science Applications International Corp., McLean, Virginia, is being awarded an $8,330,800 modification to previously awarded contract N00024-15-C-5103 to exercise option year two for engineering support services in support of Program Executive Office for Integrated Warfare Systems (PEO IWS).  This contract will provide engineering support services, specifically engineering analysis and expertise in support of the portfolio of programs which include Aegis, Aegis fleet readiness, DDG 1000, enterprise configuration management, future combat systems, training systems, systems engineering and information assurance.  This contract combines purchases for the U.S. government (81 percent), and the governments of Japan (8 percent), Australia (5 percent), Korea (3 percent), Spain (2 percent), and Norway (1 percent) under the Foreign Military Sales program.  Work will be performed in Washington, District of Columbia (85 percent); Dahlgren, Virginia (4 percent); Norfolk, Virginia (2 percent); Bath, Maine (1 percent); Mayport, Florida (1 percent); Moyock, North Carolina (1 percent); Moorestown, New Jersey (1 percent); New York, New York (1 percent); Honolulu, Hawaii (1 percent); Reno, Nevada (1 percent); San Diego, California (1 percent); and Yokosuka, Japan (1 percent), and is expected to be completed by November 2015.  Fiscal 2015 ship construction (Navy); fiscal 2015 operations and maintenance (Navy); fiscal 2015 research, development, test and evaluation (Navy); fiscal 2015 other procurement (Navy); and foreign military sales funding in the amount of $8,330,800 will be obligated at time of award. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $2,212,363 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

ARMY

Akima Construction Services LLC,* Anchorage, Alaska, was awarded a $46,000,000 modification (P00004) to contract W91ZLK-13-D-0026 for construction at Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 15, 2016.  Funding will be determined with each order.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

Banneker Ventures LLC,* Baltimore, Maryland, was awarded a $46,000,000 modification (P00005) to contract W91ZLK-13-D-0027 for construction at AberdeenDepartment of the Army Proving Ground, Maryland, with an estimated completion date of Sept. 15, 2016.  Funding will be determined with each order.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

Bering Straits Technical Services LLC, Aberdeen Proving Ground, Maryland, was awarded a $41,550,745 modification (P00006) to contract W91ZLK-13-D-0028 for construction at Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 15, 2016.  Funding will be determined with each order.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

Patriot Construction LLC, Dunkirk, Maryland, was awarded a $36,340,000 modification (P00004) to contract W91ZLK-13-D-0029 for construction at Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 15, 2016.  Funding will be determined with each order.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

Wycliffe Enterprises Inc., Frederick, Maryland, was awarded a $36,340,000 modification (P00006) to contract W91ZLK-13-D-0030 for construction at Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 15, 2016.  Funding will be determined with each order.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

GP Strategies, Columbia, Maryland, was awarded a $29,627,843 cost-plus-fixed-fee contract for life cycle logistics support and chemical demilitarization training facility operation and maintenance.  Funding and work location will be determined with each order, with an estimated completion date of Sept. 23, 2015.  Bids were solicited via the Internet with one received. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-D-0087).

Thalle Construction Co. Inc., Hillsborough, North Carolina, was awarded a $27,591,875 firm-fixed-price contract with options for excavation, construction, and reclamation work for the Ft. Worth Central City project.  Work will be performed in Ft. Worth, Texas, with an estimated completion date of Dec. 31, 2016.  Bids were solicited via the Internet with two received.  Fiscal 2014 and 2015 other procurement funds in the amount of $27,591,875 were obligated at the time of the award. Army Corps of Engineers, Ft. Worth, Texas, is the contracting activity (W9126G-15-C-0030).

BAE Systems Land & Armament LP, York, Pennsylvania, was awarded a $21,284,990 cost-plus-fixed-fee, multi-year contract for contact maintenance, technical inspections and functional testing and maintenance of Army Prepositioned Stock and Theater Sustainment Stock Bradley tracked vehicles. Work will be performed in Kuwait with an estimated completion date of Feb. 28, 2017.  One bid was solicited with one received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $14,492,384 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-C-0063).

Archer Western Federal JV, Chicago, Illinois, was awarded a $17,724,389 firm-fixed-price contract with options for unmanned aircraft systems hanger construction, Ft. Campbell, Tennessee, with an estimated completion date of May 2, 2017.  Bids were solicited via the internet with two received.  Fiscal 2015 military construction funds in the amount of $17,724,389 were obligated at the time of the award. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-15-C-0024).

Joyner-Keeny PLLC,* Rocky Mount, North Carolina (W91278-15-D-0069); Woolpert Inc., Dayton, Ohio (W91278-15-D-0070); Maptech Inc., Jackson, Mississippi (W91278-15-D-0071); and Cardno Inc., Clearwater, Florida (W91278-15-D-0075), were awarded a $10,000,000 firm-fixed-price, indefinite-delivery contract for surveying and mapping in the Mobile District and the South Atlantic Division, Army Corps of Engineers construction program. Funding and work location will be determined with each order, with an estimated completion date of Aug. 26, 2020.  Bids were solicited via the Internet with 23 received.  Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

Marton Technologies Inc.,* Newport News, Virginia, was awarded a $9,336,607 modification (0001) to contract W52P1J-14-G-0021 for logistics support, Ft. Riley, Kansas, with an estimated completion date of Aug. 28, 2020.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $65,356 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Lakeview Center Inc., Pensacola, Florida, was awarded a $7,737,646 firm-fixed-price contract with options for dining facility attendants and contingency cook support at Joint Base Lewis-McChord, Washington, with an estimated completion date of May 31, 2020.  Bids were solicited via the Internet with one received.  Funding will be determined with each order.  Army Contracting Command, Joint Base Lewis-McChord, Washington, is the contracting activity (W911S8-15-D-0005).

Magellan Behavioral Health, Columbia, Maryland, was awarded a $7,737,646 modification (P00017) to contract W81XWH-11-C-0542 for 24/7 operation of the Outreach Call Center for the Defense Centers of Excellence for Traumatic Brain Injury and Psychological Health, Maryland Heights, Missouri, with  an estimated completion date of Sept. 29, 2016 .  Fiscal 2015 operations and maintenance (Army) funds in the amount of $ 7,373,889 were obligated at the time of the award.  Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity.

General Dynamics Land Systems Customer Service and Support, Sterling Heights, Michigan, was awarded a $7,184,510 cost-plus-fixed-fee, multi-year contract for maintenance, technical inspections, and testing of the Army Prepositioned Stock and Theater Sustainment Stock Abrams tracked vehicles. Work will be performed in Kuwait with an estimated completion date of Feb. 28, 2017.  One bid was solicited with one received.  Fiscal 2015 operations and maintenance (Army) in the amount of $3,750,000 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-C-0062).

UPDATE:  Systems Technologies Inc., West Long Branch, New Jersey (W52P1J-15-D-0048); and Savantage Solutions, Rockville, Maryland (W52P1J-15-D-0083), have been added as awardees to a previously announced (March 21, 2014) maximum $461,000,000 indefinite-delivery/indefinite-quantity, task order contract for program management support services for the Program Executive Office Enterprise Information Systems headquarters, directorates, project/product offices and related organizations. These contractors are being added to the previously awarded suite of contracts due to reopening and corrective action. Funding and performance locations will be determined with each order. The estimated completion date is Aug. 24, 2020. Bids were solicited via the Internet with 22 received. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Ship Supply of Florida Inc.,* Miami, Florida, has been awarded a maximum $19,896,283 modification (P00002) for a four-year base contract (SP0600-15-D-0379) adding additional points of delivery for marine gas oil. This is a fixed-price with economic-price-adjustment contract. Locations of performance are Florida, Alaska, California, Hawaii, Louisiana, Maine, Minnesota, New York and Virginia, with an April 30, 2019, performance completion date. Using military services are Army, Navy and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

AIR FORCE

nLogic LLC, has been awarded a $16,104,764 production contract for control and reporting center operation modules and associated support. The location of performance is Huntsville, Alabama, and is expected to be complete by Aug. 27, 2019.  This award is the result of a competitive acquisition and five offers were received. 2015 Air Force other procurement funds in the amount of $16,104,764 are being obligated at the time of award. Air Force Lifecycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-15-C-0036).

Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a356px-Seal_of_the_US_Air_Force.svg $10,071,486 cost-plus-award-fee modification (P00097) to the previously awarded contract FA8810-08-C-0002 for the Neptune Common Ground Architecture Implementation Phase II change. Contractor will extend the Naval Research Laboratory’s Neptune Common Ground Architecture capabilities for surveillance tasking and refactoring of space-based infra-red systems mission management functions to provide planning data for external use and real-time schedule management. Work will be performed at Sunnyvale, California, and is expected to be complete by Sept. 30, 2018.  Fiscal 2015 Air Force and Department of Defense research, development, test and evaluation funds in the amount of $3,280,525 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

L-3 Communications Mission Integration Division, Greenville, Texas, has been awarded a $8,207,261 cost-plus-fixed-fee contract for enhanced electronic intelligence exploitation processor software, hardware, and reports; Nyquist folding receiver software and reports; and Timberline II software, hardware and reports. Contractor will research, develop, and demonstrate enabling technologies and algorithms for real-time and near-real time automatic detection and measurement, processing, and exploitation of radio frequency emissions in support of electronic intelligence. Work will be performed at Greenville, Texas, and is expected to be complete by Aug. 27, 2020.  This award is the result of a competitive acquisition and six offers were received. Fiscal 2015 research, development, test and evaluation funds in the amount of $213,256 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-15-C-0064).

*Small business

bmg logo(R)2

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

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)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

AIR FORCE

Northrop Grumman Systems Corp., Northrop Grumman Aerospace Systems, San Diego, California, has been awarded a $203,559,738 modification (P00016) to exercise the option on previously awarded contract FA8528-15-C-0003 for Global Hawk contractor logistic services and Sustainment III. Contractor will provide additional material and services to include planning, operations support, and356px-Seal_of_the_US_Air_Force.svg maintenance support. Contracted support includes procurement of replenishment spares and consumables, repairs, contractor field teams, software, inventory control, sustaining engineering, diminishing manufacturing, reliability, maintainability, organizational maintenance manpower, and field service representatives to supplement blue suit maintenance. Work will be performed at San Diego, California, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $9,251,194 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

The Boeing Co., Clearfield, Utah, has been awarded a $110,109,415 modification (P00007) on previously awarded contract FA8414-15-C-0001 for replacement of the intercontinental ballistic missile Minuteman III telemetry, test and termination systems. Work will be performed at Clearfield, Utah; Huntington Beach, California; and Heath, Ohio, and is expected to be complete by Aug. 31, 2019. Fiscal 2015 research, development, test and evaluation funds in the amount of $4,840,000 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity.

Northrop Grumman Technical Services, Herndon, Virginia, has been awarded a $46,845,562 delivery order (0053) on previously awarded contract FA8106-10-D-0001. Contractor will provide contractor logistic services for aircraft and spares in support of the KC-10 program. Work will be performed worldwide to include McGuire Air Force Base, New Jersey; Travis Air Force Base, California; Hickam Air Force Base, Hawaii; Yakota Air Base, Japan; and Tinker Air Force Base, Oklahoma, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $46,845,562 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Northrop Grumman Technical Services, Herndon, Virginia, has been awarded a $33,251,174 delivery order (0054) to previously awarded contract FA8106-10-D-0001. Contractor will provide seven engine overhauls in support of the KC-10 program. Work will be performed at McGuire Air Force Base, New Jersey; Travis Air Force Base, California; and Tinker Air Force Base, Oklahoma, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $33,251,174 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Lockheed Martin Corp., Marietta, Georgia, has been awarded a $32,515,190 contract modification (P00315) to previously awarded contract FA8625-07-C-6471. Contractor will provide for the C-5 Galaxy reliability enhancement and re-engining program Lot 7 rapid repair and response over and above effort. They will provide the final lot of 11 aircraft to the C-5M fleet. Work will be performed at Marietta, Georgia, and is expected to be complete by April 17, 2018. Fiscal 2014 and 2015 aircraft procurement funds in the amount of $32,515,190 respectively are being obligated at the time of award. The Mobility Division, Wright Patterson Air Force Base, Ohio, is the contracting activity.

Goodrich Corp. – IRS Systems, UTC Aerospace Systems Co., Westford, Massachusetts, has been awarded a $24,500,000 indefinite-delivery/indefinite-quantity contract for Royal Saudi Air Force F-15S/SA DB-110. Contractor will provide courseware development and training services. Work will be performed at Westford, Massachusetts; Birmingham, United Kingdom; and the Kingdom of Saudi Arabia, and is expected to be complete by June 30, 2019. This award is the result of a sole-source acquisition. This contract is 100 percent foreign military sales for the government of Saudi Arabia. The 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph Air Force Base, Texas, is the contracting activity (FA3002-15-D-0014).

Lockheed Martin Corp., Mission Systems and Training, Orlando, Florida, has been awarded a $16,332,360 modification (P00054) to previously awarded contract FA8621-11-C-6288 for C130J block 7.0/8.1 and capability management upgrade 1. Work will be performed at Tampa, Florida; and Little Rock Air Force Base, Arkansas, and is expected to be complete by July 2, 2018. Fiscal 2015 research, development, test and evaluation funds in the amount of $2,400,941 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

CORRECTION: The contract modification (P00090) awarded to United Launch Services LLC, Littleton, Colorado, on contract FA8811-13-C-0003 that was announced on Sept. 30, 2015 was actually awarded on Oct. 1, 2015. All other information is accurate.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Graybar Electric Co. Inc., St. Louis, Missouri, has been awarded a maximum $24,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime-vendor bridge contract for maintenance, repair, and operations for the Northeast Zone 2 region. This contract was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a four-month bridge contract. Location of performance is Missouri with a Feb. 8, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-16-D-0002).

Spacelabs Medical Inc., Issaquah, Washington, has been awarded a maximum $13,460,681 modification (P00104) exercising the sixth one-year option period of a one-year base contract (SPM2D1-09-D-8351), with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables and training. This is a fixed-price with economic-price-adjustment contract. Location of performance is Washington, with an Oct. 7, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Science Applications International Corp., Fairfield, New Jersey, has been awarded a maximum $7,200,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime-vendor bridge contract for storefront operations support at Letterkenny Army Depot in the Northeast Zone 1 region. This contract was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a four-month bridge contract. Location of performance is New Jersey, with a Feb. 8, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-16-D-0001).

NAVY

American Bureau of Shipping, Houston, Texas is being awarded an $8,000,000 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N00033-13-D-8015) with firm-fixed-price task order to provide vessel classification services in accordance with statute 46 U.S. Code 3316. Work will be performed worldwide and is expected to be completed by Sept.30, 2016.  Working capital contract funds in the amount of $8,000,000 are subject to availability in fiscal600px-US-DeptOfNavy-Seal.svg 2016 funds, and will expire at the end of fiscal 2016. This contract was not competitively procured, in accordance with statue 46 U.S. Code 3316.  The Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-13-D-8015).

Head Inc./Ballew JV,* Columbus, Ohio, was awarded a $7,807,565 firm-fixed-price contract for airfield runway and taxiway repairs at Naval Station Mayport.  The work to be performed provides for repairs to the runway pavements, including cold recycling the width of the middle runway section, asphalt milling, crack seal, paving all asphaltic surfaces, complete joint seal replacement, isolated crack repair and isolated slab replacement of Runway 5-23.  The contract also contains two unexercised options, which if exercised, would increase cumulative contract value to $13,259,470.  Work will be performed in Jacksonville, Florida, and is expected to be completed by January 2017.  Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $7,807,565 are obligated on this award and expired at the end of fiscal 2015.  This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-15-C-1110). (Awarded Sept. 30, 2015)

*Small business

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

AAR Mobility Systems, Cadillac, Michigan, has been awarded a maximum $372,458,000 modification (P00011) exercising the first one-year option period of a two-year base contract (SPE8ED-14-D-0001) with three one-year option periods for shipping and storage containers, shelters and accessories. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Michigan, with an Oct. 30, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

AIR FORCE

Wyle Laboratories Inc., Camarillo, California (FA3002-16-D-0001); and CAE USA Inc. Military Simulation and Training, Tampa, Florida (FA3002-16-D-0002), have been awarded a combined $275,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for multi-aircraft flight training. Contractor will356px-Seal_of_the_US_Air_Force.svg provide for initial, recurrent, and instructor aircrew training for 43 different type aircraft. Work will be performed predominantly at Camarillo, California; and Tampa, Florida, and is expected to be complete by Sept. 30, 2022. This contract involves foreign military sales. This award is the result of a competitive acquisition with two offers received. The 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity.

Vectrus Systems Corp., Colorado Springs, Colorado, has been awarded a $71,723,507 modification (P00022) to previously awarded contract FA5641-15-C-0001 for base maintenance and operations services in Turkey and Spain. The modification provides an equitable adjustment for the difference in labor cost between the actual employees on board at the time of award and the employee listings of incumbent Turkish and Spanish Nationals furnished by the government during the solicitation phase, as the costs are established by local labor laws. Work will be performed at Incirlik Air Base, Izmir Air Station, Office of Defense Cooperation, and Ankara Support Facility, Turkey; and Morón Air Base, Spain, and is expected to be complete by Dec. 19, 2021. Fiscal 2015 operations and maintenance funds in the amount of $6,325,949 are being obligated at the time of award. Air Force Installation Contracting Agency, Kaiserslautern, Germany, is the contracting activity. (Awarded Sept. 30, 2015)

DynCorp International LLC, Fort Worth, Texas, has been awarded a $44,322,646 modification (A00107) to exercise the option on previously awarded contract FA3002-09-C-0024 for aircraft maintenance services. Contractor will provide T-6, T-38 Unit Pilot Training (UPT) and T-38 introduction to fighter fundamentals aircraft maintenance services. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $3,693,553 are being obligated at the time of award. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity.

CAE USA Inc., Tampa, Florida, has been awarded a $33,931,498 modification (P00026) to previously awarded contract FA4890-13-C-0104 for exercising option year two for the MQ-1/9 aircrew training and courseware development contract. Work will be performed at Creech Air Force Base, Nevada; Holloman Air Force Base, New Mexico; March Air Reserve Base, California; and Hancock Air National Guard Base, New York, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $3,714,004 are being obligated at the time of award. Air Combat Command Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity.

Pacific Aviation and Technical Services LLC, Marlton, New Jersey, has been awarded a $20,187,935 modification (A00095) to exercise the option on previously awarded contract FA3002-09-C-0003 for civil engineering services. Work will be performed at Sheppard Air Force Base, Texas; Frederick Airfield, Oklahoma; and Lake Texoma, Texas, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $3,416,513 are being obligated at the time of award. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity.

Northrop Grumman Electronic Systems, Azusa, California, has been awarded a $16,491,592 modification (P00004) to exercise two options on previously awarded contract FA8810-15-C-0001, Defense Support Program (DSP) sustainment contract. DSP satellite sustainment work will be performed at Azusa, California, and is expected to be complete by Sept. 30, 2017. Fiscal 2016 operations and maintenance funds in the amount of $3,322,000 are being obligated at the time of award. Remote Sensing Systems Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Delaware Resource Group of Oklahoma LLC, Oklahoma City, Oklahoma, has been awarded a $12,028,570 firm-fixed-price modification (P00049) to the previously awarded contract FA4890-12-C-0004 to exercise the option for F-15C/E, F-16 and F-22A aircrew training and courseware development. Work will be performed at Shaw Air Force Base, South Carolina; Mountain Home Air Force Base, Idaho; Langley Air Force Base, Virginia; Nellis Air Force Base, Nevada; Seymour Johnson Air Force Base, North Carolina; and Hill Air Force Base, Utah, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $2,786,198 are being obligated at the time of award. Air Combat Command Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity.

PKL Services Inc., Poway, California, has been awarded an $11,595,451 modification P00024 to exercise the option on previously awarded contract FA4897-12-C-2004 for Republic of Singapore aircraft maintenance and operation services. Work will be performed at Mountain Home Air Force Base, Idaho, and is expected to be complete by Sept. 30, 2017. This contract is 100 percent foreign military sales. The 366th Contracting Squadron, Mountain Home Air Force Base, Idaho, is the contracting activity.

BGI LLC, Akron, Ohio, has been awarded a $7,557,762 firm-fixed-price modification (P00024) to previously awarded contract FA4890-13-C-0008 for the EC-130H and A-10 aircrew training and courseware development. Work will be performed at Davis-Monthan Air Force Base, Arizona, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $734,499 are being obligated at the time of award. Air Combat Command Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity.

Champion Energy Services LLC, Houston, Texas, has been awarded a $7,600,000 task order (D409) to previously awarded contract FA3002-08-D-0026 for retail electricity. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $1,266,666 are being obligated at the time of award. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded an $189,431,164 five-year, firm-fixed-price requirements, performance-based logistics contract for the repair coverage for 10 weapons replaceable assemblies in support of the CH-53 aircraft.  Work will be performed at Fleet Readiness Center East, Cherry Point, North Carolina (71 percent); and in Stratford, Connecticut (29 percent).  Work is expected to be completed by September 2020.  No contract funds will be obligated at the time of award, and will not expire at the end of the current fiscal year.  This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code  2304(C)(2).  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-16-D-001F).

American Scaffold, San Diego, California (N55236-15-D-0019); and W.V. Construction Co., Jamul, California (N55236-15-D-0020), were awarded a $148,437,685 firm-fixed-price, indefinite-delivery/indefinite-quantity, multi-award contract to provide scaffolding services to the Southwest Regional Maintenance Center’s commercial industrial services code in support of Navy ships and other government vessels within a 50-mile radius of San Diego, California.  These contracts are a follow-on to the previous commercial industrial services scaffolding contract awarded by Southwest Regional Maintenance Center in 2009 and utilized until the contractor went out of business in 2011.  Commercial industrial services include the provision of necessary management, material support services, labor, supplies, and equipment deemed necessary to provide scaffolding support onboard U.S. naval ships and other government vessels.  Work will be performed at Naval Station San Diego, and is expected to be completed by September 2020. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $3,000 was obligated at time of award and expired at the end of fiscal 2015. The contract was competitively procured via the Federal Business Opportunities website with two offers received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.  (Awarded Sept. 30, 2015)

Al Larson Boat Shop,* Terminal Island, California (N55236-15-D-0013); Epsilon Systems Solutions Inc.,* San Diego, California (N55236-09-D-0014); Integrated Marine Services Inc.,* Chula Vista, California (N55236-15-D-0015); Marine Group Boat Works LLC,* Chula Vista, California (N55236-09-D-0016); Miller Marine Inc.,* San Diego, California (N55236-15-D-0017); and Nielsen Beaumont Inc.,* San Diego, California (N55236-15-D-0018), are each being awarded $75,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity, multiple-award contracts to provide marine boatyard services and industrial support for boats and vessels greater than or equal to 15 meters or 50 feet in length.  Work will be performed in San Diego, California, or at the contractor’s facility as needed, and is expected to complete in October 2020 if all options are exercised. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $18,000 was obligated at time of award and expired at the end of fiscal 2015.  These contracts were competitively procured via the Federal Business Opportunities website, with six offers received.  The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. (Awarded Sept. 30, 2015)

Interstate Electronics Corp., Anaheim, California, is being awarded $22,712,537 for modification P00019 to a previously awarded cost-plus-fixed-fee, cost-plus-incentive-fee contract (N00030-14-C-0006) for flight test instrumentation management and support, SSBN replacement program support, data recording subsystem operational support, engineered refueling overhaul support, and strategic weapon system training.  The work will be performed in Anaheim, California (76 percent); Cape Canaveral, Florida (18 percent); Washington, District of Columbia (3 percent); Norfolk, Virginia (1 percent); Bremerton, Washington (1 percent); Bangor, Washington (0.5 percent); and Kings Bay, Georgia (0.5 percent), with an expected completion date of Sept. 30, 2016.  Fiscal 2016 operations and maintenance (Navy) funds in the amount of $17,434,259; fiscal 2016 research, development, test, and evaluation funds in the amount of $3,249,278; United Kingdom funds in the amount of $1,279,000; and fiscal 2016 other procurement, Navy funds in the amount of $750,000 are being obligated on this award, none of which will expire at the end of the current fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

VersAbility Resources Inc., Hampton, Virginia, was awarded a $16,195,784 firm-fixed-price, indefinite-delivery requirements contract to provide provisioning support services to load and stow subsistence and supplies onboard Navy ships identified in individual task orders. This contract includes a one-year base and one-year option which if exercised, brings the total estimated value to $32,514,870. Work will be performed in Norfolk, Virginia (30 percent); San Diego, California (24 percent); Pearl Harbor, Hawaii (22 percent); Bremerton, Washington (8 percent); Mayport, Florida (5 percent); Everett, Washington (4 percent); Guam (4 percent); and Groton, Connecticut (3 percent). Work is expected to be completed by September 2017. No funds will be obligated at the time of award. No contract funds expire at the end of the fiscal year. Funds will be obligated as individual task orders are issued.   This contract was solicited as a direct procurement under the AbilityOne program. Naval Supply Systems Command Fleet Logistics Center, Jacksonville, Florida, is the contracting activity (N68836-15-D-0005). (Awarded Sept. 30, 2015)

Exelis Inc., Herndon, Virginia, is being awarded a $13,554,993 cost-plus-fixed-fee contract to provide services for ongoing technical services support for strategic systems programs reentry systems. .  This contract contains options, which if exercised, will bring the contract value to $70,918,089.   Work will be performed primarily in Colorado Springs, Colorado (69 percent); Washington, District of Columbia (28 percent); and Albuquerque, New Mexico (3 percent), with an expected completion date of March 31, 2017.  If options are exercised, work will continue through March 31, 2021.  Subject to availability, fiscal 2016 operations and maintenance (Navy) contract funds in the amount of $6,812,383; fiscal 2016 research, development, test and evaluation (Navy) contract funds in the amount of $4,194,648; and United Kingdom funds in the amount of $2,547,962, will be obligated at the time of award.  Contract funds in the amount of $6,812,383 will expire at the end of fiscal 2016.  This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) and (4).  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-16-C-0016).

MISSILE DEFENSE AGENCY

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, has been awarded a $98,301,262 cost-plus-incentive-fee, cost-plus-award-fee, sole-source modification (P00180) to previously awarded contract number HQ0276-10-C-0001 for Aegis ballistic missile defense continuation of Baseline 5.1,600px-US-MissileDefenseAgency-Seal.svg Increment -2 development and the adaptation of Aegis ashore efforts. This modification brings the total cumulative face value of the contract to $2,132,598,845 from $2,034,297,583. Work will be performed at Moorestown, New Jersey, with an expected completion date of April 10, 2016. An increment of Fiscal 2015 research, development, test and evaluation funds in the amount of $16,189,591 are being obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

600px-US-TRANSCOM-Emblem.svgU.S. TRANSPORTATION COMMAND

Nine companies are being awarded a modification exercising an option year for domestic charter airlift services.  United Airlines, Elk Grove Village, Illinois, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC05.  The modification ($18,066,800 estimated) brings the total cumulative face value of the contract to $36,133,850 from $18,067,050.  MN Airlines LLC, doing business as Sun Country Airlines, Mendota Heights, Minnesota, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC06.  The modification ($26,804,623 estimated) brings the total cumulative face value of the contract to $53,609,496 from $26,804,873.  Sierra Pacific Airlines Inc., Tucson, Arizona, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC08.  The modification ($8,028,926 estimated) brings the total cumulative face value of the contract to $16,058,103 from $8,029,177.  Southwest Airlines Co., Dallas, Texas, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC09.  The modification ($24,812,370 estimated) brings the total cumulative face value of the contract to $49,624,990 from $24,812,620.  Miami Air International Inc., Miami, Florida, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC10.  The modification ($8,104,683 estimated) brings the total cumulative face value of the contract to $16,209,616 from $8,104,933.  Omni Air International Inc., Tulsa, Oklahoma, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC12.  The modification ($8,410,615 estimated) brings the total cumulative face value of the contract to $16,821,480 from $8,410,865.  Atlas Air Inc., Purchase, New York, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC13.  The modification ($13,789,950 estimated) brings the total cumulative face value of the contract to $27,580,150 from $13,790,200. Delta Airlines Inc., Atlanta, Georgia, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC14.  The modification ($13,196,800 estimated) brings the total cumulative face value of the contract to $26,393,850 from $13,197,050.  Phoenix Air Group Inc., Cartersville, Georgia, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC22.  The modification ($6,721,810 estimated) brings the total cumulative face value of the contract to $10,054,928 from $3,333,118.  These contracts provide domestic charter airlift services.  Work will be performed at various locations within the U.S., with an expected completion date of Sept. 30, 2016.  Fiscal 2016 transportation working capital funds will be obligated on individual task orders.  The contracting activity is the U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

Textainer Equipment Management (US) Ltd., San Francisco, California, is being awarded a $16,651,027 (estimated) option year modification (P00008) under previously awarded contract HTC711-14-D-R027 to extend services under an indefinite-delivery requirements-type, fixed-price with economic-price-adjustment contract.  The modification brings the total cumulative face value of the contract to $48,919,173 from $32,268,146.  The contract is for the program management, leasing, transportation, and repair of intermodal equipment.  Work will be performed at multiple continental U.S. and outside the continental U.S. locations, with an expected completion date of Sept. 30, 2016.  Program management is funded by fiscal 2016 transportation working capital funds, and the individual leasing task orders are funded by each individual Department of Defense requiring activity at the time the order is placed.  The contracting activity is the U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

Computer Sciences Corp., Chantilly, Virginia, is being awarded a $10,457,956 cost-plus-fixed-fee task order modification (P00007) to previously awarded contract GS00Q-09-BG-D0025, task order HTC711-15-F-D014, for option period one for AT21 capability development, integration and sustainment services in support of the U.S. Transportation Command.  The modification brings the total cumulative face value of the contract to $15,536,010 from $5,078,054.  Fiscal 2016 transportation working capital funds (TWCF) operating; fiscal 2016 TWCF capital; fiscal 2016 research, development, test and Evaluation; and fiscal 2016 operations and maintenance funds in the total amount of $10,457,956 will be obligated at time of award.  Work will be performed at Scott Air Force Base, Illinois, and is expected to be completed Sept. 30, 2016.  Contract funds will expire at the end of fiscal 2016.  The contracting activity is the U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

Harris IT Services Corp., Herndon, Virginia, has been awarded a $10,391,752 (estimated) fixed-price, labor hour, and cost-reimbursable task order modification (40) to previously awarded contract (W91QUZ-07-D-0001-6S02) to add one 12-month option period for customer services support: service delivery.  This modification brings the total cumulative face value of the contract to $46,192,838 from $35,801,086.  This contract action will provide continued support for selected command, control, communications, and computer systems and support functions to include exercise and contingency operations support; web support; test center support; network infrastructure engineering and support; command and control and business systems support; application support; and information protection and event analysis support.  Work will be performed at Scott Air Force Base, Illinois, and is expected to be completed Sept. 30, 2016.  Fiscal 2016 transportation working capital fund (TWCF) operating; fiscal 2016 TWCF working capital; fiscal 2016 Air Force operations and maintenance; and fiscal 2016 OSD operations and maintenance funds in the amount of $10,391,752 (estimated) are being obligated at time of award.  Contract funds will expire at the end of fiscal 2016.  The contracting activity is the U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

Science Applications International Corp., McLean, Virginia, is being awarded a $9,376,024 labor hour task order modification (15) to previously awarded contract HC1028-08-D-2025-6S02 for option period two for Integrated Booking System software development services in support of the Army Surface Deployment and Distribution Command.  The modification brings the total cumulative face value of the contract to $18,991,611, from $9,615,587.  Work will be performed at Scott Air Force Base, Illinois, and is expected to be completed Sept. 30, 2016.  Fiscal 2016 transportation working capital funds (TWCF) operating; and TWCF capital funds in the amount of $9,376,024 will be obligated at time of award.  Contract funds will expire at the end of fiscal 2016.  The contracting activity is the U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

Tapestry Solutions Inc., San Diego, California, is being awarded a $7,233,979 modification (P00011) to previously awarded fixed-price and cost contract HTC711-13-C-D006.  This modification brings the total cumulative face value of the contract to $23,591,991 from $16,358,012.  This modification is to add one 12-month option period and four 3-month option periods for sustainment of the current Integrated Computerized Deployment System (ICODES) Version 6 software while the ICODES Version 7 software (on a separate contract) is developed and implemented.  Work will be performed at San Diego, California; and Scott Air Force Base, Illinois, and is expected to be completed Sept. 30, 2016.  Fiscal 2016 transportation working capital fund operating funds in the amount of $7,233,979 are being obligated at time of award.  Contract funds will expire at the end of fiscal 2016.  The contracting activity is the U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

*Small business

bmg logo(R)2

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

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 justificationDefense_Logistics_Agency 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.

600px-US-DeptOfNavy-Seal.svgNAVY

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-0005,600px-US-MissileDefenseAgency-Seal.svg 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.

Department of the ArmyARMY

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.356px-Seal_of_the_US_Air_Force.svg 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).

600px-US-TRANSCOM-Emblem.svgU.S. TRANSPORTATION COMMAND

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 as600px-US-DeptOfNavy-Seal.svg 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.

160px-Special_Operations_Specops_Army.svgU.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 militaryDefense_Logistics_Agency 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

600px-US-DeptOfNavy-Seal.svgNAVY

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 up356px-Seal_of_the_US_Air_Force.svg 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.

600px-US-DeptOfNavy-Seal.svgNAVY

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,160px-Special_Operations_Specops_Army.svg 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.

bmg logo(R)2

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

ARMY

Vaccine Co. LLC, Frederick, Maryland (W81XWH-15-D-0037); PPD Development LP, Wilmington, North Carolina (W81XWH-15-D-0038); Leidos Inc., Reston, Virginia (W81XWH-15-D-0039); and Tasc Inc., Andover, Massachusetts (W81XWH-15-D-0042), were awarded a $501,000,000 order dependent contract with options for medical research. Funding and work location will be determined with each order, with an estimated completion date of July 30, 2020. Bids were solicited via the Internet with nine received. Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity.

CDM Constructors Inc., Maitland, Florida, was awarded a $99,675,591 firm-fixed-price contract for the Savannah Harbor Expansion Project, dissolved oxygen injection systems. Work will be performed in Savannah, Georgia, with an estimated completion date of Nov. 27, 2017. Bids were solicited via the Internet with four received. Fiscal 2015 other procurement funds in the amount of $99,675,591 were obligated at the time of the award. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-15-C-0015).

Lockheed Martin Missile and Fire Control, Orlando, Florida, was awarded a $66,371,639 fixed-price incentive contract with options to develop the Joint-Air-to-Ground Missile (Army-Navy). Work will be performed in Orlando, Florida, with an estimated completion date of July 31, 2017. Bids were solicited via the Internet with one received. Fiscal 2015 research, development,Department of the Army testing, and evaluation funds in the amount of $38,000,000 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-C-0102).

Eco & Associates Inc.,* Orange, California (W912PP-15-D-0001); Stell Environmental Enterprises Inc.,* Elverson, Pennsylvania (W912PP-15-D-0002); and Sundance-CTI LLC,* Pocatello, Idaho (W912PP-15-D-0003), were awarded a $50,000,000 firm-fixed-price multiple award task order contract with options for environmental consulting services for the South Pacific Division. Funding and work location will be determined with each order, with an estimated completion date of May 27, 2020. Bids were solicited via the Internet with 29received. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity.

Technology and Supply Management LLC,* was awarded a $49,734,506 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for services and materials technical support for the Persistent Ground Surveillance system. Funding and work location will be determined with each order with a completion date of July 28, 2017. Bids were solicited via the Internet with six received. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W56KGY-15-D-0016).

Alberici Constructors Inc., St. Louis, Missouri, was awarded a $36,000,000 contract for painting and repairing the service bridge and Tainter Gates at Lock and Dam 25 at Winfield, Missouri, with an estimated completion date of July 30, 2020. Bids were solicited via the Internet with three received. Funding will be determined with each order. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-15-D-0511).

Philips Contracting Co. Inc.,* Columbus, Mississippi, was awarded a $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with options to rent construction equipment with operators for maintenance and construction projects on the Tennessee-Tombigbee Waterway in Mississippi and Alabama, with an estimated completion date of July 29, 2020. Bids were solicited via the Internet with three received. Funds will be determined with each order. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-15-D-0063).

SRA International Inc., Fairfax, Virginia, was awarded a $19,893,085 modification (P00019) to contract W81XWH-10-D-0013 for scientific peer review support for research proposals. Funding and work location will be determined with each order with an estimated completion date of Jan 31, 2016. Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity.

Aerojet Rocketdyne, Camden, Arizona, was awarded a $17,917,020 modification (P00003) to contract W31P4Q-14-C-0090 for Stinger missile flight motors. Work will be performed in Camden, Arizona, with an estimated completion date of Dec. 31, 2017. Fiscal 2014 and 2014 other procurement funds in the amount of $17,917,020 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DynCorp International, Ft. Worth, Texas, was awarded a $17,313,518 modification (P00065) to foreign military sales contract W58RGZ-09-C-0143 (Saudi Arabia) for maintenance support to the Royal Saudi Land Forces Aviation Command aviation program. Work will be performed in Saudi Arabia with an estimated completion date of Jan. 31, 2016. Fiscal 2015 other procurement funds in the amount of $8,483,624 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Conti Federal Services Inc., Edison, New Jersey, was awarded an $11,805,043 firm-fixed-price foreign military sales (Israel) contract with options to construct a photovoltaic power plant at an Israel Defense Forces air base, with an estimated completion date of July 12, 2016. Bids were solicited via the Internet with four received. Fiscal 2015 other procurement funds in the amount of $11,805,043 were obligated at the time of the award. Army Corps of Engineers, APO AE, is the contracting activity (W912GB-15-C-0010).
356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a not-to-exceed $64,000,000 modification (P00629) undefinitized contract action to the previously awarded contract FA8611-08-C-2897 for the repair of an F-22A aircraft. Contractor will provide aircraft damage repair and depot throughout, and touch labor. Work will be performed at Hill Air Force Base, Utah, and is expected to be complete by Aug. 31, 2019. Fiscal 2015 operations and maintenance funds in the amount of $31,936,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

Integrated Data Services, El Segundo, California, has been awarded a $16,946,000 indefinite-delivery/indefinite-quantity contract for the Web Comprehensive Cost and Requirements (WCCAR) system. Contractor will provide onsite subject matter expert support for WCCAR and acquire services for the deployment and maintenance of the WCCAR application. Work will be performed at Wright-Patterson Air Force Base, Ohio; Hanscom Air Force Base, Massachusetts; Warner Robins Air Force Base, Georgia; Hill Air Force Base, Utah; Tinker Air Force Base, Oklahama; Peterson Air Force Base, Colorado; Joint-Base San Antonio-Lackland, Texas; and Offutt Air Force Base, Nebraska. It is expected to be complete by July 31, 2018. This award is the result of a sole-source acquisition. Fiscal 2015 operations and maintenance and research and development funds in the amount of $ 3,551,743 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8604-15-D-7001).

General Dynamics Ordnance and Tactical Systems Aerospace, Bothell, Washington, has been awarded a $7,238,385 cost-plus-fixed-fee contract for heated and mobile munitions employing rockets. Contractor will provide phase 1A prototype design, development and subsystem tests. Work will be performed at Orlando, Florida, and is expected to be complete by April 29, 2016. This award is the result of a competitive acquisition; one offer was received. Fiscal 2015 research, development, test and evaluation funds in the amount of $5,098,142 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8681-C-15-0020).

DEFENSE LOGISTICS AGENCY

Draeger Medical Inc., Telford, Pennsylvania, has been awarded a maximum $59,264,434 modification (P00006) exercising the first one-year option period of a one-year base contract (SPE2D1-14-D-0004) with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables, spare/repair parts and training. This is a fixed-price with economic-price-adjustment contract. Location of performance is Pennsylvania, with an Aug. 5, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
NAVY

PAE Aviation and Technical Services LLC, Marlton, New Jersey, is being awarded a $49,848,102 modification to a previously awarded cost-plus-fixed-fee contract (N00421-11-C-0031) to exercise an option for organizational level maintenance, with limited intermediate level maintenance, in support of current and future aircraft assigned to the Naval Test Wing Pacific, Point Mugu, California; and China Lake, California. Work will be performed in China Lake, California (78 percent); and Point Mugu, California (22 percent), and is expected to be completed in July 2016. Fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $3,211,748 and working capital (Navy) funds, in the amount of $8,077,900 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Weapons Division, Point Mugu, California, is the contracting activity.

Donjon Marine Co. Inc., Hillside, New Jersey, is being awarded a $44,500,000 modification to previously awarded contract N00024-11-D-4002 for salvage, salvage-related towing, harbor clearance, ocean engineering, and point-to-point towing services to support the director of ocean engineering, supervisor of salvage and diving. Work will be performed in the Atlantic Ocean (80 percent) and the Gulf of Mexico (20 percent) and is expected to be completed by August 2016. No funding is being obligated at time of award. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Huntington Ingalls Inc., Pascagoula, Mississippi, is being awarded a $16,614,562 cost-plus-award-fee modification to previously awarded contract N00024-12-C-4323 to provide long lead-time material procurement, management services, and incremental level of effort for CG-47-class cruisers. The contract is for planning yard services for CG-47-class cruisers and DD 963-class destroyers. Huntington Ingalls provides necessary engineering, technical, planning, ship configuration, data, and logistics efforts for CG 47 and DD 963 lifetime support for both maintenance and600px-US-DeptOfNavy-Seal.svg modernization. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2016. Fiscal 2015 operation and maintenance, Navy funding in the amount of $14,603,907, and fiscal 2015 other procurement, Navy funding in the amount of $2,010,655 will be obligated at time of award, and funds in the amount of $14,603,907 will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Gulf Coast, Pascagoula, Mississippi, is the contracting activity.

Raytheon Co., Dulles, Virginia, is being awarded a $15,521,711 modification to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00189-11-C-Z038) for operation and maintenance services in support of the Navy Fleet Surveillance Support Center Relocatable Over-the-Horizon Radar system. This modification includes an eight-month base period and four one-month options, which if exercised, will bring the total value of the contract to $23,402,200. Work will be performed in Kent, Virginia (20 percent); Chesapeake, Virginia (20 percent); Freemont, Texas (15 percent); Freer, Texas (15 percent); Juana Diaz, Puerto Rico (15 percent); and Vieques, Puerto Rico (15 percent), and will be completed by March 2016. Fiscal 2015 operation and maintenance, Navy in the amount of $15,521,711 will be obligated at the time of award and funds will not expire before the end of the current fiscal year. This contract was a sole source pursuant to the authority set forth in 10 U.S.C. 2304(C)(2). One company was solicited and one offer was received. Naval Supply Systems Command, Fleet Logistics Center Norfolk Contracting Department, Philadelphia, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $9,083,000 modification to previously awarded contract N00024 13 C-5407-P00017 for Standard Missile-2 (SM-2) and Standard Missile-6 (SM-6) fiscal 2015-16 full-rate production. Work will be performed in Tucson, Arizona (99 percent); and Huntsville, Alabama (1 percent), and is expected to be completed by October 2016. Fiscal 2015 Missile Defense Agency funding in the amount of $1,800,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Tetra Tech EC Inc., San Diego, is being awarded a $7,063,884 modification to a previously awarded cost-plus-award-fee task order JP02, indefinite-delivery/indefinite-quantity contract for source area remedial action at the Navy Exchange gas station operational unit located at the Jackson Park Housing Complex, Bremerton, Washington. The work to be performed provides for construction of the remedy, installation and decommissioning of all groundwater monitoring and vapor wells, removing the pump island, operating the system until cleanup is complete, and restoring the site. This action is being performed in accordance with the Comprehensive Environmental Restoration, Conservation, and Liability Act and the National Oil and Hazardous Substances Pollution Contingency Plan. The task order modification also contains two unexercised options, which if exercised would increase cumulative task order value to $7,259,618. Work will be performed in Bremerton, Washington, and is expected to be completed by September 2016. Fiscal 2015 environmental restoration, (Navy) contract funds in the amount of $7,063,884 is obligated at time of award and will not expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N62473-13-D-4808).

DEFENSE HEALTH AGENCY

PricewaterhouseCoopers Public Sector LLP, McLean, Virginia, is being awarded an $12,191,500 delivery order (HT0011-15-F-0029) under the General Services Administration blanket purchase agreement GS10FAA069 to provide performance management and continuous process improvement support for the Assistant Secretary of Defense (Health Affairs), the Defense Health Agency’s Healthcare Operations Directorate, and all of its associated divisions. Work will be performed in Virginia, with an estimated completion date of Aug. 31, 2016. Fiscal 2015 operations and maintenance funds in the amount of $12,191,501 are being obligated at award. This was a competitive acquisition, and five offers were received. The Defense Health Agency, Contract Operations Division, Falls Church, Virginia, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

DynCorp International LLC, Fort Worth, Texas, is being awarded a $104,085,696 modification to a previously awarded cost-plus-fixed-fee contract (N00421-11-C-0033) to exercise an option for organizational level maintenance and logistics support for all aircraft and support equipment for which the Naval Test Wing Atlantic has maintenance responsibility. This includes all rotary, fixed, lighter-than-air, and unmanned aircraft on-site for project testing, transient aircraft, loaner aircraft, leased aircraft, and tested civilian aircraft assigned to the Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland. In addition, this option provides supportability/safety studies and off-site aircraft safety/spill containment patrols and aircraft recovery services. Work will be performed in Patuxent River, Maryland, and is expected to be completed in July 2016. Fiscal 2015 working capital, Navy funds in the amount of $15,534,900 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Exelis Inc., Clifton, New Jersey, a wholly owned subsidiary of Harris Corp., is being awarded a $97,303,380 cost-plus-fixed-fee, fixed-price-incentive-firm contract for the manufacture and delivery of 46 full-rate production Lot XII integrated defensive electronic countermeasures AN/ALQ-214(V)4/5 onboard jammer systems. This effort also includes the repair of test assets and field support for the AN/ALQ-214(V)4/5. Work will be performed in Clifton, New Jersey (31 percent); San Jose, California (26 percent); San Diego, California (11 percent); Rancho Cordova, California (5 percent); Mountain View, California (4 percent); Hudson, New Hampshire (2 percent); and various locations within the U.S. (21 percent), and is expected to be completed in December 2017. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $97,303,380 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-0104).

Huntington Ingalls Inc., Pascagoula, Mississippi, is being awarded a $93,034,622 modification to previously awarded contract (N00024-12-C-4323) to provide incremental level of effort, long lead-time material procurement, and management services for CG-47-class cruisers. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2016. Fiscal 2015 operation and maintenance Navy funding in the amount of $11,399,088 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Gulf Coast, Pascagoula, Mississippi, is the contracting activity.

Honeywell Technology Solutions Inc., Jacksonville, Florida, is being awarded a $78,637,476 modification to previously awarded cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract (M67004-09-D-0020, P00036) to exercise Option Year Seven for prepositioning and Marine Corps logistics support services for Blount Island Commandlogistics support services for the Marine Corps’ Prepositioning Program. Work will be performed at the Blount Island Command in Jacksonville, Florida (85 percent); aboard 12 maritime prepositioning ships (12 percent); six locations in Norway (2 percent); and one location in Kuwait (1 percent), and is expected to be completed by September 2016. No funding will be obligated at time of award. U. S. Marine Corps, Blount Island Command, Jacksonville, Florida, is the contracting activity.

Hensel Phelps Construction Co., Irvine, California, is being awarded a $66,737,000 firm-fixed-price contract for the design and construction of a bachelor enlisted quarters at Naval Base Coronado. The work to be performed provides for the design and construction of a multi-story, bachelor enlisted quarters of market style modules at Naval Base Coronado. The project will house single sailors on shore rather than on board ships. This project includes pile foundations, wall-to-wall carpeting, lounge and game room, vending areas, a sports court, and parking lot. The planned modifications, if issued, provide for furniture, fixtures, and equipment, and audio-visual equipment. The contract also contains two planned modifications, which if issued, would increase cumulative contract value to $76,708,505. Work will be performed in San Diego, and is expected to be completed by July 2017. Fiscal 2011 and 2013 military construction (Navy) contract funds in the amount of $66,737,000 are being obligated at time of this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with 13 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-15-C-1614).

Electric Boat Corp., Groton, Connecticut, is being awarded a $42,492,474 modification to previously awarded contract N00024-10-C-2118 for additional lead yard services and development studies and design efforts related to Virginia-class submarines. Work will be performed in Groton, Connecticut (98.4 percent), Newport, Rhode Island (0.9 percent); and Quonset, Rhode Island (0.65 percent), and is expected to be completed by October 2015. fiscal 2008 shipbuilding and conversion, Navy contact funds in the amount of $2,312,262; fiscal 2009 shipbuilding and conversion, Navy contract funds in the amount of 60,000; fiscal 2010 shipbuilding and conversion, Navy contract funds in the amount of $9,337,738; fiscal 2011 shipbuilding and conversion, Navy in the amount of $2,000,000; fiscal 2012 shipbuilding and conversion, Navy contract funds in the amount of $400,000; fiscal 2013 shipbuilding and conversion, Navy contract funds in the amount of $6,465,000; fiscal 2014 research, development, test and evaluation funding in the amount of $1,685,186, and shipbuilding and conversion, Navy contract funds in the amount of $6,147,386; fiscal 2015 research, development, test and evaluation funding in the amount of $9,092,162, and shipbuilding and conversion, Navy contract funds in the amount of $1,150,000, will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured. The statutory authority for this sole source award is in accordance with FAR 6.302-1(a)(2)(iii). Only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

WR Systems Ltd., Fairfax, Virginia, is being awarded a $25,194,253 ceiling increase modification to a previously awarded cost-plus-fixed-fee, competitive award contract (N65236-10-D-2839) to provide the U.S. fleet and U.S.-supported foreign military fleets with comprehensive programmatic and technical support for navigation and geospatial information systems. This contract is currently in its fourth and final option period. With this ceiling increase modification, it would bring the cumulative value of this contract from $140,601,392 to $165,795,645. Work will be performed in Norfolk, Virginia, and is expected to continue via award of the follow-on contract in September 2015. This contract was previously procured on a competitive basis with only one offer received from WR Systems Ltd. via the Commerce Business Daily’s Federal Business Opportunities website, and the Space and Naval Warfare Systems Center e-Commerce Central website. Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

Lockheed Martin Mission Systems & Training, Moorestown, New Jersey, is being awarded a $24,928,445 modification to previously awarded contract N00024-10-C-5125 for AEGIS combat systems engineering, computer program development, in-country support, technical manuals, integrated logistics support, and staging for the Australian air warfare destroyer (AWD) shipbuilding program in support of AEGIS foreign military sales (FMS). The government of Australia selected the Navy/Lockheed Martin Aegis combat system for its Australian AWD program (Ship 1 shipbuilding program in support of AEGIS FMS case AT-P-LCQ Amendment 6). These requirements include the necessary combat systems engineering, computer program development, ship integration and test, logistics technical services, technical manuals and staging support to design and build an Aegis weapon system baseline to support the AWD Program. Work will be performed in Moorestown, New Jersey (80.23 percent); Camden, New Jersey (8.18 percent); Pureland, New Jersey (6.18 percent); and Adelaide, Australia (5.41 percent), and is expected to be completed by July 2017. Foreign military sales funding in the amount of $24,594,814 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded a $20,517,876 delivery order (0061) against a previously issued basic ordering agreement (N68335-10-G-0012) for peculiar support equipment for the initial outfitting of the Navy emerging squadron stand-ups of the EA-18G aircraft and intermediate level (I-Level) support for the Royal Australian Air Force. The Navy-related peculiar support equipment is required to perform both organizational level and I-level maintenance on the Navy aircraft. The Royal Australian Air Force-related peculiar support equipment (will support an additional 12 EA-18G aircraft). Work will be performed in St. Louis, Missouri, and is expected to be completed in July 2017. Fiscal 2014 aircraft procurement (Navy) and foreign military sales funds in the amount of $20,517,876 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the Navy ($15,240,978; 75 percent); and the government of Australia ($5,276,898; 25 percent) under the Foreign Military Sales program. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

LC Industries, Durham, North Carolina, is being awarded an estimated $19,000,000 fixed-price requirements contract for the consignment of office supplies for the Consolidated Material Service Center, Marine Corps Base, Camp Pendleton, California. The scope of this contract is to provide office supplies to the Consolidated Material Service Center “Serv-Mart” store. This contract includes a four-month base period and four three-month option periods which, if exercised, would bring the contract value to an estimated $19,000,000. Work will continue through November 2016. Work will be performed at Camp Pendleton, California, and is expected to be completed by November 2015. This contract was competitively procured via the Navy Electronic Commerce Online website, with one offer received. Navy working capital funds in the amount of $1,000,000 are obligated on this award. The contract will be funded through quarterly delivery orders that begin on Aug. 1, 2015. Navy working capital contract funds in an estimated amount of $1,000,000 will expire at the end of the current fiscal year. The Regional Contracting Office-Marine Corps Installation West, Marine Corps Base, Camp Pendleton, California, is the contracting activity (M00681-15-D-0005).

Science Applications International Corp., McLean, Virginia, is being awarded an $11,435,596 cost-plus incentive fee contract (N00039-15-C-0222) for development of the Global-Theater Security Cooperation Management Information System (G-TSCMIS) Release 3 (R3). The scope of this contract includes software development, design, integration, technical and engineering support, configuration management, testing, data management, program management, contract administration and logistics, leading to the delivery of G-TSCMIS R3.  This contract has options which, if exercised, would bring the cumulative value of this contract to an estimated $11,744,596. Work could continue until July 2017. Work will be performed in San Diego, and is expected to be completed in January 2017. Fiscal 2014 research, development, test and evaluation funding in the amount of $598,231 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This requirement was solicited using full and open competition via the Space and Naval Warfare Systems Command E-Commerce Central website and the Federal Business Opportunities website, with one offer received. Space and Naval Warfare System Command, San Diego, is the contracting activity.

Lockheed Martin Corp., Manassas, Virginia, is being awarded an $8,426,711 modification to a previously awarded hybrid, cost-plus-fixed-fee, and firm-fixed price contract (N00039-14-C-0035) for the Integrated Common Processor program. The organization will be providing software and hardware development, production, installation, training, maintenance and provisioned items under the Maritime Surveillance Systems Program Office, PMS-485, Program Executive Office Submarines, Naval Sea Systems Command. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $97,843,498. Other procurement, Navy funding in the amount of $141,500 will be obligated at the time of award. This contract combines purchases for the Navy (90 percent) and the government of Japan (10 percent) under the Foreign Military Sales program. Work will be performed in Manassas, Virginia, and is expected to be completed by Dec. 19, 2015. If all options are exercised, work could continue until December 2017. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole-source acquisition. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-14-C-0035).

ARMY

Lockheed Martin Corp., Orlando, Florida, was awarded a $50,941,902 fixed-price-incentive contract for a modernized laser range finder designator (M-LRFD) Lot 4 production contract, inclusive of M-LRFD kits and spares, with an estimated completion date of Dec. 31, 2017. One bid was solicited with one received. Work will be performed in Orlando, Florida. Fiscal 2015 other procurement funds in the amount of $21,778,761 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-C-0057).

Point Blank Enterprises, Pompano Beach, Florida (W91CRB-15-D-0024); Short Bark Industries,* Vonore, Tennessee (W91CRB-15-D-0025); and Carter Enterprises,* Brooklyn, New York (W91CRB-15-D-0026), were awarded a shared $49,000,000 firm-fixed-price multiyear contract for the Soldier Protection System torso and extremity protection ballistic combat shirt with an estimated completion date of Jan. 29, 2019. Bids were solicited via the Internet with seven received. Funding and work location will be determined with each order. Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

NCI Information Systems was awarded a $40,468,270 cost-plus-fixed-fee, multi-year, incrementally-funded contract with options for systems engineering and technical assistance and logistics support for Program Executive Officer (PEO) headquarters and subordinate PEO programs at Ft. Belvoir, Virginia, with an estimated completion date of Sept. 28, 2020. Bids were solicited via the Internet with six received. Fiscal year 2014 and 2015 other procurement (Army) and research, development, testing, and engineering funds in the amount of $13,580,926 wereDepartment of the Army obligated at the time of the award. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91CRB-15-C-0035).

Capco Inc.,* Grand Junction, Colorado, was awarded a $32,870,329 firm-fixed-price contract for 40mm M320/M320A1 grenade launchers and non-functional training displays with an estimated completion date of July 30, 2020. Bids were solicited via the Internet with five received. Funding and work location will be determined with each order. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-D-0063).

Trax International Corp., Las Vegas, Nevada, was awarded a $23,022,014 modification (P00151) to contract W9124R-09-C-0003 for test support to the Yuma Proving Ground. Work will be performed in Yuma, Arizona; and Ft. Greely, Alaska, with an estimated completion date of Oct. 31, 2015. Fiscal 2016 research, development, testing, and evaluation funds in the amount of $23,022,014 were obligated at the time of the award. Army Contracting Command, Yuma Proving Ground, Arizona, is the contracting authority.

General Dynamics Information Technology, Herndon, Virginia, was awarded a $20,208,718 modification (F405549) to contract W91QUZ-06-D-0012 for command, control, communications and computer information operations and maintenance. Work will be performed in Korea with an estimated completion date of Sept. 29, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $17,000,000 were obligated at the time of the award. Army Contracting Command, Yongsan, Korea APO AP, is the contracting authority.

Pride Industries, Roseville, California, was awarded a $16,335,086 modification (P00060) to contract W9124J-09-C-0014 to support the Ft. Polk, Louisiana, directorate of public works, with an estimated completion date of April 30, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $16,335,086 were obligated at the time of the award. Army Contracting Command, Ft. Polk, Louisiana, is the contracting authority.

Sam O. Hirota Inc.,* Honolulu, Hawaii (W9128A-15-D-0006); and Pacific Geotechnical Engineers Inc.,* Waipahu, Hawaii (W9128A-15-D-0007), were awarded a $9,900,000 indefinite-delivery, firm-fixed-price contract with options for architectural and engineering services for Pacific region projects. Funding and work location will be determined with each order with an estimated completion date of July 29, 2020. Bids were solicited via the Internet with eight received. Army Corps of Engineers, Ft. Shafter, Hawaii, is the contracting activity.

Avox Systems, Lancaster, New York, was awarded a $7,585,922 fixed-price-incentive contract with options for joint service aircrew masks with an estimated completion date of July 31, 2017. Work will be performed in Lancaster, New York; and Abingdon, Maryland. One bid was solicited with one received. Fiscal 2015 other procurement (Army) funds in the amount of $7,585,922 were obligated at the time of the award. Army is the contracting activity (W911SR-15-C-0007).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Burns Dirt Construction Inc., Columbus, Mississippi, has been awarded a $35,000,000 indefinite-delivery/indefinite-quantity contract for Columbus Air Force Base Paving and Civil Works. Contractor will provide for repair and construction of asphalt and concrete pavements including sub-base and base course, installation of associated utilities, drainage structures, sidewalks, curb and gutters, rubber removal and painting of runways, taxiways, and aprons and turf. Work will be performed at Columbus Air Force Base, Mississippi; and Auxiliary Field, Shuqualak, Mississippi, and is expected to be complete by July 30, 2020. This award is the result of a competitive acquisition and five offers were received. Fiscal 2015 operations and maintenance funds in the amount of $300,000 are being obligated at the time of award. The 14th Contracting Squadron, Columbus Air Force Base, Mississippi, is the contracting activity. (FA3022-15-D-0002).

Northrop Grumman Technical Services, Herndon, Virginia, has been awarded an $18,286,137 modification (04) to a firm-fixed-price and cost-reimbursable delivery order (0036) for the KC-10 contractor logistic support program. Contractor will provide for engine maintenance and overhauls for the KC-10 contractor logistic support program. Work will be performed worldwide to include McGuire Air Force Base, New Jersey; Travis Air Force Base, California; and Tinker Air Force Base, Oklahoma, and is expected to be complete by Sept. 30, 2015. Fiscal 2015 operations and maintenance funds in the amount of $18,286,137 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-10-D-0001).

Avosys Technology Inc., San Antonio, Texas, has been awarded a not to exceed $48,000,000 firm-fixed-price contract for clinical healthcare services. Contractor will provide healthcare workers who will perform a full range of clinical support services. Work will be performed at Davis-Monthan Air Force Base, Arizona, and is expected to be complete by July 8, 2021. This award is the result of a competitive acquisition with 15 offers received. Fiscal 2015 operations and maintenance funds in the amount of $799,964 are being obligated at the time of award. The 355th Contracting Squadron, Davis-Monthan Air Force Base, Arizona, is the contracting activity (FA4877-15-D-B001). (Awarded July 16, 2015)

DEFENSE LOGISTICS AGENCY

IBM Corp., Reston, Virginia, has been awarded a maximum $23,068,058 firm-fixed-price, cost-plus-incentive-fee contract for technical and functional services in support of the Defense Agencies Initiatives program. This was a competitive acquisition with two responses received. This is a one-year base contract with two one-year, and one three-month option periods. The maximum dollar amount includes the base contract and all the option periods. The obligated amount in fiscal 2015 is $6,723,671. Location of performance is Virginia, with an Aug. 1, 2016, performance completion date. Using service is federal civilian agencies. Type of appropriation is fiscal 2015 operations and maintenance, and research, development, test and evaluation funds.Defense_Logistics_Agency The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SP4701-15-C-0060).

Valley Apparel,* Knoxville, Tennessee, has been awarded a maximum $7,958,275 modification (P00005) exercising the first one-year option period of a one-year base contract (SPE1C1-14-D-1067) with three one-year option periods for summer and cold-weather jackets. This is a firm-fixed-price contract. Location of performance is Tennessee, with an Aug. 5, 2016, performance completion date. Using military services are Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

600px-US-MissileDefenseAgency-Seal.svgMISSILE DEFENSE AGENCY

Fifth Gait Technologies Inc., is being awarded a Small Business Innovation Research (SBIR) Phase III contract with a ceiling of $9,975,755.38. Under this new indefinite-delivery/indefinite-quantity contract, the contractor will update existing or develop new test procedures for testing components for Missile Defense Agency or other Department of Defense systems. These procedures provide early input on component performance for the decision makers and support full-scale operational tests. The work will be performed in Santa Barbara, California. The ordering period is from July 27, 2015, through July 26, 2018. This contract was competitively procured in accordance with the SBIR program policy directive. Fiscal 2015 research, development, test and evaluation funds in the amount of $2,100,000 are being obligated on this award. This is not a Foreign Military Sales acquisition. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-15-D-7006).

NAVY

Leidos, Inc., Reston, Virginia was awarded a ceiling $4,336,822,777 indefinite-delivery/indefinite-quantity contract, with firm-fixed-price, cost-plus-fixed-fee, cost-plus-incentive fee, and fixed-price incentive pricing arrangements, for the Defense Healthcare Management System Modernization program. As a service provider integrator, the contractor will provide an electronic health record off-the-shelf solution, integration activities and deployment across the Military Health System. This contract has a two-year initial ordering period, with two 3-year option periods, and a potential two-year award term, which, if awarded, would bring the total ordering period to 10 years. Work will be performed at locations throughout the United States and overseas. If all options are exercised, work is expected to be completed by September 2025. Fiscal 2015 Defense Health Program Research, Development, Test and Evaluation funds in the amount of $35,000,000 will be obligated at the time of award. Additional funds will be obligated as individual delivery orders are issued. This was a competitive acquisition, with six offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-15-D-0044).

C4 Planning Solutions, LLC*, Blythe, Georgia (N00039-15-D-0036); Cambridge International Systems, Inc.*, Arlington, Virginia (N00039-15-D-0037); Envistacom, LLC*, Atlanta, Georgia (N00039-15-D-0038); Forward Slope, Inc.* San Diego (N00039-15-D-0039); and SOLUTE Consulting*, San Diego (N00039-15-D-0040) are being awarded a $232,068,059 indefinite-delivery/indefinite-quantity, hybrid, cost-plus-fixed-fee, firm-fixed-price, cost-reimbursable-type, multiple-award contract for command, control, communications, computers, and intelligence (C4I) systems integration and engineering services in support of authorized and approved U.S. security assistance and security cooperation programs. Foreign Military Sale funds in the amount of600px-US-DeptOfNavy-Seal.svg $5,000 per contract awardee (for a total of $25,000) will be placed on contract and obligated at the time of award via a delivery order to each awardee. This contract involves utilizing Foreign Military Sales to various security cooperation partners to be identified as individual delivery orders are issued. Work will be performed in various overseas locations based on the requirement for each individual delivery order placed. The ordering period is three years for the base period up to the contract award amount. The base ordering period expires July 2018. The multiple-award contract was competitively procured with small business proposals solicited and 22 offers received via the Commerce Business Daily’s Federal Business Opportunities and the SPAWAR e-Commerce Central websites. Space and Naval Warfare Systems Command, San Diego, California is the contracting activity.

Bell Boeing Joint Program Office, California, Maryland, is being awarded a $64,227,368 contract modification to a previous basic contract (N00019-09-D-0008) for various repair parts for the V-22 aircraft. Work will be performed in Fort Worth, Texas (80 percent); and Ridley Park, Pennsylvania (20 percent), and will be completed by December 2017. No funds will be obligated at the time of award. Fiscal 2015 and 2016 Navy working capital funds will be provided through Delivery Order 0006 and will not expire at the end of the current fiscal year. One firm was solicited for this sole-source requirement, and one offer was received under authority 10 U.S.C. 2304 (c)(1). Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

General Dynamics Advanced Information Systems, Inc., Fairfax, Virginia is being awarded a $32,721,919 modification to previously awarded contract (N00024-09-C-6250) for AN/BYG-1 Tactical Control Systems (TCS) Technology Insertion (TI-14) Advanced Processing Build (APB-15) software for delivery to multiple submarine platforms. General Dynamics Advanced Information Systems will complete AN/BYG-1 Tactical Control Systems (TCS) Technology Insertion (TI-14) Advanced Processing Build (APB-15) software for delivery to multiple Submarine platforms. They will commence migration of TCS from TI-14 baseline to TI-16 and integrate APB-15 to support the lead variant Test Readiness Review (TRR) during FY16. Additionally, this contract continues maintenance activities for TI-14 APB-13 and earlier baselines. Work will be performed in Fairfax, Virginia and is expected to be completed by July 2016. Fiscal 2015 research, development test and evaluation funding in the amount of $3,872,306; fiscal 2015 other procurement, Navy funding in the amount of $1,802,252; Fiscal 2015 Armaments Cooperation Projects, Royal Australian Navy in the amount of $766,324 and Fiscal 2013 shipbuilding and conversion, Navy contract funds in the amount of $283,275, will be obligated at time award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia is the contracting activity.

Swinerton Builders, Arvada, Colorado, is being awarded a $26,509,003 firm-fixed-price contract for the construction of an aircraft maintenance hangar at the Naval Air Station Whidbey Island. The contract also contains one unexercised option and one planned modification, which if exercised, would increase cumulative contract value to $27,355,463. The work to be performed provides for the construction of a Type III high bay aircraft maintenance hangar with multi-story spaces for administration, maintenance shops and aircraft parts storage. Special features will include steel framed gravity and lateral system; pile foundation; metal decking with concrete fill; metal deck roof; trench grate nozzle for aqueous film forming foam; compressed air; uninterruptible power supply and back-up generators; and Leadership in Energy and Environmental Design Silver and Anti-Terrorism/Force Protection features. Work will be performed in Oak Harbor, Washington, and is expected to be completed by September 2016. Fiscal 2011 and 2015 military construction reserve force, (Navy) contract funds in the amount of $26,509,003 are obligated at time of award; $2,012,893 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-15-C-6005).

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $20,580,879 delivery order under indefinite-delivery/indefinite-quantity contract N4523A-15-D-5016-0001 for ship repair support on USS Nimitz (CVN 68). Huntington Ingalls Inc. will provide management, material support services, labor, supplies, and equipment deemed necessary to perform nuclear and nuclear-related work on the USS Nimitz (CVN 68). Work will be performed in Bremerton, Washington, and is expected to be completed by February 2016. Fiscal 2015 operation and maintenance Navy contract funds in the amount of $20,580,879 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1, “Only one responsible source and no other supplies or services will satisfy the agency requirement.” Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity.
Correction: Contract awarded on July 28, 2015, to PAE Applied Technologies, LLC, doing business as Defense Support Services, LLC, Marlton, New Jersey should read “PAE Aviation and Technical Services, LLC doing business as Defense Support Services, LLC” and the contract number should read (N00421-15-D-0007) instead of (N00421-15-C-0007).

Department of the ArmyARMY

BAE Systems Aerospace and Defense Group Inc., Phoenix, Arizona, was awarded a $45,070,161 modification (P00011) to contract W91CRB-13-C-0045 for four variants of hard armor protective inserts. Work will be performed in Phoenix, Arizona, with an estimated completion date of Sept. 2, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $45,070,161 were obligated at the time of the award. Army Contracting Command, Aberdeen, Maryland, is the contracting authority.

Ceradyne Inc., Cost Mesa, California, was awarded a $34,112,608 modification (P00010) to contract W91CRB-13-C-0046 for four variants of hard armor protective inserts. Work will be performed in Costa Mesa, California, with an estimated completion date of Sept. 2, 2016. Fiscal 2015 operations and maintenance (Army) funds in the amount of $34,112,608 were obligated at the time of the award. Army Contracting Command, Aberdeen, Maryland, is the contracting authority.

Honeywell Technology Solutions Inc., Columbia, Maryland, was awarded an $8,093,534 modification (0002) to contract W52P1J-12-G-0061 for logistics support to the Army Prepositioned Stocks-3. Work will be performed in Charleston, South Carolina, with an estimated completion date of Aug. 14, 2020. Fiscal 2015 operations and maintenance (Army) funds in the amount of $5,000,000 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting authority.

General Dynamics Ordnance and Tactical Systems Inc., St. Petersburg, Florida, was awarded a $7,842,528 modification (P00019) to contract W52P1J-12-C-0026 for M1002 120mm tank training ammunition. Work will be performed in St. Petersburg, Florida, with an estimated completion date of July 31, 2017. Fiscal 2014 and 2015 other procurement funds in the amount of $7,842,528 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting authority.

Aegis Defense Services LLC, McLean, Virginia, was awarded a $7,652,289 firm-fixed-price, incrementally-funded contract with options for armed guards at Bagram and Jalalabad airfields in Afghanistan, with an estimated completion date of July 31, 2016. Bids were solicited via the Internet with 15 received. Fiscal 2015 operations and maintenance (Army) funds in the amount of $7,345,299 were obligated at the time of the award. Army Contracting Command, Bagram AE, is the contracting activity (W91B4N-15-C-5005).

Orbital Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $7,039,930 modification (P00028) to contract W52P1J-12-C-0027 for M1002 120mm tank training ammunition. Work will be performed in Plymouth, Minnesota, with an estimated completion date of April 7, 2017. Fiscal 2014 and 2015 other procurement funds in the amount of $7,039,930 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting authority.

MISSILE DEFENSE AGENCY

SciTec Inc., Princeton, New Jersey, is being awarded an indefinite-delivery/indefinite-quantity contract with a ceiling of $9,978,244 for space data exploitation (SDE). This contract will supportMissile Defense Agency the development, application, and transition of SDE software development, test support, and data analysis. The work will be performed in Princeton, New Jersey; Fairborn, Ohio; Huntsville, Alabama; and Boulder, Co+956lorado. The estimated ordering period is from July 24, 2015, through July 23, 2018. This is a Small Business Innovation Research Phase III contract. Fiscal 2015 research, development, test and evaluation funds in the amount of $476,441 are being obligated on this award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-15-D-7003).

160px-Special_Operations_Specops_Army.svgSPECIAL OPERATIONS COMMAND

Booz Allen Hamilton Inc. (H92222-15-D-0022) and CACI-WGI Inc. (H92222-15-D-0025), Tampa, Florida; Raytheon Blackbird Technologies Inc.(H92222-15-D-0023), Herndon, Virginia; and MacAulay-Brown Inc. (H92222-15-D-0024), Dayton, Ohio, were awarded an indefinite-delivery/indefinite-quantity, multiple-award contract with a combined ceiling value of $900,000,000 for Special Operations Command Wide Mission Support services. The place of performance is multiple locations both in the U.S. and overseas. The anticipated period of performance is not to exceed five years. Each company will be awarded a $2,500 minimum guarantee, and additional funding will be obligated on individual task orders. Fiscal 2015 operations and maintenance funds shall be used to satisfy the minimum of the contract The contracts were competitively awarded using Federal Acquisition Regulation Part 15 procedures. Seventeen proposals were received. U.S. Special Operations Command is the contracting activity.

NAVY

PAE Applied Technologies LLC, doing business as Defense Support Services LLC, Marlton, New Jersey, is being awarded a $68,351,721 indefinite-delivery/indefinite-quantity contract for organizational, selected intermediate and limited depot level maintenance services for F-5 F/N aircraft. Work will be performed in Naval Air Station (NAS) Key West, Florida (40 percent); NAS Fallon, Nevada (30 percent); and Marine Corps Air Station, Yuma, Arizona (30 percent), and is expected to be completed in July 2016. Fiscal 2015 operations and maintenance (Navy Reserves) funds in the amount of $4,000,000 are being obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals, and six offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-15-C-0007).

Booz Allen Hamilton Engineering Services LLC, Linthicum, Maryland (N65236-15-D-4804); CSSI Inc., Washington, District of Columbia (N65236-15-D-4805); and SERCO Inc., Reston, Virginia (N65236-15-D-4806), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, with provisions for firm-fixed-price task orders, performance-based multiple award contract. The cumulative, estimated ceiling value of the base year is $38,028,800. The contracts are for the procurement of air traffic control (ATC) engineering and technical support services including specialized ATC engineering, specialized ATC technical and integration support, configuration data management, and systems maintenance for a broad range of complex ATC, meteorology and oceanography and aviation command, control, communications, computers, combat, intelligence, surveillance, and reconnaissance systems. These contracts include options, which if exercised, would bring the cumulative ceiling value of these contracts to an estimated $199,901,400. Work will be performed at multiple locations in the continental U.S., Southwest Asia,600px-US-DeptOfNavy-Seal.svg Southeast Asia and Africa. Work is expected to be completed by July 2016. If all options are exercised, work could continue until July 2020. Space and Naval Warfare Systems Command Systems Center Atlantic Navy working capital funds in the amount of $25,000 will be obligated at the time of award as the minimum guarantee and will be split among the three awardees; these funds will not expire at the end of the current fiscal year. This contract action establishes a potential ceiling value in which funds are obligated on individual task orders. The multiple award contracts were competitively procured by full and open competition via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with six offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $37,538,800 undefinitized contract action modification for a delivery order (5507) against a previously issued basic ordering agreement (N00019-14-G-0020). This modification authorizes engineering change proposals for air vehicle retrofit modifications to be incorporated into designated aircraft and supporting subsystems in support of the F-35 aircraft Block 3F requirements. This modification also includes retrofit modification kits, installation, and labor to incorporate the modification kits. Work will be performed in Fort Worth, Texas (90 percent); Marietta, Georgia (9 percent); and Palmdale, California (1 percent), and is expected to be completed in August 2018. Fiscal 2014 and 2015 aircraft procurement and research, development, test and evaluation (Navy, Marine Corps, and Air Force) funds in the amount of $13,093,580 are being obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Bristol General Contractors LLC,* Anchorage, Alaska, is being awarded a $17,923,026 firm-fixed-price task order 0002 at under a multiple award construction contract for repairs to the aircraft maintenance hangar building 3757, at Naval Air Station, Kingsville, Texas. The work to be performed provides for repair deficiencies in the building. Exterior repairs include replacement of roof, repairs to roof decking, sealing roof penetrations and repair roof drains. The interiors of the hangar bays will be cleaned and painted. Other repairs include structural, plumbing, heating, ventilation and air conditioning, fire protection and electrical system deficiencies in the hangar. Work will be performed in Kingsville, Texas, and is expected to be completed by July 2017. Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $17,923,026 are obligated at the time of award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-13-D-1771).

Green Contracting Company Inc.,* Baltimore, Maryland, is being awarded an $8,847,346 firm-fixed-price contract for the replacement of Cooling Tower, Building 77H, at the Philadelphia Naval Business Center. The work to be performed provides for construction that shall provide a 25,000 gallons/minute fiberglass reinforced plastic cooling tower, including cooling water distribution system; process control system; concrete foundations; concrete piles; concrete water basin; steel pipe bridge to support fire suppression system; relocate existing electrical utility duct bank; and site civil/mechanical utilities. Site demolition and improvements include demolition of existing 25,000 gallons/minute wood cooling tower, including concrete foundation, and concrete basin. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by September 2016. Fiscal 2015 Navy working capital contract funds in the amount of $8,847,346 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-C-7516).

PricewaterhouseCoopers Public Sector LLP, McLean, Virginia, is being awarded a $7,543,502 firm-fixed-price contract for real property audit preparation support. This effort is to provide a review of an estimated 300 properties at Marine Corps Base Camp Mujuk, Korea; and an estimated 6,560 properties within Marine Corps Base Camp Butler’s jurisdiction at Okinawa and Shizuoka (Camp Fuji), Japan, and perform critical corrective actions required to assist the installations to become audit ready. This contract includes options which, if exercised, would bring the cumulative value of this contract to $7,543,502. Work will be performed Shizuoka and Okinawa, Japan (90 percent); and in Mujuk, Korea (10 percent), and work is expected to be completed by February 2017. Fiscal 2015 operation and maintenance funds in the amount of $6,013,762 will be obligated at the time of contract award. Contract funds in the amount of $6,013,762 will expire at the end of the current fiscal year. This contract was competitively procured. Proposals were solicited via the One Acquisition Solution for Integrated Services through the General Service Administration. Three offers were received. The Marine Corps Installation Pacific Regional Contracting Office, Okinawa, Japan, is the contracting activity (M67400-15-F-0105).

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $6,737,083 cost-plus-fixed-fee task order under previously awarded basic ordering agreement N00024-14-G-2114 for repair of the number two ship’s service turbine generator on USS Nimitz (CVN 68). Huntington Ingalls Inc. will provide management, labor and support services. Work will be performed in Bremerton, Washington, and is expected to be completed by October 2015. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $6,737,083 will be obligated at time of award and will expire at the end of the current fiscal year. Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

BAE Systems, Rockville, Maryland, has been awarded a $48,700,246 fixed-price level of effort modification (P00073) to exercise an option on previously awarded contract FA8214-13-C-0001 for integration support. Contractor will provide systems engineering, technical assistance support, training, and development in performing integration, sustaining engineering and program management support functions for the Minuteman III weapon system. Work will be performed at Hill Air Force Base, Utah, and is expected to be complete by July 31, 2016. Fiscal 2015 operations and maintenance and research and development funds in the amount of $16,723,542 are being obligated at the time of award. Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity.

Aircraft Engineering and Installation Services Inc., Orlando, Florida, has been awarded a $28,593,344 firm-fixed-price, cost-reimbursable no-fee travel contract for the C-130 electronic propeller control system. Contractor will provide manufacture, integration and installation of the C-130 electronic propeller control system on 48 Air Force Reserve Command C-130H aircraft, and modify 25 spare Quick Engine Change (QEC) kits. Work will be performed at Orlando, Florida, and is expected to be complete by May 31, 2016. This award is the result of a competitive acquisition with nine offers received. Fiscal 2013 and 2014 National Guard and Reserve equipment account funds in the amount of $28,593,344 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-15-C-0008).

ARMY

General Dynamics Ordnance and Tactical Systems Inc., St. Petersburg, Florida, was awarded a $16,098,186 cost-plus-fixed-fee, incrementally-funded contract with options for the 120mm Advanced Multi-Purpose (AMP), XM1147 High Explosive Multi-Purpose with Tracer (HEMP-T) cartridges, with an estimated completion date of July 28, 2022. Bids were solicited via the Internet with four received. Fiscal 2015 research, development, testing and engineering funds in the amount of $5,345,000 were obligated at the time of the award. Work will be performed in St. Petersburg Florida; Red Lion, Pennsylvania; Hampton, Arizona; New York, New York; Niceville, Florida; Forest Lake, Minnesota; Totowa, New Jersey; North Canton, Ohio; East Camden, Arizona;Department of the Army and Germany. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-C-0067).

Alliant Techsystems Operations, Plymouth, Minnesota, was awarded a $15,997,541 cost-plus-fixed-fee incrementally funded contract with options for the 120mm Advanced Multi-Purpose (AMP), XM1147 High Explosive Multi-Purpose with Tracer (HEMP-T) cartridges, with an estimated completion date of July 28, 2022. Bids were solicited via the Internet with four received. Fiscal 2015 research, development, testing and engineering funds in the amount of $5,345,000 were obligated at the time of the award. Work will be performed in Plymouth, Minnesota; Middletown, Iowa; Mt. Carmel, Tennessee; Louisville, Kentucky; Camden, Arizona; Coachella, California; Rocket Center, West Virginia; Clear Lake, South Dakota; and Germany. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-C-0066).

Critical Solutions International,* Carrollton, Texas, was awarded a $12,702,031 firm-fixed-price foreign military sales contract (Iraq) for Husky Mark III 2-Operator 2G vehicles with manuals and spare parts, with an estimated completion date of Dec. 20, 2015. One bid was solicited with one received. Funding will be determined with each order. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0157).

bmg logo(R)2

 

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

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 (40.3600px-US-DeptOfNavy-Seal.svg 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).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

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, Rhode600px-US-DeptOfNavy-Seal.svg 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.

600px-US-TRANSCOM-Emblem.svgU.S. TRANSPORTATION COMMAND

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 2304Defense_Logistics_Agency (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

600px-US-MissileDefenseAgency-Seal.svgMISSILE DEFENSE AGENCY

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 locations600px-US-DeptOfNavy-Seal.svg 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.

600px-US-TRANSCOM-Emblem.svgU.S. TRANSPORTATION COMMAND

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 forDepartment of the Army 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.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

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 altitude356px-Seal_of_the_US_Air_Force.svg 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

Department of the ArmyARMY

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 and600px-US-DeptOfNavy-Seal.svg 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.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

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. TheseDefense_Health_Agency 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).

bmg logo(R)2

BMG AD (fv)



BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

ARMY

McCann World Group Inc., New York, New York was awarded a $377,000,000 modification (P00017) to contract W9124D-11-D-0036 for the Army recruiting advertising campaign, with an estimated completion date of Sept. 30, 2017. Funding and work location will be determined with each order. Army Contracting Command, Ft. Knox, Kentucky, is the contracting activity.

Boeing Co., Mesa, Arizona, was awarded a $51,200,000 modification (P00018) toDepartment of the Army contract W58RGZ-12-C-0055 for Version 4 retrofit kits for the Apache helicopter, AH-64E, Lots 1-4.  Work will be performed in Mesa, Arizona, with an estimated completion date of May 31, 2018.  Fiscal 2015 other procurement funds in the amount of $25,088,000 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $7,229,933 modification (0003) to contract W31P4Q-13-G-0003 for Patriot Advanced Capability (PAC-3) missile segment enhancement services to support the Integrated Air and Missile Defense program with flight test and integration support, as well as a Software – Fire Solution Computeroptimization option.  Work will be performed in Grand Prairie, Texas, with an estimated completion date of Jan. 30, 2017.  Fiscal 2016 research, development, testing and evaluation funds in the amount of $5,000,000 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

The Boeing Co., St. Louis, Missouri, is being awarded a $124,606,538 firm-fixed-price contract for the procurement of 53 full-rate production Lot 89 Harpoon weapon systems, components and spares, and Standoff Land Attack Missile – Expanded Response weapon system services, for the governments of Saudi Arabia, Australia, Japan, Korea, India, Turkey, Belgium, Brazil, Egypt, Kuwait, Canada, and Taiwan under the Foreign Military Sales program.  Work will be performed in McKinney, Texas (18.21 percent); Burnley, United Kingdom (18.09 percent); St. Charles, Missouri (17.28 percent); Elkton, Maryland (11.79 percent); Toledo, Ohio (3.93 percent); Middletown, Connecticut (3.62 percent); St. Louis, Missouri (4.31 percent); Joplin, Missouri (2.77 percent); Galena, Kansas (2.54 percent); Lititz, Pennsylvania (2.35 percent); Grove, Oklahoma (2.12 percent); Huntsville, Alabama (1.66 percent); Chandler, Arizona (1.16 percent); Black Mountain, North Carolina (1.01 percent); Ridgecrest, California (0.84 percent); East Camden, Arkansas (0.69 percent); Beverly, Massachusetts (0.66 percent); Fairfield, California (0.64 percent); Minneapolis, Minnesota (0.61 percent); McAlester, Oklahoma (0.57 percent); Tulsa, Oklahoma, (0.53 percent) Newton, Pennsylvania (0.52 percent); Anniston, Alabama (0.51 percent); Estill Springs, Tennessee (0.41 percent); O’Fallon, Missouri (0.43 percent); Springfield, Ohio (0.32 percent); Lancaster, Pennsylvania (0.24 percent); Chatsworth, California (0.22 percent); Cedar Rapids, Iowa (0.18 percent); Cheshire, Connecticut (0.16 percent); Skokie, Illinois (0.15 percent);  Fullerton, California (0.13 percent); Steelville, Missouri (0.09 percent); Foothill Ranch, California (0.09 percent); Plainview, New York (0.09 percent); Orangeburg, New York (0.09 percent); Lynnwood, Washington (0.07 percent); Mulvane, Kansas (0.07 percent); Tampa, Florida (0.07 percent); Middletown, California (0.07 percent); Woburn, Massachusetts (0.07 percent); Rancho Cucamonga, California  (0.06 percent); Washington, Missouri (0.05 percent); and various other locations in the U.S. (0.53 percent).  This contract combines purchases for the governments of Saudi Arabia ($35,963,573; 28.86 percent); Australia ($31,881,526; 25.59 percent); Japan ($29,630,747; 23.78 percent); Korea ($21,324,842; 17.11); India ($2,338,215; 1.88 percent); Turkey ($ 1,175,224; 0.94 percent); Belgium ($915,812; 0.73 percent);  Brazil ($711,616; 0.57 percent); Egypt ($561,721; 0.45 percent); Kuwait ($53,237; 0.05 percent); Canada ($39,600; 0.03 percent); and Taiwan ($10,425; 0.01 percent).  Work is expected to be completed in June 2017.  Foreign military sales funds in the amount of $124,606,538 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-16-C-0006).

Casbe Industries, Temecula, California (N66001-16-D-0095); Clint Precision Manufacturing, San Diego, California (N66001-16-D-0096); Design West Technologies Inc., Tustin, California (N66001-16-D-0097); Dye Precision CNC Inc., San Diego, California (N66001-16-D-0099); Eastwood Machine LLC, Santee, California (N66001-16-D-0100); JMT Inc., Norwalk, California (N66001-16-D-0101); Lobart Instruments, Pacoima, California (N66001-16-D-0102); Precise Industries Inc., Brea, California (N66001-16-D-0103); V&T Tooling, Temecula, California (N66001-16-D-0105); and WFW Industries LLC, San Diego, California (N66001-16-D-0106)  are being awarded a combined $18,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price, multiple award contract to provide custom fabricated parts utilizing a variety of manufacturing capabilities in support of rapid prototyping.  All 10 contractors will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two one-year options which, if exercised, would bring the potential value of this contract to $30,000,000.  Work will be performed at the respective contractor’s facilities as needed in Temecula, California; Tustin, California; Santee, California; Norwalk, California; Pacoima, California; and Brea, California.   Work is expected to be completed by Nov. 7, 2018, if all options are exercised.  Funding will be obligated via task orders as they are issued.  Contract funds will not expire at the end of the fiscal year.  The types of funding to be obligated include operations and maintenance (Navy); and research, development test and evaluation.  This contract was competitively procured via request for proposal N66001-15-R-0095 published on the Federal Business Opportunities website, and the Space and Naval Warfare Systems Command e-Commerce Central website, with 14 offers received and 10 selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

Oceaneering International Inc., Hanover, Maryland, is being awarded $12,910,944 cost-plus-award-fee modification to previously awarded contract N00024-05-C-4208 for Transfer Under Pressure (TUP) component integration efforts for the Submarine Decompression System (SDS).  The contract was awarded to provide program management, integrated logistics support, fabrication, system integration, testing, and certification of the final phase of the Submarine Rescue Diving and Recompression System (SRDRS) TUP capability hardware configuration items of the SDS.  The Navy requires the TUP capability to support treatment of rescued submariners and to prevent decompression sickness and death following a disabled submarine event.  Work will be performed in Hanover, Maryland, and is expected to be complete by March 31, 2018.  No funds will be obligated at time of award.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is being awarded an $8,548,171 modification to previously awarded contract N00024-12-C-2101 to exercise options for planning and design yard functions for standard Navy valves in support of nuclear powered submarines. Work will be performed in Newport News, Virginia, and is expected to be completed by November 2016.  Fiscal 2016 operation and maintenance (Navy); and fiscal 2016 shipbuilding and conversion (Navy) funding, in the amount of $3,166,954 will be obligated at the time of award, and funds in the amount of $3,000,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

AIR FORCE

BAE Systems Electronics and Information Systems Inc., Nashua, New Hampshire, has been awarded an $81,389,729 firm-fixed-price contract for Digital Electronic Warfare System Countermeasures Missile Warning System spares. Contractor will provide classified and unclassified spares line replacement units and356px-Seal_of_the_US_Air_Force.svg line replaceable modules required for supporting the F-15 modernization program. Work will be performed at Nashua, New Hampshire, and is expected to be complete by Dec. 31, 2018. This contract is 100 percent foreign military sales to the Saudi Arabia. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8540-16-C-0005).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Cummins Mid-South, Memphis, Tennessee, has been awarded a maximum $19,526,167 fixed-price with price-redetermination, indefinite-quantity contract in support of multiple weapon systems programs. 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 periods. Location of performance is Tennessee, with a Nov. 5, 2018, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2016 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-16-D-0023).

WASHINGTON HEADQUARTERS SERVICES

Alutiiq Advanced Security Solutions LLC, Anchorage, Alaska, is being awarded a $16,571,579 firm-fixed-price contract to acquire security officer services for leased spaces within the National Capital Region.  Work performance will take place in Alexandria, Virginia; Arlington, Virginia; Falls Church, Virginia; Reston, Virginia; and600px-WHS_Insignia.svg Silver Spring, Maryland. Fiscal 2016 building management funds in the amount of $16,571,579 are being obligated on this award and will expire at the end of the current fiscal year.  The expected completion date is Nov. 30, 2016. Washington Headquarters Services, Arlington, Virginia, is the contracting office.

*Small business

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

ATK Launch Systems Inc., Corrine, Utah, has been awarded a $790,300,000 cost-plus-fixed-fee, maximum ceiling contract for intercontinental ballistic missile (ICBM) propulsion subsystem support. Contractor will provide sustaining engineering support and program management support services for the ICBM propulsion subsystem. The primary focus will be to ensure any modifications or changes to the propulsion subsystem will maintain and improve system-level performance. Work will be performed at Corrine and Magna Utah, and is expected to be complete by Nov. 4, 2016. This award is the result of a competitive acquisition with three offers received. Fiscal 2016 operations and maintenance funds in the amount of $6,025,800 are being obligated at the time of award. Air Force Nuclear Weapon Center, Hill Air Force Base, Utah, is the contracting activity (FA8214-16-C-0001).

ARMY

Leidos Inc., Reston, Virginia, was awarded a $661,840,250 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the design, architecture engineering, configuration management, system integration, aircraft integration, testing, technical and logistics support of the Airborne Reconnaissance Low-Enhanced (ARL-E) system.  Bids were solicited via the Internet with three received with an estimated completion date of Nov. 3, 2020.  Funding and work location will be determined with each order.  Army Contracting Command, Aberdeen, Maryland, is theDepartment of the Army contracting activity (W56KGY-16-D-0001).

Hentzen Coatings,* Milwaukee, Wisconsin, was awarded a $9,826,086 firm-fixed-price contract to supply paint to the Red River Army Depot paint shop.  Bids were solicited via the Internet with two received, with an estimated completion date of Nov. 5, 2019.  Funding and work location will be determined with each order. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-D-0021).

Dirtworks Inc. of Vicksburg,* Vicksburg, Mississippi, was awarded a $7,640,844 firm-fixed-price contract to waterproof Upper Concordia Lake levee and berms.  Bids were solicited via the Internet with three received. Work will be performed in Vidalia, Louisiana, with an estimated completion date of Dec. 29, 2016.  Fiscal 2015 other procurement funds in the amount of $7,640,844 were obligated at the time of the award.  Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-16-C-0002).

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Corp., Mission Systems and Training (MST), Manassas, Virginia, is being awarded a $129,401,530 modification under a previously awarded contract (N00024-11-C-6294) to exercise options for fiscal 2016 Acoustic Rapid Commercial Off-The-Shelf (COTS) Insertion (A-RCI) system engineering and technical support.  MST shall continue the development and production of A-RCI systems.  A-RCI is a sonar system that integrates and improves towed array, hull array, sphere array, and other ship sensor processing, through rapid insertion of COTS-based hardware and software.  The contract provides funding for the development and production of the A-RCI and common acoustics processing for Technology Insertion 12 through Technology Insertion 14 for the U.S. submarine fleet and for foreign military sales.  Work will be performed in Manassas, Virginia (95 percent); and Syracuse, New York (5 percent), and is expected to be completed by December 2016.  Fiscal 2016 research, development, test and evaluation (Navy); fiscal 2011 shipbuilding and conversion (Navy); and fiscal 2016 operation and maintenance (Navy) funding in the amount of $6,552,057 is being obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity.

Raytheon Co., Integrated Defense Systems, Portsmouth, Rhode Island, is being awarded a $65,801,757 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0012) for the procurement of 22 MH-60R full-rate production Lot XIII Airborne Low Frequency Sonar systems for the Navy (20), and the government of Saudi Arabia (2), including associated program management support.  Work will be performed in Brest, France (59 percent); Portsmouth, Rhode Island (37 percent); and Johnstown, Pennsylvania (4 percent), and is expected to be completed in September 2018.  Fiscal 2015 aircraft procurement (Navy) and foreign military sales funds in the amount of $65,801,757 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This modification combines purchases for the Navy ($59,819,779; 91 percent), and the government of Saudi Arabia ($5,981,978; 9 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., McKinney, Texas, is being awarded $14,546,660 for firm-fixed-price delivery order 7001 under previously awarded basic ordering agreement N00383-15-G-009H for the repair of 137 units in support of the H-60 Multi-Spectral Targeting System Forward Looking InfraRed.  Work will be performed at Fleet Readiness Center Southeast, Jacksonville, Florida, and work is expected to be completed by November 2017.  No contract funds will be obligated at the time of award.  Navy working capital funds will be obligated as individual delivery orders are issued, and funds will not expire at the end of the current fiscal year.  This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304(C)(2).   The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Chavis’ Inc.,* Maxton, North Carolina (N40085-16-D-6310); G.T. Painting & Construction Co. Inc.,* Hopewell, Virginia (N40085-16-D-6311); Olympic Enterprises Inc.,* Hubert, North Carolina (N40085-16-D-6312); Pro Coating Services Inc.,* Jacksonville, North Carolina (N40085-16-D-6313); Vima Construction Corp.,* Dallas, North Carolina (N40085-16-D-6314); and WB Brawley Co.,* Wilmington, North Carolina (N40085-16-D-6315), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award design-bid-build construction contract for general painting projects in the Marine Corps Installation (MCI) East area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all six contracts combined is $10,000,000.  The work to be performed provides for general painting services including, but not limited to, interior and/or exterior painting of various buildings, structures, facilities, equipment, miscellaneous apparatus and components, roadway markings, signage, and other infrastructure, incidental preparation, repair and/or replacement of interior/exterior surfaces, interior/exterior repairs, removal of asbestos materials and lead paint, and incidental related work.  Olympic Enterprises Inc. is being awarded task order 0001 at $14,125 for the painting of buildings AS515, TC1060, TC1061, TC1062, TC1063 and RR405 at Marine Corps Base Camp Lejeune, Jacksonville, North Carolina.  Work for this task order is expected to be completed by May 2016.  All work on these contracts will be performed within the MCI East AOR 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 November 2020.  Fiscal 2016 operation and maintenance (Marine Corps) contract funds in the amount of $39,125 are obligated on these awards and will expire at the end of the current fiscal year.  These contracts were competitively procured via the Navy Electronic Commerce Online website, with six proposals received.  These six contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Benaka Inc.,* New Brunswick, New Jersey 08901, is being awarded $9,624,000 for firm-fixed-price task order JU01 under a previously awarded, multiple award construction contract (N40085-14-D-5247) for construction of a laundry room, building renovations and repairs in building 2003 at Marine Corps Base Quantico.  Building renovations include selective structural, electrical, plumbing, and painting throughout the building.  Renovations also include installation of new floor tile and cove base, one new storefront type wall, new electrical circuits, lighting, water supply and sanitary drains, ventilation systems, and government furnished washers and dryers.  Work will be performed in Quantico, Virginia, and is expected to be completed by July 2017.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $9,624,000 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.

*Small business

ARMY

Airbus Defense and Space Inc., Herndon, Virginia, was awarded a $65,828,056 modification (P00945) to contract W58RGZ-06-C-0194 for Lakota helicopters with ARC radio 231 mission equipment package.  Work will be performed in Herndon, Virginia, with an estimated completion date of Nov. 30, 2017.  Fiscal 2016 other procurement funds in the amount of $65,828,056 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contractingDepartment of the Army activity.

Ernst & Young, Washington, District of Columbia, was awarded a $24,552,712 modification (P00012) to contract W91CRB-14-F-0013 for Army audit readiness and general fund financial statement improvement.  Work will be performed in Washington, District of Columbia, with an estimated completion date of Nov. 3, 2016.  Fiscal 2016 operations and maintenance (Army), and other procurement funds in the amount of $22,025,941 were obligated at the time of the award.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Northrop Grumman Systems Corp. – Marine Systems (NGSC-MS), Sunnyvale, California, is being awarded a $31,599,538 firm-fixed-price, cost-plus-incentive-fee, cost-plus-fixed-fee contract to provide field services at sites and shipyards and includes equipment repairs, integrated logistics support, technical documentation and publication support, and continuing reliability and performance evaluation.  NGSC-MS will also provide the U.S. and United Kingdom expendable hardware (D5 gas generator cases and launch tube closures, spare and repair parts), and Strategic Systems Programs Alterations including refresh of the launcher subsystem components to address obsolescence of existing hardware.  The refresh of the launcher subsystem will include update of the firing circuit with a laser-based launcher initiation system and the overhaul and refurbishment of the fleet population of missile hoists.  The contractor will manufacture steel ballast closures, firing unit test simulators, stanchions and tactical closure containers in support of New Strategic Arms Reduction Treaty.  In support of the Strategic Weapons System Ashore Test Facility, NGSC-MS will also provide the required equipment and technical support for preparation leading to the Test Bay #1 Missile Service Unit certification.  The maximum dollar value, including the base period and four option years, is $223,587,869.  Work will be performed in Sunnyvale, California (58 percent); Bangor, Washington (20 percent); Kings Bay, Georgia (20 percent); St. Charles, Missouri (1 percent); and Cape Canaveral, Florida (1 percent), with an expected completion date of Sept. 30, 2016.  If all options are exercised, work will continue through Sept. 30, 2020.  Subject to availability, fiscal 2016 operations and maintenance (Navy) contract funds in the amount of $27,970,771; and United Kingdom funds in the amount of $3,628,767, will be obligated at the time of award.  Contract funds in the amount of $27,970,771 will expire Sept. 30, 2016.  This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) and (4).  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-16-C-0010).

CORRECTION:  The undefinitized contract action announced Nov 3 to Lockheed Martin Corp. had the incorrect fiscal year of obligated funds.  The correct fiscal year is 2015.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an undefinitized contractual action not-to-exceed $5,370,955,495 to the previously awarded low-rate initial production Lot IX F-35 Lightning II Joint Strike Fighter advance acquisition contract (N00019-14-C-0002).  This modification provides for the procurement of 41 F-35A aircraft, including 26 F-35As for the Air Force; six F-35As for Norway; seven F-35As for Israel; two F-35As for Japan; 12 F-35Bs, including six for the Marine Corps and six for the British Royal Navy; and two F-35Cs for the Navy.  Work will be performed in Fort Worth, Texas (30 percent); El Segundo, California (25 percent); Warton, United Kingdom (20 percent); Orlando, Florida (10 percent); Nashua, New Hampshire (5 percent); Nagoya, Japan (5 percent); and Baltimore, Maryland (5 percent), and is expected to be completed in December 2017.  Fiscal 2016 aircraft procurement (Air Force, Marine Corps, and Navy); and non-U.S. Department of Defense participants and foreign military sales funds in the amount of $625,099,999, 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

AIR FORCE

Northrop Grumman Information Systems, El Segundo, California, has been awarded a $9,179,598 modification (P00032) to previously awarded contract FA8808-13-C-0001 for Enhanced Polar System Control and Planning Segment protected key management architecture (KMA).  Contractor will assist in transitioning from the current KMA to the protected satellite communication KMA by providing356px-Seal_of_the_US_Air_Force.svg factory testing and support for operational transitional planning. Work will be performed at El Segundo, California, and is expected to be completed by Sept. 30, 2017.  Fiscal 2015 research, development, test, and evaluation funds in the amount of $6,959,465 are being obligated at the time of award.  Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

 

bmg logo(R)2

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

DEFENSE LOGISTICS AGENCY

Tecmotiv (USA) Inc.,* Niagara Fall, New York, has been awarded a maximum $10,801,303 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for diesel repair kits. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. Location of performance is New York, with a Nov. 19, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through fiscal 2021 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan, (SPRDL1-16-D-0013).

American Water Operations and Maintenance, Inc., Voorhees, New Jersey, has been awarded a maximum $7,757,484 modification (P00012) increasing the value of an existing contract (SP0600-14-C-8290) that privatized the water distribution andDefense_Logistics_Agency wastewater collection systems at Hill Air Force Base, Utah. This is a fixed-price with economic-price-adjustment contract. Locations of performance are New Jersey and Utah, with an Aug. 31, 2064, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2016 through fiscal 2064 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

City Power and Light, Inc.,* Greenwood Village, Colorado, has been awarded a maximum $7,345,296 modification (P00010) increasing the value of an existing contract (SP0600-14-C-8291) that privatized the electric distribution system at Hill Air Force Base, Utah. This is a fixed-price with economic-price-adjustment contract. Locations of performance are Colorado and Utah, with a Nov. 30, 2064, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2016 through fiscal 2064 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

600px-US-DeptOfNavy-Seal.svgNAVY

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is being awarded a $605,212,398 cost-plus-fixed-fee contract for Naval nuclear propulsion components.  Work will be performed in Monroeville, Pennsylvania (65 percent) and Schenectady, New York (35 percent).  No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts.   Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $605,212,398 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with FAR 6.302-1 (a)(2)(iii) – only one responsible source and no other supplier or services will satisfy agency requirements.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-2107).

Life Cycle Engineering, Inc., North Charleston, South Carolina, is being awarded a $17,477,956 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for planning and engineering services in support of U.S. Navy ships serviced at the Ship Repair Facility-Japan Regional Maintenance Center in Yokosuka and Sasebo, Japan.  This contract includes a 12-month base period and two 12-month optional periods, which if exercised, will bring the contract value to $53,327,244.  Work will be performed in Bremerton, Washington (59 percent); Yokosuka, Japan (39 percent); and Sasebo, Japan (2 percent).  Work is expected to be completed by November 2016; if all options are exercised, work will continue through November 2018.  No funds will be obligated at the time of award.  Operations and maintenance (Navy) funds will be obligated as individual delivery orders are issued.  Funds will not expire at the end of the current fiscal year.   This contract was competitively procured with the solicitation posted to the Navy Electronic Commerce Online website, with one offer received.   Naval Supply Systems Command Fleet Logistics Center Puget Sound, Washington, is the contracting activity (N00406-16-D-6020).

Systems Planning and Analysis, Inc., Alexandria, Virginia, is being awarded a $13,994,491 cost-plus-fixed-fee contract to provide technical services, program support, assessments and special studies and systems engineering in support for the following programs:  Trident II submarine launched ballistic missile program, special projects involving Navy strategic and conventional strike technologies and deterrence concepts, Strategic Systems Programs arms control program, strategic weapons system launcher subsystem support, and technical propulsion support.  This contract contains options, which if exercised, will bring the contract value to a maximum dollar value of $75,719,314.  Work will be performed in Alexandria, Virginia, with an expected completion date of Sept. 30, 2016.  If options are exercised, work will continue through Sept. 30, 2020.  Fiscal 2016 operations and maintenance (Navy) contract funds in the amount of $8,867,587 and fiscal 2016 research, development, test and evaluation (Navy) contract funds in the amount of $5,126,904, are being obligated subject to the availability of funds.  Contract funds in the amount of $8,867,587 will expire at the end of fiscal 2016.  This contract was a sole-source acquisition in accordance with 10 U.S.C. 2304(c)(1).  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-16-C-0019).

Lockheed Martin Corp., Orlando, Florida, is being awarded an $11,590,020 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N68335-09-D-0006) for continued performance based logistics support of the Consolidated Automated Support System.  Work will be performed in Orlando, Florida, and is expected to be completed in March 2016.  Fiscal 2016 working capital funds (Navy) in the amount of $11,590,020 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, Lakehurst, New Jersey, is the contracting activity.

AIR FORCE

Lockheed Martin Aeronautics Corp., Fort Worth, Texas, has been awarded a $38,002,404 indefinite-delivery/indefinite-quantity contract for Iraqi Air Force F-16356px-Seal_of_the_US_Air_Force.svg Advanced Pilot Training. Work will be performed at Balad Air Base, Iraq, and is expected to be complete by Nov. 19, 2020. This contract involves foreign military sales. This award is the result of a sole-source acquisition. The 338th Specialized Contracting Squadron, Joint Base San Antonio Randolph, Texas, is the contracting activity. (FA3002-16-D-0005)

*Small business

 

Department of the ArmyARMY

IBM Corp., Reston, Virginia was awarded an $80,125,573 modification (CC0188) to extend contract W91QUZ-06-D-0010 to increase the labor hours, dollars ceiling and extend the performance period for IT services.  Work will be performed at Redstone Arsenal, Alabama with an estimated completion date of June 30, 2018.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $12,786,682 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity.

Cher Oklahomaee Nation Assurance LLC, Catoosa, Oklahoma (W81XWH-16-D-0002);DS Federal, Inc.,* Rockville, Maryland (W81XWH-16-D-0003); Eagle Applied Sciences, LLC,* San Antonio, Texas (W81XWH-16-D-0004); Laulima Government Solutions, LLC,* Orlando, Florida (W81XWH-16-D-0005); One Federal Solution,* Waldorf, Maryland (W81XWH-16-D-0006); TCONNEX Inc.,* McLean, Virginia (W81XWH-16-D-0007); Venesco & Hyperion Joint Venture,* Chantilly, Virginia (W81XWH-16-D-0008) were awarded a $49,800,000 indefinite-delivery/indefinite-quantity shared contract for support service at the Army Medical Research Institute of Infectious Diseases at Ft. Detrick, Maryland.  Bids were solicited via the internet with fourteen received with an estimated completion date of Nov. 19, 2020.  Funding and work location will be determined with each order.  Army Medical Research Acquisition Activity, Frederick, Maryland is the contracting activity.

Fast Track Drugs & Biologics LLC,* Gaithersburg, Maryland was awarded a $7,019,015 cost-plus-fixed-fee incrementally funded contract with options to develop a new anti-malarial drug.  Bids were solicited via the internet with two received. Work will be performed in Gaithersburg, Maryland with an estimated completion date of Nov. 22, 2019.  Fiscal 2015research, development, testing and evaluation funds in the amount of $7,019,015 were obligated at the time of the award.  Army Medical Research Acquisition Activity, Frederick, Maryland is the contracting activity (W81XWH-16-C-0002).

DEFENSE LOGISTICS AGENCY

Mathews Assoc. Inc.,* Sanford, Florida, (SPMELX-16-D-0009), and Bren-Tronics, Inc.,* Commack, New York, (SPMELX-16-D-0010), will share a $23,167,028 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPM7LX-09-R-0057 for lithium-ion storage batteries. These contracts were sole source acquisitions using justification 10 U.S.C. 2304 (c)(1). These are three-year baseDefense_Logistics_Agency contracts with two one-year option periods. Locations of performance are Florida and New York, with a Nov. 18, 2018, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio

Lockheed Martin MS2, Owego, New York, has been awarded a maximum $7,931,000 firm-fixed-price delivery order (THCV) against corporate contract SPRWA1-13-D-2000 for receiver processors in support of the Navy H-60 program. This was a sole source acquisition using justification 10 U.S.C. 2304 (c)(1). Location of performance is New York, with a Jan. 31, 2019, performance completion date. Using service is Navy. Type of appropriation is fiscal 2016 through fiscal 2019 aircraft procurement Navy funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

600px-US-DeptOfNavy-Seal.svgNAVY

Centerra Group, LLC, Palm Beach Gardens, Florida, is being awarded a $24,963,985 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N69450-14-D-7999) to exercise option one for base operations support services at Naval Station Guantanamo Bay.  The work to be performed provides for base operating support services including, but not limited to, the following functions: family housing, facility management, facility investment, other (swimming pools), custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, base support vehicles and equipment, electrical, wastewater, water, and limited facilities support functions. After award of this option, the total cumulative contract value will be $49,736,028.  Work will be performed in Guantanamo Bay, Cuba, and work is expected to be completed November 2016.  No funds will be obligated at time of award.  Fiscal 2016 operation and maintenance (Navy); fiscal 2016 Navy working capital funds; fiscal 2016 Defense health program funds; and fiscal 2016 family housing operation and maintenance (Navy) in the amount of $12,928,826 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

Lockheed Martin Corp., Baltimore, Maryland, is being awarded a $20,550,226 performance based logistics, firm-fixed-price contract for the manufacture of 284 repairable items used in the MK-41 Vertical Launching System.  Work will be performed at in Ventura, California (85 percent), and Baltimore, Maryland (15 percent), and work is expected to be completed by November 2018.  Working capital funds (Navy) in the amount of $6,718,641 will be obligated on the first delivery order at the time of award and will not expire at the end of the current fiscal year.  This is a three-year contract, no option years.  This contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1), with one offer received in response to this solicitation.  Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $20,000,000 modification to previously awarded contract N00024-13-C-2108 for additional planned supplemental work for the refueling complex overhaul of USS Abraham Lincoln (CVN 72). This modification will provide for additional effort to respond to mandatory and essential growth work, during the accomplishment of the overhaul, modernization, repair, maintenance, and refueling CVN 72. This additional effort will ensure that the ship is returned to the fleet fully mission capable at redelivery.  Work will be performed in Newport News, Virginia, and is expected to complete by November 2016.  Fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $20,000,000 will be obligated at the time of contract award and will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Centerra Group LLC, Palm Beach Gardens, Florida, is being awarded a $17,052,841 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N33191-11-D-0738) to exercise option four under for base operations support services at Naval Support Activity, Kingdom of Bahrain.  The work to be performed provides for, but is not limited to, all management, supervision, tools, materials, supplies, labor, and transportation services necessary to perform trouble calls, security, galley, facilities investment, custodial, pest control, integrated solid waste management grounds maintenance, wastewater, operation of the reverse osmosis water treatment system and base support vehicles and equipment.  After award of this option, the total cumulative contract value will be $75,048,688.  Work will be performed in the Kingdom of Bahrain and its seven outlying areas, and work is expected to be completed November 2016.  No funds will be obligated at time of award.  Fiscal 2016 operation and maintenance, (Navy) and fiscal 2016 Navy working capital contract funds in the amount of $14,175,823 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Europe Africa and Southwest Asia, Naples, Italy, is the contracting activity.

Hydroid, Inc., Pocasset, Massachusetts is being awarded an $8,662,533 modification to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00174-13-D-0005) to increase quantities for the procurement of additional MK 18 Family of System assets.  The MK 18 program supports Unmanned Underwater Vehicle Systems.  Work will be performed in Pocasset, Massachusetts and is scheduled to be complete by September 2017.  No additional funds are being obligated at time of award. The contract was awarded on a sole-source basis in September 2013 in accordance with FAR 6.302-1(a)(2) – only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

AIR FORCE

Northrop Grumman, San Diego, California, has been awarded a $120,791,630 modification (P00105) to definitizate an undefinitized contract action for previously awarded contract FA8726-09-C-0010. Contractor will extend the services of the Battlefield Airborne Communication Node Payload. Work will be performed at San Diego, California, and is expected to be complete by June 22, 2016. No funds are being356px-Seal_of_the_US_Air_Force.svg obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Mashacusetts, is the contracting activity.

Raytheon Co. – Missile Systems Div., Tucson, Arizona, has been awarded an $18,082,165 modification (P00003) to previously awarded contract FA8675-15-C-0004 for contractor logistics support. Contractor will provide CLS High-speed Anti-Radiation Missile Targeting System depot repairs and sustainment activities. Work will be performed at Tucson, Arizona, and is expected to be complete by Nov. 30, 2016. Fiscal year 2016 operations and maintenance funds in the amount of $10,157,324 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. (FA8675-15-C-0004)

Tecolote Research, Inc., Goleta, California, has been awarded a firm fixed price $7,329,997 modification (02) to previously awarded task order (RS01) on indefinite-delivery/indefinite-quantity contract FA8802-13-D-0002. Contractor will provide Space and Missile Systems Center acquisition and financial support for the Remote Sensing Systems Directorate. This will include advisory and assistance services to augment support to the directorate in the areas of cost estimating and earned value, financial analysis, director’s action group, acquisition, manpower, and administration being provided under the basic task order. Work will be performed at Los Angeles Air Force Base, California; Buckley Air Force Base, Colorado and Boulder, Colorado, and is expected to be complete by Nov. 30, 2016. Fiscal year 2016 research, development, test, and evaluation funds in the amount of $1,756,091 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

UPDATE:  Alion Science and Technology, Burr Ridge, Illinois (FA8075-16-D-0001); Battelle Memorial Institute, Columbus, Ohio (FA8075-16-D-0002); Booz Allen Hamilton, McLean, Virginia (FA8075-16-D-0003);  Exelis, Inc., Information Systems, Rome, New York (FA8075-16-D-0004); Georgia Tech Applied Research Corporation, Atlanta, Georgia (FA8075-16-D-0005); MacAulay-Brown, Inc., Dayton, Ohio (FA8075-16-D-0006); ManTech Advance Systems International, Inc., Fairfax, Virginia (FA8075-16-D-0007); Northrop Grumman Systems Information Sector, McLean, Virginia (FA8075-16-D-0008); TASC, Inc., Chantilly, Virginia (FA8075-16-D-0009); and Wyle Laboratories, Inc., Huntsville, Alabama (FA8075-16-D-0010), have been awarded added as awardees to a maximum $5,000,000,000 multiple-award, indefinite-delivery/indefinite-quantity contract for Cyber Security and Information Systems Technical Area Tasks. Contractors will provide research, development, test and evaluation efforts for technical area tasks within the software analysis, information assurance, knowledge management and information sharing and modeling and simulation focus areas. Work locations will be specific on individual task orders with the effort expected to be complete by Nov. 30, 2020. These companies will share this award with the Multi-Award Partial Small Business Set-Aside competition pool award that was announced Oct. 8, 2015. This award is the result of a competitive acquisition with 11 offers received. No funds are being obligated at the time of award. The Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity.

*Small business

 

600px-US-TRANSCOM-Emblem.svgU.S. TRANSPORTATION COMMAND

Three teams and eight individual airlines, all members of the Civil Reserve Air Fleet program, have been awarded indefinite-delivery / indefinite-quantity, fixed-price with economic price adjustment contracts to provide international airlift services.  The total cumulative face value of the contracts is $357,053,176.  The teams are:  Patriot Team, Tulsa, Oklahoma, which includes ABX Air,* Wilmington, Ohio, Air Transportation International, Inc.,* Wilmington, Ohio, JetBlue Airways Corporation, Long Island City, New York;  Kalitta Air, LLC,* Ypsilanti, Michigan;  Northern Air Cargo, Inc., Anchorage, Alaska; Omni Air International, Inc.,* Tulsa, Oklahoma; United Airlines, Inc., Houston, Texas; and United Parcel Service Co., Louisville, Kentucky, $99,891,750 (HTC711-16-D-CC12)  Federal Express Charter Programs Team, Memphis, Tennessee, which includes American Airlines, Inc., Fort Worth, Texas; Atlas Air, Inc., Purchase, New York; FedEx Charters, Memphis, Tennessee; and Polar Air Cargo Worldwide, Inc., Purchase, New York, $67,214,751 (HTC711-16-D-CC10)  Miami Air International, Inc. dba Miami Air Team, Miami, Florida, which includes Miami Air International, Inc.,* Miami, Florida, and MN Airlines, LLC, dba Sun Country Airlines,* Mendota Heights, Minnesota, $4,446,065 (HTC711-16-D-CC11)  Individual airlines include: National Air Cargo Group, Inc. dba National Airlines,* Orlando, Florida, $4,328,185 (HTC711-16-D-CC15)  Delta Airlines, Atlanta, Georgia, $901,613, (HTC711-16-D-CC19) Hawaiian Airlines, Inc., Honolulu, Hawaii, $5,433 (HTC711-16-D-CC14) Alaska Airlines, Inc., Seattle, Washington, $4,551 (HTC711-16-D-CC17) Tatonduk Outfitters dba Everts Air Cargo,* Fairbanks, Alaska, $4,550 (HTC711-16-D-CC18) Lynden Air Cargo, Anchorage, Alaska, $4,229 (HTC711-16-D-CC20) Southwest Airlines Co., Dallas, Texas, $1,975 (HTC711-16-D-CC16) Allegiant Air, LLC, Las Vegas, Nevada, $1,971 (HTC711-16-D-CC13) Work will be performed at worldwide locations as specified on each individual task order, with an expected completion date of Sept. 30, 2016.  Type of appropriation is fiscal 2016 Transportation Working Capital Funds to be obligated on individual task orders.  The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois.

DEFENSE LOGISTICS AGENCY

Allan Baker, Inc., doing business as Korect Optical,* Louisville, Kentucky, has been awarded a maximum $30,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various optical lenses for military services using the electronic catalog program. This was a competitive acquisition, withDefense_Logistics_Agency two responses received. This is a three-year base contract with two one-year option periods. The maximum dollar amount is for the life of the contract. Location of performance is Kentucky, with a Nov. 17, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-16-D-0001).

KPMG LLP, McLean, Virginia, has been awarded a maximum $26,183,088 firm-fixed-price contract to provide necessary management services for assisting in asserting and sustaining audit readiness.  This was a competitive acquisition with six responses received.  This is a one year contract.  Location of performance is Virginia, with a Nov. 17, 2016 performance completion date.  Using service is federal civilian agencies.  Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds.  The contracting activity is the Defense Logistics Agency Contracting Services Office, Richmond, Virginia (SP4703-11-A-0017-0059).

Excel Garment Manufacturing, LTD.,* El Paso, Texas, has been awarded a maximum $8,426,077 modification (P00111) exercising the second one-year option period of a one-year base contract (SPM1C1-14-D-1006) with four one-year option periods for coats and trousers for various types of uniforms. Location of performance is Texas, with a Nov. 19, 2016, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Missile Defense AgencyMISSILE DEFENSE AGENCY

Network Management Resources, Inc.*, Chantilly, Virginia is being awarded a $15,945,835  modification (P00060) to a previously awarded cost-plus-incentive-fee contract to exercise an option, increasing the total contract value from $54,981,299 to $70,927,134. Under this modification, the contractor will provide global classified and unclassified video conferencing services, collaboration services, customer facing business application services, and end user training. The work will be performed in Fort Belvoir, Va.; Huntsville, Ala.; Colorado Springs, Colo.; and Dahlgren, Va. The performance period is from Dec. 1, 2015 through Nov. 30, 2016. Fiscal Year 2016 Research and Development funds in the amount of $2,016,450 are being obligated on this award. The Missile Defense Agency, Schriever AFB, Colo., is the contracting activity (H95001-12-C-0001).

NAVY

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is being awarded a $93,135,194 cost-plus-fixed-fee modification to previously awarded contract (N00024-12-C-2106) for Naval Nuclear Propulsion Components.  Work will be performed in Monroeville, Pennsylvania.  Fiscal 2016 other procurement (Navy) and fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $81,994,530 will be obligated at time of award and funds will not expire at the end of the current fiscal year.  No completion date or additional information is provided on Naval Nuclear600px-US-DeptOfNavy-Seal.svg Propulsion Program contracts.   The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Mercury Defense Systems, Inc.,* Cypress, California, is being awarded a $41,802,436 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for 200 Miniaturized I/J Band Digital Radio Frequency Memory Modulators (Mini DRFMs) and their associated repairs and evaluations.  The Mini DRFM is a state-of-the-art electronic and radio frequency device that produces high fidelity threat simulator systems for test and evaluation and training missions. Work will be performed in Cypress, California, and is expected to be completed in November 2020.  Fiscal 2015 working capital funds (Navy) in the amount of $169,681 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-16-D-0003).

*Small business

 

bmg logo(R)2

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

AIR FORCE

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $302,222,015 fixed-price incentive firm target modification (P00003) to previously awarded contract FA8682-16-C-0005 for the Joint Air-to-Surface Standoff Missile (JASSM) program. Contractor will provide JASSM production, system upgrades, integration, sustainment, management and logistical support. Work will be performed at Troy, Alabama, and is expected to be complete by June 29, 2019. This contract involves foreign military sales (FMS) to Poland and Finland. Fiscal 2016 missile procurement funds in the amount of $254,431,611; and FMS funds in the amount of $47,602,561, are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Synergy Business Innovations & Solutions Inc., Arlington, Virginia, has been awarded a $23,395,788 firm-fixed-price, indefinite-quantity/indefinite-delivery contract for assistance and advisory services, engineering and technical assistance. Contractor will provide repeatable, defined, accurate, timely, well-documented, and well-managed processes that identify information assets. It will provide an organized approach to meeting information needs and developing data vocabulary and ontology products to support refined business processes.  In addition, this effort will support the Deputy Undersecretary of the Air Force for Management office with assessments of progress toward Air Force and program mission objectives. Work will be performed at Arlington, Virginia, and is expected to be complete by Dec. 3, 2018. This award is the result of a competitive acquisition with three offers received. Fiscal 2016 operations and maintenance funds in356px-Seal_of_the_US_Air_Force.svg the amount of $1,488,810 are being obligated at the time of award. Air Force District of Washington, SAF Enterprise Support Division, Joint Base Andrews, Maryland, is the contracting activity (FA7014-16-D-5001).

Exelis Inc., a wholly-owned subsidiary of Harris Corp., Herndon, Virginia, has been awarded a $13,173,622, excluding options, firm-fixed-price, cost-plus-fixed-fee, and cost reimbursable contract for the Air Force Distributed Common Ground System Distributed Mission Site Reference Imagery Transition program. Contractor will acquire the use of InfiniBandC (Peregrine) wide-area-network high-speed transport layer and data storage and dissemination capabilities. This effort provides direct feed of information without going through a third-party, increased speed for data collection and processing, and cloud computing architecture. Work will be performed at DGS-1, DGS-2, DGS-4, East Coast Hub and West Coast Hub and, excluding options, is expected to be complete by July 25, 2016. Fiscal 2015 other procurement funds in the amount of $13,173,622 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-C-16-0009).

600px-US-DeptOfNavy-Seal.svgNAVY

Raytheon Co., McKinney, Texas, is being awarded $68,618,926 for ceiling-priced delivery order 7003 under previously awarded basic ordering agreement N00383-15-G-005D for the repair of 23 weapons repairable assemblies and 41 shop replaceable assemblies of the Advanced Targeting Forward Looking Infrared System used in support of the F/A-18 aircraft. Work will be performed in McKinney, Texas (77.2 percent); Jacksonville, Florida (19.9 percent); and El Segundo, California (2.9 percent).  Work is expected to be completed by December 2018.  Working capital funds (Navy) in the amount of $33,623,273 will be obligated at time of award and will not expire at the end of the current fiscal year.  This is year two of a five-year contract; no option years.  This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c)(1), with one offer received in response to this solicitation.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded a $26,390,278 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0004) to exercise an option for the manufacture and installation of one Block I modification aircraft kit and Very Low Terminal kit for the E-6B aircraft.  In addition, this modification provides for field support engineering, operational and maintenance training, technology refresh and software licenses and agreements.  Work will be performed in Richardson, Texas (80 percent); and Oklahoma City, Oklahoma (20 percent), and is expected to be completed in November 2017.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $26,390,278 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.

Vigor Marine LLC, Portland, Oregon, is being awarded an $8,931,411 firm-fixed-price contract for 56-calendar-day shipyard availability for the regular overhaul and dry docking (ROH-DD) of USNS Yukon (T-AO 202).  Work will include general services for ship, clean and gas free tanks void and cofferdams and spaces, number seven port and starboard cargo tanks preservation, number two center cargo tank preservation, number ten center cargo tank preservation, close survey inspection, main deck overhead preservation, main house preservation, main engine exhaust insulation replacement, lifeboat repair and maintenance, reefer container installation and underwater hull preservation.  The contract includes options which, if exercised, would bring the total contract value to $9,788,394.  Work will be performed in Portland, Oregon, is expected to be completed by March 2, 2016.  If options are exercised, work will continue through March 12, 2016.  Fiscal 2016 maintenance and repair contract funds in the amount of $8,931,411 are being obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website, having two offers received.  The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-16-C-4011).

Correction:  The number of the contract awarded Nov. 30, 2016, to Kratos Defense and Rocket Support Services, San Diego, California, should have read N63394-16-C-0007.  And the following sentence was missing: This contract includes an option which, if exercised, would bring the cumulative value of this contract to $9,140,280.

U.S. TRANSPORTATION COMMAND

Ten companies have each been awarded an estimated $28,163,737 modification P00012 under an indefinite-delivery/indefinite-quantity, fixed-price, economic price adjustment contract for Category A international commercial air cargo transportation service.  For all companies, the modification brings the total cumulative face value of the contract to $423,740,143 from $395,576,406.  The companies and their awards are:  Alaska Airlines Inc., Seattle, Washington (HTC711-13-D-C001); Atlas Air Inc., Purchase, New York (HTC711-13-D-C002); Federal Express Corp., El Segundo, California (HTC711-13-D-C003); Kalitta Air LLC.,* Leesburg, Virginia (HTC711-13-D-C004); Miami Air International Inc.,* Miami, Florida (HTC711-13-D-C005); National Air600px-US-TRANSCOM-Emblem.svg Cargo Group Inc.,* Orlando, Florida (HTC711-13-D-C006); Northern Air Cargo Inc., Anchorage, Alaska (HTC711-13-D-C007); Omni Air International Inc.,* Tulsa, Oklahoma (HTC711-13-D-C008); United Parcel Service Co., Louisville, Kentucky (HTC711-13-D-C009); and US Airways Inc., Tempe, Arizona (HT711-13-D-C010).  Work will be performed worldwide as specified on each individual order and is expected to be completed Jan. 31, 2016.  Funds will be obligated through decentralized orders.  The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois.

Berry Aviation Inc., San Marcos, Texas, has been awarded an estimated $8,520,382 task order for an existing indefinite-delivery/indefinite-quantity contract (HTC711-10-D-R018).  This task order provides fixed wing air transportation services for the U.S. Special Operations Command in the U.S. Central Command area of responsibility.  The work will be performed at Bagram, Afghanistan.  Performance is from Dec. 1, 2015, to Feb. 29, 2016.  The type of appropriation is fiscal year 2016, operations and maintenance-2020.  The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

American Apparel Inc., Selma, Alabama, has been awarded a maximum $21,954,010 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for women’s all-weather coats. This was a competitive acquisition with one response received. This is a one-year base contract with four one-year option periods. The maximum dollar amount is for the life of the contract including options. Location of performance is Alabama, with a Dec. 2, 2020, performance completion date. Using military services are Army, Navy and Marine Corps. Type of appropriation is fiscal 2016 through fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-16-D-1012).

*Small Business

AIR FORCE

Lockheed Martin Corp. – Lockheed Martin Aeronautics, Fort Worth, Texas, has been awarded a $914,000,000 fixed-price incentive and cost-plus contract to upgrade F-16 aircraft for the government of Singapore. Work will be performed at Fort Worth, Texas, and is expected to be complete by June 30, 2023. This contract is 100 percent foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base Ohio, is the contracting activity (FA8615-16-C-6048).356px-Seal_of_the_US_Air_Force.svg

TASC Inc., Andover, Maryland, has been awarded a $9,980,361 cost-plus-fixed-fee modification (P00016) to exercise the option on previously awarded contract FA7037-11-0-0003. The modification will extend services for management, engineering and technical support services required to support the establishment, maintenance and evolution of the 92 Information Operations Squadron Cyber Assessment Program. Work will be performed at San Antonio, Texas, and is expected to be complete by Nov. 30, 2016. No funds are being obligated at the time of award. The 38th Contracting Squadron, Tinker Air Force Base, Oklahoma, is the contracting activity (FA7037-11-0-0003).

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Corp., Mission Systems and Training, Moorestown, New Jersey, is being awarded a $49,107,093 modification to previously awarded contract N00024-14-C-5104 to exercise option year two for ship integration and test of the Aegis Weapon System (AWS) for AWS Baselines through Advanced Capability Build (ACB) 12. The contract provides for Aegis shipboard integration engineering, Aegis test team support, Aegis modernization team engineering support, ballistic missile defense test team support, and AWS element assessments.  This contract will cover the AWS ship integration and test efforts for five new construction DDG 51 class ships, and the major modernization of five DDG 51 class ships.  It will additionally cover the integrated combat system modifications and upgrades for all current ships with all AWS baselines up to and including ACB 12.  Work will be performed in Camden, New Jersey (24 percent); Pascagoula, Mississippi (24 percent); Bath, Maine (23 percent); San Diego, California (12 percent); Norfolk, Virginia (10 percent);  Moorestown, New Jersey (4 percent); and various places below one percent (3 percent), and is expected to be complete by November 2018.  Fiscal 2011 and 2013 shipbuilding and conversion (Navy); fiscal 2016 operations and maintenance (Navy); fiscal 2014 other procurement (Navy); and fiscal 2016 research, development, test and evaluation (Navy) funding in the amount of $23,803,601 will be obligated at time of award.  Contract funds in the amount of $4,200,003 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Schuyler Line Navigation Co. LLC, Annapolis, Maryland, is being awarded an $18,263,400 firm-fixed-price contract for charter of a double hull tanker in the Western Pacific. This contract contains an option and bonus, which if exercised, will bring the contract value to $33,816,900.  Work will be performed in the Western Pacific waters, and is expected to be completed by January 2017. If the option and bonus are exercised, work will continue through January 2018.  Fiscal 2016 operations and maintenance contract funds in the amount of $12,924,000 are being obligated at the time of award.  Contract will not expire at the end of the current fiscal year.  This contract was procured under full and open competition via the Federal Business Opportunities website, with five offers received.  The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-16-C-3252)

Simmonds Precision Products Inc., Vergennes, Vermont, is being awarded $7,080,780 for modification to firm-fixed-price delivery order 0008 awarded against a previously issued basic ordering agreement (N00019-11-G-0010) for the procurement of 28 Integrated Mechanical Diagnostic and Health Usage Monitoring System (IMD HUMS) kits in support of the H-1 production upgrades, AH-1Z and UH-1Y aircraft.   Work will be performed in Vergennes, Vermont, and is expected to be completed in February 2018.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $7,080,780 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.

ARMY

VSE Corp., Alexandria, Virginia, was awarded $23,035,808 for remanufacturing M9115A3 trucks, with an estimated completion date of Dec. 1, 2016.  Bids were solicited via the Internet with two received. Funding and work location will be determined with each order. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-D-0022).

Battelle Memorial Institute, Columbus, Ohio, was awarded a $12,124,353 modification (P00014) to contract W911SR-15-C-0004 for contractor support to the Joint Program Executive Office for Chemical and Biological Defense.  Work will be performed in Columbus, Ohio, with an estimated completion date of June 30, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $ 6,658,357 were obligated at the time of the award.  Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Computer Sciences Corp.,* Huntsville, Alabama, was awarded a $9,286,461 modification (P002906) to foreign military sales contract (Saudi Arabia, Federated States of Micronesia, Pakistan,Department of the Army Afghanistan) W31P4Q-05-A-0028 for support to the Non-Standard Rotary Wing Aircraft Project Office.  Work will be performed in Huntsville, Alabama, with an estimated completion date of Nov. 24, 2016.  Fiscal 2016 other procurement funds in the amount of $9,286,461 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

The University of Southern California – Information Sciences Institute, Los Angeles, California, has been awarded an $11,848,255 cost-reimbursement contract for Phase 1 of the DARPA Circuit Realization at Faster Timescales (CRAFT) – FinFET Foundry/Design Aggregration Services program. The contract includes options for phases 2 and 3 that are not yet exercised. Fiscal 2015 research and development funds in the amount of $500,000 are being obligated at time of award. Work will be performed in Marina Del Ray, California, with an expected completion date of February 2016 (end date of Phase 1). This contract was a sole-source acquisition.  DARPA, Arlington, Virginia, is the contracting activity (HR0011-16-C-0017).

Millennium Space Systems, Inc., El Segundo, California, has been awarded a $7,717,073 cost-plus-fixed-fee contract with options for a DARPA research program. Fiscal 2015 and 2016 research and development funds in the amount of $3,332,088 are being obligated at the time of award. Work will be performed in Princeton, New Jersey (15 percent); Carlisle, Massachusetts (26 percent); and El Segundo, California, (59 percent) with an estimated completion date of September 2016. DARPA, Arlington, Virginia, is the contracting activity (HR0011-16-C-0009).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Brad Hall and Associates,* Idaho Falls, Idaho (SPE600-16-D-4515), $104,161,455; Petroleum Traders Corp.,** Fort Wayne, Indiana (SPE600-16-D-4517), $74,758,025; Phillips 66 Co.,* Bartlesville, Oklahoma (SPE600-16-D-4518), $52,859,354; Hartland Fuel Products LLC,** Onalaska, Wisconsin (SPE600-16-D-4524), $28,255,434; TMV LLC, doing business as Triune,* Dallas, Texas (SPE600-16-D-4513), $21,912,245; Antech Inc.,* Mountain View, California (SPE600-16-D-4521), $19,809,629; Merlin Petroleum Co. Inc,** Westport, Connecticut (SPE600-16-D-4516), $18,455,115; Olson Service Co.,** Fox Lake, Illinois (SPE600-16-D-4522), $18,246,257; and Troy Co. Inc.,* Seattle, Washington (SPE600-16-D-4519), $18,102,152, have each been awarded a fixed-price with economic-price-adjustment contract under solicitation SPE600-15-R-0211 for various types of fuel. These contracts were competitive acquisitions with 43 offers received. They are five-year contracts with no option periods. Locations of performance are Idaho, Indiana, Washington, California, Georgia, Connecticut, Texas, Minnesota, Wisconsin, Iowa, Colorado, Michigan, New Mexico, Kansas, Wyoming, Illinois, North Dakota, South Dakota, Oklahoma, and Nebraska, with a June 30, 2020, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2016 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

*Small Business

**Small disadvantaged business

ARMY

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded an $833,339,080 modification (0004) to  contract W58RGZ-12-C-0008 for sustaining, Army fixed engineering sustaining, program management/systems engineering sustaining, Army provisioning, Army technical publications, other integrated logistics support, contractor manpower reporting, packaging handling storage and transportation, and advance procurement funding.  Work will be performed in Stratford, Connecticut, with an estimated completion date of Dec. 31, 2016.  Fiscal 2015 other procurement funds in the amount of $833,339,080 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $106,510,258 modification (P00310) to contract W58RGZ-13-D-0001 for technical, engineering, logistics services and supplies, and 100 percent parts support for the H-60 weapons system. Work will be performed in Corpus Christi, Texas, with an estimated completion date of Nov. 30, 2016.  Fiscal 2016 other procurement funds in the amount of $106,510,258 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DynCorp International, Ft. Worth, Texas, was awarded a $61,054,351 firm-fixed-price foreign military sales (Saudi Arabia) contract with options for maintenance support for the Saudi LandDepartment of the Army Forces Aviation Command aviation program.  Bids were solicited via the Internet with four received. Work will be performed in Saudi Arabia, with an estimated completion date of Jan. 31, 2021.  Fiscal 2016 other procurement funds in the amount of $61,054,351 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-16-C-0016).

Realization Technologies Inc.,* Sunnyvale, California, was awarded a $49,971,530 order-dependent, indefinite-delivery/indefinite-quantity contract for software maintenance and support for the Naval Air Systems Command, with an estimated completion date of Nov. 29, 2020.  One bid was solicited with one received. Funding and work location will be determined with each order.  Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-16-D-0002).

Lockheed Missile and Fire Control, Grand Prairie, Texas, was awarded a $41,421,353 modification (PZ0066) to foreign military sales contract W31P4Q-14-C-0066 (Italy, Singapore) for low-cost, reduced-range practice rockets, download/demate effort, and integrated logistic support.  Work will be performed in Grand Prairie, Texas; and Camden, Arkansas, with an estimated completion date of March 31, 2016.  Fiscal 2014 other procurement funds in the amount of $41,421,353 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Raytheon, Huntsville, Alabama, was awarded a $9,989,264 modification (P000445) to contract W31P4Q-12-C-0120 for the air and missile defense capability Phase 2.  Work will be performed in Huntsville, Alabama, with an estimated completion date of March 31, 2016.  Fiscal 2016 research, development, testing, and evaluation funds in the amount of $5,000,000 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

InBios International Inc.,* Seattle, Washington, was awarded a $9,600,000 cost contract to develop multiple immunochromatographic tests for the rapid diagnosis and detection of infectious diseases and biological warfare agents of military significance.  Bids were solicited via the Internet with three received, with an estimated completion date of Nov. 30, 2020. Funding and work location will be determined with each order.  Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity (W81XWH-16-D-0009).

Computer Sciences Corp.,* Huntsville, Alabama, was awarded a $9,286,461 modification (002906) to foreign military sales (Saudi Arabia, Federated States of Micronesia, Pakistan, Afghanistan) contract W31P4Q-05-A-0028 for support to the Non-Standard Rotary Wing Aircraft Project Office .  Work will be performed in Huntsville, Alabama, with an estimated completion date of Nov. 24, 2016.  Fiscal 2016 other procurement funds in the amount of $9,286,461 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

M1 Support Services, Denton, Texas, was awarded a $304,969,015 fixed-price, performance incentive and award fee contract with cost-reimbursable line items for Nellis Aircraft Maintenance Backshop operations and maintenance services. Contractor will provide services to perform safe and reliable maintenance for A-10, F-15, F-16, F/A-22 and F-35 aircraft located at Nellis Air Force Base, Nevada, as well as limited backshop maintenance support for 15 HH-60 helicopters based at Nellis Air Force Base but assigned to the 23rd Wing at Moody Air Force Base, and for the 11 F-16 aircraft assigned to the Air Force Aerial Demonstration Squadron (Thunderbirds). Work will be performed at Nellis Air Force Base, and is expected to be complete by Dec. 31, 2020. This award is the result of a competitive acquisition with four offers received. Fiscal 2016 operations and maintenance funds in the amount of $42,501,311 are being obligated at the time of award. Headquarters Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-16-C-0005). (Awarded Nov. 17, 2015)

The Boeing Co., Oklahoma City, Oklahoma, has been awarded an estimated $134,000,000 indefinite-delivery/indefinite-quantity contract for sustainment support for the E-4B fleet. This initial award obligates the base year of a 10-year contract. Contractor will provide program management, supply chain management, field service representatives, aircraft depot maintenance, and engine maintenance and overhauls. Work will be performed at Oklahoma City; and San Antonio, Texas, and is expected to be complete by Dec. 30, 2016. This award is the result of a sole-source acquisition. Fiscal 2016 operations and maintenance funds in the amount of $13,646,318 are being obligated on the first delivery order at the time of award. Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-16-D-0002).

Jacobs Technology Inc., Lincoln, Massachusetts, has been awarded a cost-plus-fixed-fee and cost reimbursable $23,112,161 modification (P00100) to previously awarded contract FA8721-14-C-0018 for engineering and technology acquisition support services to Hanscom Air Force Base, and its geographically separated units. Contractor will provide disciplined systems and specialty engineering and technical and information assurance services, support, and products using established government, contractor, and industry processes. Work will be performed at Hanscom Air Force Base, Massachusetts, and is expected to be complete by July 31, 2016. This contract involves foreign military sales. Fiscal 2014 and 2015 research, development, test and evaluation; and 2016 operations and maintenance and defense working capital funds in the amount of $10,238,520 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

TechFlow Inc., San Diego, California, has been awarded a $12,625,251 modification (P00029) to exercise the option on previously awarded contract FA4890-13-C-0005 for Air Combat Command’s primary training ranges operations and maintenance services. Contractor will provide operations, maintenance and sustainment of range threat, scoring, and feedback systems.  The program also provides for target, road, grounds, and limited facility maintenance. Work will be performed at Dare County Range, North Carolina; Poinsett Range, South Carolina; Grand Bay Range, Georgia; Avon Park Range, Georgia; Snyder Range, Texas; Belle Fourche Range, South Dakota; Holloman Ranges, New Mexico; Mountain Home Ranges, Idaho;  and Nevada Test and Training Range, Nevada. Work is expected to be complete by Dec. 31, 2016. Fiscal 2016 operations and maintenance funds in the amount of $2,060,018 are being obligated at the time of award. Air Combat Command, Newport News, Virginia, is the contracting activity.

Jacobs Technology Inc., Lincoln, Massachusetts, has been awarded a cost-plus-fixed-fee, cost-reimbursable $8,049,182 modification (P00100) to previously awarded contract FA8721-14-C-0017 for engineering and technology acquisition support services to Hanscom Air Force Base and its geographically separated units. Contractor will provide disciplined systems and specialty engineering and technical and information assurance services, support, and products using established government, contractor, and industry processes. Work will be performed at Hanscom Air Force Base, Massachusetts, and is expected to be complete by July 31, 2016. Fiscal 2014 and 2015 research, development, test and evaluation; and 2016 operations and maintenance and defense working capital funds in the amount of $2,871,984 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a firm-fixed-price $7,145,264 modification (P00012) to previously awarded contract FA8615-12-C-6016. Contractor will provide manufacturing support equipment needed for repair and modification of 138 Taiwan F-16s. Work will be performed in Taiwan, and is expected to be complete by March 31, 2019. This contract is 100 percent foreign military sales to Taiwan. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $54,835,600 modification to a previously awarded cost-plus-fixed-fee contract (N00019-15-C-0031) for recurring logistics services support for delivered air systems including, but not limited to, ground maintenance activities; action request resolution; depot activation activities; Automatic Logistics Information System operations and maintenance; reliability, maintainability and health management implementation and support; supply chain management; and activities to provide and support pilot and maintainer initial training in support of delivered air systems for the F-35 Lightning II Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, and non-Department of Defense (DoD) participants. Work will be performed in Ft. Worth, Texas (35 percent); El Segundo, California (25 percent); Warton, United Kingdom (20 percent); Orlando, Florida (10 percent); Nashua, New Hampshire (5 percent); and Baltimore, Maryland (5 percent).  Work is expected to be completed in December 2015.  Fiscal 2014 and 2015 aircraft procurement (Air Force, Marine Corps, and Navy); fiscal 2016 operation and maintenance (Air Force, Marine Corps, and Navy); and non-DoD participants funds in the amount of $47,835,600, will be obligated at time of award, of which $22,103,508 will expire this fiscal year.  This contract combines purchases for the Air Force ($25,867,847; 47 percent); Marine Corps ($14,804,737; 27 percent); Navy ($9,610,912; 18 percent); and non-DoD participants ($4,552,104; 8 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

IAP World Services Inc., Cape Canaveral, Florida, is being awarded a $29,718,594 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40080-09-D-0512) to exercise option year three for base operations support services at Naval Support Activity Annapolis.  The work to be performed provides for all management, supervision, labor hours, training, equipment, and supplies necessary to perform base operating services to include, but not limited to, facility investment, service calls, pest control, operation of utility plants, refuse collection, special events, and snow and ice removal.  After award of this option, the total cumulative contract value will be $192,905,714.  Work will be performed in Annapolis, Maryland, and work is expected to be completed by November 2016.  No funds will be obligated at time of award.  Fiscal 2016 operation and maintenance, (Navy); and fiscal 2016 Navy working capital funds, in the amount of $18,538,856 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded a $22,820,568 cost-plus-fixed-fee delivery order (2099) placed against basic ordering agreement N00019-11-G-0001 for the procurement of F/A-18E/F and EA-18G aircrew training device concurrency Technical Directive List – 5 H12 System Configuration Set (SCS)/Operational Flight Program.  The SCS is delivered to the fleet as a highly integrated software package that provides upgrades to the mission computer, sensors and human aircraft interaction.  Work will be performed at the Naval Air Station (NAS) Oceana, Virginia (20 percent); NAS Lemoore, California (20 percent); NAS China Lake, California (20 percent); NAS Whidbey Island, Washington (20 percent); and Marine Corps Air Station Iwakuni, Japan (20 percent), and is expected to be completed in April 2018.  Fiscal 2014 and 2015 aircraft procurement (Navy); fiscal 2015 weapons procurement (Navy); and fiscal 2015 procurement ammunition (Navy and Marine Corps) funding in the amount of $22,820,568 will be obligated at time of award, $20,457,009 of which will expire at the end of the fiscal year.  The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

Northrop Grumman Systems Corp., Charlottesville, Virginia, is being awarded a $19,841,177 cost-plus-incentive-fee, fixed-price incentive, firm-firm-fixed-priced, cost-plus fixed-fee and cost for the Inertial Navigation Systems Replacement (INS-R) Inertial Sensor Module (ISM).  The INS-R ISM is intended to serve as the U.S. naval fleet’s primary position source in the absence of a global positioning system.  The INS-R will provide mission critical ship positioning, velocity, and altitude data to shipboard sensors, combat systems, guns, and missile systems.  This contract is for INS-R ISM design, development, production, technical support, spares, and other direct costs.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $47,784,690.  Work will be performed in Charlottesville, Virginia (61.52 percent); Woodland Hills, California (32.67 percent); and Salt Lake City, Utah (5.81 percent), and is expected to be complete by November 2016. Fiscal 2016 research, development, test and evaluation (Navy) funding in the amount of $1,327,613 will be obligated at the time of award, and contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with two offers received.  The Naval Sea Systems Command, Washington District of Columbia, is the contracting activity (N00024-16-C-5226).

The Boeing Co., St. Louis, Missouri, is being awarded $16,486,184 for cost-plus-fixed-fee task order 0218 against a previously issued basic ordering agreement (N00019-11-G-0001) for production engineering support for the installation and integration of systems required for the F/A-18 E/F and EA-18G and electromagnetic aircraft launch system follow-on test and evaluation.  Work will be performed in Patuxent River, Maryland (75 percent); and St. Louis, Missouri (25 percent), and is expected to be completed in February 2017.  Fiscal 2014 and 2015 aircraft procurement (Navy) funds in the amount of $15,730,273 are being obligated on this award, of which $3,211,023 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., Seattle, Washington, is being awarded $15,538,397 for cost-plus-incentive-fee delivery order 3069 against a previously issued basic ordering agreement (N00019-11-G-0001) for the modification of three 737 P-8A flight test aircraft (T-4, T-5, and T-6) to a low-rate 4-1 production representative configuration.  Work will be performed in Patuxent River, Maryland (77 percent); Seattle, Washington (20 percent); Mesa, Arizona (2 percent); and Huntington Beach, California (1 percent), and is expected to be completed in January 2017.  Fiscal 2015 aircraft procurement (Navy) funds in the amount $15,538,397 will be 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.

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded a $14,223,772 indefinite-delivery/indefinite-quantity contract for the procurement of special progressive aircraft rework sustainment support services, including security, project engineering, integrated logistics support, VIP helicopter training, and program support for the Presidential Helicopters Program.  Work will be performed in Stratford, Connecticut (88 percent); and Quantico, Virginia (12 percent). Work is expected to be completed in November 2016.  No funds will be obligated at time of award.  Funds will be obligated on individual delivery orders as they are issued.  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 (N00019-16-D-1000).

Thales Defense & Security Inc., Clarksburg, Maryland, is being awarded $13,398,394 for undefinitized contract action delivery order 7014 under previously awarded basic ordering agreement N00383-13-G-003F for the repair coverage for 38 weapons replaceable assemblies in support of the Airborne Low Frequency Sonar System for the H-60 aircraft.  Work will be performed in Clarksburg, Maryland, and is expected to be completed by November 2016.  Working capital funds (Navy) in the amount of $10,048,795 will be obligated at time of award and will not expire at the end of the current fiscal year.  This is year three of a four-year contract with no option years.  This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c)(1), with one offer received in response to this solicitation.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

SEDNA Digital Solutions LLC,* Manassas, Virginia, is being awarded an $11,713,761 modification to previously awarded contract N00024-13-C-6272 to exercise an option for engineering and technical services for high fidelity simulation/stimulation and common processing system software development, and single port array controller asynchronous transfer mode cards.  This effort is the result of Small Business Innovation Research topic number N05-059, “High Fidelity Front End Simulation for Complex Physics Based Processing System.”  Work will be performed in Manassas, Virginia, and is expected to be completed by September 2016.  Fiscal 2016 research, development, test and evaluation (Navy); fiscal 2015 other procurement (Navy); and fiscal 2011, 2012 and 2015 shipbuilding and conversion (Navy) funds in the amount of $3,408,442 will be obligated at time of award, and will not expire at the end of the current fiscal year.  This contract was awarded under the authority of 10 U.S. Code 2304(c)(5), authorized or required by statue 15 U.S. Code 638 (r) aid to small business.  The Naval Sea Systems Command, District of Columbia, is the contracting activity.

Austal Hull 130 Chartering LLC, Mobile, Alabama, is being issued a $9,140,850 modification under a previously awarded firm-fixed-price contract (N00033-15-C-5303) to exercise a six-month option for the charter of a U.S.-flagged passenger/cargo vessel.  The vessel will support the Marine Corps Third Marine Expeditionary Force in the Far East.  Work will be performed in the Far East, and is expected to be completed by May 31, 2016.  Fiscal 2016 working capital funds (Navy) in the amount of $9,140,850 are being obligated at the time of award, and will expire at the end of the current fiscal year.  The Military Sealift Command, Norfolk, Virginia, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded $9,018,848 for firm-fixed-fee-price delivery order 2067 to exercise an option against a previously issued basic ordering agreement (N00019-11-G-0001) for follow-on integrated logistics support/engineering services in support of the Harpoon/Standoff Land Attack Missile-Expanded Response mmissile system and Harpoon launch systems for the Navy and the governments of Australia, Bahrain, Canada, Chile, Denmark, Egypt, Germany, India, Israel, Japan, Korea, Kuwait, Malaysia, Netherland, Oman, Portugal, Saudi Arabia, Singapore, Taiwan, Thailand, Turkey, United Arab Emirates, and the United Kingdom under the Foreign Military Sales program. Work will be performed in St. Charles, Missouri (91.84 percent); St. Louis, Missouri (5.47 percent); Yorktown, Virginia (2.64 percent); and Oklahoma City, Oklahoma (0.05 percent), and is expected to be completed in January 2017.  Fiscal 2016 operations and maintenance (Navy) funds; and foreign military sales funds in the amount of $9,018,848 are being obligated on this award, of which $2,425,166 will expire at the end of the current fiscal year.  This contract combines purchases for the Navy ($2,425,166; 26.89 percent); and the governments of Korea ($986,268; 10.94 percent); Taiwan ($783,148; 8.68 percent); Turkey ($506,886; 5.62 percent); Japan ($504,179; 5.59 percent); Egypt ($503,268; 5.58 percent); Saudi Arabia ($421,531; 4.67 percent); Australia ($381,336; 4.23 percent); United Kingdom ($347,333; 3.85 percent); Canada ($254,720; 2.82 percent); Chile ($241,248; 2.67 percent); Israel ($207,323; 2.30 percent); Portugal ($202,207; 2.24 percent); India ($189,909; 2.11 percent); Thailand $186,382; 2.07 percent); Singapore ($154,170; 1.71 percent); Bahrain ($140,478; 1.56 percent); Kuwait  ($99,253; 1.10 percent); United Arab Emirates ($95,726; 1.06 percent); Malaysia ($95,506; 1.06 percent); Oman ($94,404; 1.05 percent); Netherlands ($82,669; 0.92 percent); Germany ($66,136; 0.73 percent); and Denmark ($49,601; 0.55 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Hamilton Sundstrand, Rockford, Illinois, is being awarded $8,974,879 for firm-fixed-price delivery order 7010 under previously awarded long-term contract N00383-12-D-011N for repair of the constant frequency generator used on the V-22 aircraft in support of both MV-22 (Marines), and CV-22 (Air Force).  Work will be performed in Rockford, Illinois, and is expected to be completed by January 2017.  No contract funds will be obligated at the time of award.  Working capital funds (Navy) will be obligated as individual delivery orders are issued, and funds will not expire at the end of the current fiscal year.  This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304(C)(2).  The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

General Dynamics Advanced Information Systems Inc., Fairfax, Virginia, is being awarded an $8,428,644 cost-plus-incentive-fee contract modification under previously awarded contract N00024-15-C-6228 to exercise previously awarded options for the procurement of engineering development efforts and production of technology insertion multipurpose processor (MPP) and total ship monitoring system (TSMS) production.  General Dynamics Advanced Information Systems shall perform systems engineering and support services for the MPP TSMS, including the development, production, and upgrade of software and hardware; installation support; operational systems maintenance support and maintainability improvement; and technology refreshment/insertion. It also includes production, test, and systems integration of production kits and associated program management, system engineering, test and evaluation, supportability, configuration management, and technology insertion efforts to produce, maintain, and upgrade production systems and advanced processing builds.  Work will be performed in Fairfax, Virginia (52.5 percent); and Pittsfield, Massachusetts (47.5 percent), and is expected to be completed by January 2017.  Fiscal 2012 shipbuilding and conversion (Navy); and fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $2,677,971 will be obligated at the 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.

Landscape Management Systems Inc.,* Tumon, Guam, is being awarded $8,012,895 modification  under a previously awarded firm-fixed-price contract (N40192-15-D-9008) to exercise the first option period for grounds maintenance and tree trimming services at Naval Base Guam and Andersen Air Force Base, Commander Joint Region Marianas.  The work to be performed provides for all labor, supervision, management, tools, material, equipment, facilities, transportation, and incidental engineering and other items necessary to accomplish all work to perform ground maintenance and tree trimming services for U.S. military facilities.  After award of this option, the total cumulative contract value will be $41,134,399.  Work will be performed at various installations in Guam, and is expected to be completed by November 2016.  Fiscal 2016 operation and maintenance (Navy); fiscal 2016 operation and maintenance (Family Housing); and fiscal 2016 Navy working capital contract funds in the amount of $5,008,350 are being obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

Kratos Defense and Rocket Support Services, San Diego, California, is being awarded a $7,987,435 firm-fixed-price contract to provide rocket motors and hardware in support of sub-orbital target vehicles known as Aegis Readiness Assessment Vehicles (ARAVs).  This contract provides for Oriole Rocket Motors and Oriole Hardware ARAVs.  These ARAVs are well characterized (flight performance, radar cross-section, operational suitability/acceptability) and have been in use for over 10 years to support fleet training and proficiency exercises. ARAVS have also been successfully used in weapon system upgrade test events and have evolved into usage as targets.  Work will be performed in Rocket Center, West Virginia (75 percent); and Glen Burnie, Maryland (25 percent). Work is expected to be completed by November 2017.  Fiscal 2016 research, development, test and evaluation (Navy) funding in the amount of $6,093,520 is being obligated at time of award, and will not 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) and Federal Acquisition Regulation 6.302-1 – only one responsible source and no other supplies or services will satisfy agency requirements.  Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity (N63394-19-C-0007).

Lockheed Martin Mission Systems and Training, Manassas, Virginia, is being awarded a $7,200,332 cost-plus-incentive-fee modification to previously awarded contract N00024-09-C-6247 to procure two AN/BVY-1 Integrated Submarine Imaging Systems (ISIS) and associated spare parts.  The ISIS provides mission critical, all-weather, visual, and electronic search, digital image management, indication, warning, and platform architecture interface capabilities for SSN 688 (Los Angeles class); SSN 21 (Seawolf class);  SSGN (Ohio class); and SSN 774 (Virginia class) submarines with potential for SSBN (Ohio class) and potentially other submarines.  ISIS rolls-up existing components and near term capabilities, and provides a robust architecture for efficiently inserting future capabilities as they become available for technical insertion advance prices builds Submarine Warfare Federated System process.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $56,979,752.  Work will be performed in Manassas, Virginia (58 percent); Northampton, Massachusetts (19 percent); Marion, Massachusetts (12 percent); and Chantilly, Virginia (11 percent), and is expected to be complete by November 2017.  Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $7,200,332 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Keysight Technologies Inc., Englewood, Colorado, has been awarded a maximum $11,040,000 firm-fixed-price blanket purchase agreement for weapon system network analyzers. This was aDefense_Logistics_Agency sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a three-year blanket purchase agreement with no option periods. Location of performance is Colorado, with a Nov. 23, 2018, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2016 through fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-16-A-ZZ11).

* Small Business

bmg logo(R)2

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

NAVY

Lockheed Martin Mission Systems and Training, Mitchell Field, New York, is being awarded a $72,479,741 cost-plus-incentive-fee, cost-plus-fixed-fee contract to provide U.S. and United Kingdom (U.K.) Trident II (D5) navigation subsystem engineering support services.  Specific efforts include U.S. and U.K. fleet support; U.S. and U.K. trainer systems support; Ohio-class SSBN engineered refueling overhauls; U.S. and U.K. SSI4 trainer system; SSBN-R strategic weapon training system and training system development; U.K. Successor support, software modernization; and600px-US-DeptOfNavy-Seal.svg Linked Autonomous Program Navigation Operational Trainer modernization.  This contract contains options, which if exercised, will bring the contract value to a maximum dollar value of $147,383,525.  Work will be performed in Mitchell Field, New York (97 percent); Oldsmar, Florida (2 percent); and Manassas, Virginia (1 percent), with an expected completion date of Sept. 30, 2017.  If all options are exercised, work will continue through Sept. 30, 2018.  Fiscal 2016 operations and maintenance (Navy) contract funds in the amount of $40,718,962; fiscal 2016 research, development, test, and evaluation (Navy) contract funds in the amount of $19,308,197; fiscal 2016 other procurement (Navy) contract funds in the amount of $5,057,416; and U.K. contract funds in the amount of $7,395,166 are being obligated at the time of the award.  Contract funds in the amount of $40,718,962 will expire at the end of fiscal 2016.  This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1).  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-16-C-0002).

Charles Stark Draper Laboratories Inc., Cambridge, Massachusetts, is being awarded a $54,329,646  cost-plus-incentive-fee, cost-plus-fixed-fee contract to provide specialized tactical engineering services, logistics services, fleet support services, and guidance SSP alteration services to test, repair and maintain guidance subsystems, test equipment, and related support equipment in support of existing Trident (D-5) weapon systems; provide technical and engineering services necessary to support the initial fielding of the MK6 MOD 1 guidance systems; perform research in the application of technologies to support Trident II (D-5) guidance and reentry systems; provide research into the applications of technologies to meet guidance requirements for operations on the Common Missile Compartment that is part of the U.S. Ohio replacement program and United Kingdom (U.K.) Successor program; provide specialized technical knowledge and support for hypersonic guidance, navigation and control applications utilizing an integrated avionics computer and global positioning system; and provide technical and engineering services to support the guidance, navigation and control system that will support Navy hypersonic flight experiments.  This contract contains options, which if exercised, will bring the contract value to a maximum dollar value of $392,953,129.  Work will be performed in Cambridge, Massachusetts (95 percent); Pittsfield, Massachusetts (3 percent); and El Segundo, California (2 percent), with an expected completion date of Sept. 30, 2016.  With all options exercised, work will continue through Sept. 30, 2020.  Fiscal 2016 weapons procurement (Navy) contract funds in the amount of $35,707,806; operations and maintenance (Navy) contract funds in the amount of $ 13,919,076; and U.K. contract funds in the amount of $ 4,702,764 will be obligated at the time of the award.  Contract funds in the amount of $ 35,707,806 will expire at the end of fiscal 2016.  This contract was a sole-source acquisition in accordance with 10 U.S Code 2304(c)(1) and (4).  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-16-C-0014).

Raytheon Co. Integrated Defense Systems, San Diego, California, is being awarded a $28,390,942 modification to previously awarded contract N00024-15-C-2414 to exercise Option Year 1 for life cycle engineering and support (LCES&S) services for Landing Platform Dock (LPD) 17 Class integrated shipboard electronic systems.  The services to be provided will include: LCE&S Services including post-delivery planning, logistics and engineering; homeport technical support; integrated product data environment; data maintenance, equipment management, systems integration and design engineering; software support, research engineering, obsolescence management (both technical and logistics), material readiness support, emergent repair planning, training and logistics support; planning yard support of integrated electronic systems including Fleet Modernization program planning; ship alteration development and installation; material management; configuration data management; research engineering; logistics documentation; and other logistics and executing activity coordination, management; sustaining engineering and obsolescence management support for unique LPD 17 Class integrated shipboard electronic systems.   Work will be performed in San Diego, California (90 percent); Norfolk, Virginia (4 percent); Pascagoula, Mississippi (2 percent); Mayport, Florida (2 Percent); and Japan (2 percent), and is expected to be completed by December 2016.  Fiscal 2015 and 2016 other procurement (Navy); fiscal 2012 and 2015 shipbuilding and conversion (Navy); and fiscal 2016 operation and maintenance (Navy), funding in the amount of $5,067,899 will be obligated at time of award and $550,000 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 Corp., Mission Systems and Training, Manassas, Virginia, is being awarded a $13,864,676 cost-plus-incentive-fee contract modification to previously awarded contract N00024-11-C-6294 for the Acoustic Rapid Commercial-Off-The-Shelf Insertion (A-RCI) production, and provides funding for the development and production of the A-RCI and common acoustics processing for Technology Insertion 14 (TI14) for the U.S. submarine fleet.  A-RCI is a sonar system that integrates and improves towed array, hull array, sphere array, and other ship sensor processing through rapid insertion of commercial-off-the-shelf-based hardware and software.  This modification will purchase TI14 upgrades.  Work will be performed in Manassas, Virginia (70 percent); and Clearwater, Florida (30 percent), and is expected to be complete by September 2019.  Fiscal 2016 other procurement (Navy) funding in the amount of $13,864,676 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 Navy Yard, Washington, District of Columbia, is the contracting activity.

BAE Systems, Land & Armaments LP (BAE), Minneapolis, Minnesota, is being awarded a $10,103,485 modification to previously awarded contract N00024-13-C-5325 for technical and engineering services in support of the MK 41 vertical launching system (VLS) for DDG 114, DDG 115, DDG 117, DDG 118, DDG 119, and DDG 120 and Evolved SeaSparrow Missile Block 2 integration efforts.  BAE provides technical and engineering services in support of MK 41 VLS mechanical, cable, canister and canister support equipment; design/system engineering support; integration support; and associated ancillary material (e.g. — composites, resin, carbon fiber, etc.) and material ordering requirements for the Navy’s high priority ballistic missile defense. Work will be performed in Minneapolis, Minnesota (93 percent); San Diego, California (5 percent); Aberdeen, South Dakota (1 percent); and York, Pennsylvania (1 percent), and is expected to be complete by September 2016.  Fiscal 2016 research, development, test and evaluation (Navy); and fiscal 2010, 2011, 2013 and 2014 shipbuilding and conversion (Navy) funding, in the amount of $10,103,485 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an $8,979,353 modification to a previously awarded cost-plus-incentive-fee contract (N00019-15-C-0031) to exercise an option to procure the non-recurring sustainment of Autonomic Logistics Information System hardware and engineering services for non-U.S Department of Defense (DoD) participant site stand-up in support of the F-35 aircraft.  Work will be performed in Orlando, Florida (70 percent); Fort Worth, Texas (17 percent); El Segundo, California (7 percent); Owego, New York (4 percent); Greenville, South Carolina (1 percent); and Samlesbury, United Kingdom (1 percent), and is expected to be completed in September 2017.  Non-U.S DoD participant funds in the amount of $8,979,353 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.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

The Boeing Co., St. Louis, Missouri, has been awarded a $55,533,609 undefinitized contract action delivery order (RH01) to previously awarded contract FA8213-15-D-0002 for 2,192 Joint Direct Attack Munition (JDAM) tail kits. Contractor will provide JDAM strap-on inertial guidance kits with capability to receive guidance updates from global positioning systemsto increase weapon accuracy for conventional inventory bombs. Work will be performed at St. Louis, Missouri, and is expected to be complete by Dec. 15, 2017. This contract is 100 percent foreign military sales. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Dayton Power and Light Co., Dayton, Ohio, has been awarded a $28,284,972 firm-fixed-price modification (P00001) to exercise the option on previously awarded contract FA8601-15-C-0019 for electricity services at Wright-Patterson Air Force Base. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Dec. 31, 2016. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

ARMY

Raytheon Co., Andover, Massachusetts, was awarded a $35,832,321 modification (P00004) to foreign military sales contract W31P4Q-15-C-0022 for software support to Qatar’s PATRIOT program.  Work will be performed in Andover and Burlington, Massachusetts; Farmington Hills, Michigan; Versailles, Ohio; Lawton, Oklahoma; and El Paso, Texas, with an estimated completion date of Sept. 30, 2020.  Fiscal 2010 other procurement funds in the amount of $1,026,086 were obligated at the time ofDepartment of the Army the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Northrop Grumman Systems Corp., Orlando, Florida, was awarded a $14,809,917 firm-fixed-price, multi-year contract with options for the wideband training and certification system.  Bids were solicited via the Internet with three received.  Work will be performed in Orlando, Florida, with an estimated completion date of Dec. 14, 2020.  Fiscal 2016 other procurement (Army) funds in the amount of $14,809,917 were obligated at the time of the award.  Army Program Executive Office Simulation, Training and Instrumentation, Orlando, Florida, is the contracting activity (W900KK-16-C-0009).

BAE Systems Land & Armaments LP, Santa Clara, California, was awarded a $14,636,018 modification (P00003) to contract W56HZV-15-C-0099 for system technical support and sustainment system technical support for Bradley vehicles.  Work will be performed in Santa Clara, California, with an estimated completion date of July 9, 2020.  Fiscal 2014, 2015, and 2016 other procurement (Army) funds in the amount of $14,636,018 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

Teletonics Technology Corp.,* Newtown, Pennsylvania, was awarded a $10,000,00 firm-fixed-price, multi-year contract for commercial data acquisition system components for the Aviation Applied Technology Directorate and related facilities, with an estimated completion date of Dec. 14, 2018.  Funding and work location will be determined with each order.  Army Contracting Command, Ft. Eustis, Virginia, is the contracting activity (W911W6-16-D-0001).

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $1,094,983,588 modification (P00028) to foreign military sales (Korea, Saudi Arabia, Qatar) contract W31P4Q-14-C-0034 for Patriot Advanced Capability production (PAC-3).  Work will be performed in Grand Prairie, Texas; Lufkin, Texas; Camden, Arkansas; Chelmsford, Massachusetts; Ocala, Florida; Huntsville, Alabama; and Anaheim, California, with an estimated completion date of June 30, 2019.  Fiscal 2016 other procurement; and other procurement (Army) funds, in the amount of $1,094,983,588 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

General Atomics Aeronautical Systems Inc., Poway, California, was awarded a $57,142,111 modification (P00014) to contract W58RGZ-14-C-0008 for logistics support to the Warrior unmanned aircraft system.  Work will be performed in Poway, California; Afghanistan; Djibouti; and Kuwait, with an estimated completion date of June 15, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $19,601,181 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Raytheon Integrated Defense Systems, Andover, Massachusetts, was awarded a $15,471,937 modification (P00006) to contract W31P4Q-15-C-0040 for Patriot new equipment training.  Work will be performed in Andover, Massachusetts, with an estimated completion date of Dec. 14, 2016.  Fiscal 2014, 2015, and 2016 other procurement funds in the amount of $15,471,937 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Encompass Digital Media Inc., Atlanta, Georgia, was awarded a $9,887,615 modification (P00020) to contract W52P1J-14-C-0010 for a video and imagery distribution system.  Work will be performed in Atlanta, Georgia, with an estimated completion date of Dec. 15, 2016.  Fiscal 2016 other procurement funds in the amount of $400,000 were obligated at the time of the award.  Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Great Lakes Dredge & Dock Co. LLC, Oak Brook, Illinois, was awarded a $7,105,000 firm-fixed-price contract with options for construction of the New York — New Jersey Harbor Deepening Project Anchorage Channel Utility Corridor and shoal removal.  Bids were solicited via the Internet with three received. Work will be performed in Brooklyn and Staten Island, New York; and Jersey City and Bayonne, New Jersey, with an estimated completion date of May 31, 2016.  Fiscal 2014 and 2015 other procurement funds in the amount of $7,105,000 were obligated at the time of the award.  Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-16-C-0004).

 *Small business

600px-US-DeptOfNavy-Seal.svgNAVY

Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded a $56,273,796 firm-fixed-price long-term contract for repair of 31 items used on the H-1 aircraft.  Work will be performed in Fort Worth, Texas.  Work is expected to be completed by December 2016.  No contract funds will be obligated at the time of award, and will not expire at the end of the current fiscal year.  Navy working capital funds will be obligated as individual delivery orders are issued.  The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received.  This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304(c)(2).  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-16-D-005N).

BAE Systems Information and Electronic Systems Integration Inc., Greenlawn, New York, is being awarded a $26,139,104 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-14-D-0025) to exercise an option for the procurement of up to 90 APX-111(V) Mode 5 combined interrogator transponders (CIT) and up to 250 Mode 5 CIT upgrade kits for the Navy and the governments of Finland and Switzerland under the Foreign Military Sales program.  In addition, this option provides for the procurement of up to 50 shop replaceable assemblies which consist of a target command and control processor, interrogator, transponder, main chassis assembly, power supply, and receiver transmitter.  In addition, this option provides for the procurement of up to 10 CIT repairs and 52 Mode 5 CIT upgrade kit installations.   Work will be performed in Greenlawn, New York (85 percent); and Scottsdale, Arizona (15 percent), and is expected to be completed in April 2018.  No funds are being 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.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $23,373,106 modification to a previously awarded cost-plus-incentive-fee contract (N00019-02-C-3002) to design and develop drawings, kits, and other supporting technical information for the F-35 Joint Strike Fighter Block IV weapons capabilities in support of the Navy, Air Force, and non-Department of Defense (DoD) partners.  Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2018.  Fiscal 2016 research, development, test and evaluation (Navy, Air Force); and non-DoD Partner funds, in the amount of $7,213,817 will be 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.

EMCOR Government Services Inc., Arlington, Virginia, is being awarded a $22,088,644 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40080-07-D-0374) to exercise award Option Year 5 for base operations support services at various installations within a 100-mile radius of the Washington Navy Yard.  The work to be performed provides for all management supervision, labor hours, training, equipment and supplies necessary to perform base operating services to include, but not limited to, facility investment, janitorial, and snow removal.  After award of this option, the total cumulative contract value will be $255,283,334.  Work will be performed in Washington, District of Columbia (88 percent); Virginia (10 percent); and Maryland (2 percent), and this option period is from December 2015 to December 2016.  No funds will be obligated at time of award.  Fiscal 2016 operation and maintenance (Navy and Marine Corps); fiscal 2016 defense working capital funds; and fiscal 2016 Defense Health Program contract funds in the amount of $14,889,303 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity.

Merkel and Associates Inc.,* San Diego, California (N62473-16-D-2402); and Tierra Data Inc.,* Escondido, California  (N62473-16-D-2403), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for marine habitat services in Alaska, California, Oregon and Washington.  The maximum dollar value for the two contracts combined is $10,000,000.  The work to be performed provides for marine habitat surveys, maps, transplanting, and monitoring of marine habitats at various locations in Alaska, California, Oregon and Washington.  The work consists of planning level bathymetric survey services and mapping of biological communities in waters less than 40 meters in-depth; surveying designated areas for eelgrass presence; and density.  The work also includes preparing marine habitat maps using either aerial photos or existing maps; preparing eelgrass restoration plans, mitigation plans and planting plans; conducting marine habitat field work, documenting field work with photographs and maps; and preparing reports, monitoring at the intervals specified in the Eelgrass Restoration/Mitigation Plan and Southern California Eelgrass Management Policy.  Work will be performed at various locations in California (75 percent); Oregon (10 percent); Washington (10 percent); and Alaska (5 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of December 2020.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year.  No task orders are being issued at this time.  Future task orders will be primarily funded by operation and maintenance (Navy and Marine Corps).  This contract was competitively procured via the Federal Business Opportunities website, with four proposals received.  These two 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.

AIR FORCE

MS2-MEC JV LLC, Wauwatosa, Wisconsin, has been awarded a $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for demolition and abatement. Contractor will furnish all management, personnel, vehicles, and equipment required to perform duties such as, but not limited to, demolition, abatement, and disposal services of various buildings, infrastructures, and associated356px-Seal_of_the_US_Air_Force.svg pavements as described in each individual task order. Work will be performed at Edwards Air Force Base, California; and Palmdale, California, and is expected to be complete by Jan. 3, 2021. This award is the result of a competitive acquisition with 14 offers received. Fiscal 2016 operations and maintenance; research, development, test and evaluation; and procurement funds, in the amount of $18,294 are being obligated at the time of award. Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA9301-16-D-0008).

1280px-DARPA_LogoDEFENSE ADVANCED RESEARCH PROJECTS AGENCY

LEIDOS Inc., Reston, Virginia, has been awarded a $12,890,832 option exercise modification (P00020) to previously awarded HR0011-13-C-0030 for the Defense Advanced Research Projects Agency (DARPA) Adaptive Radar Countermeasures program. The modification brings the total cumulative face value of the contract to $33,209,984. Work will be performed in Reston, Virginia (30 percent); Bridgewater, Virginia (3 percent); Clifton, New York (65 percent); and Chapel Hill, North Carolina (2 percent), with an expected completion date of December 2017. Fiscal 2016 research and development funds in the amount of $1,500,000 are being obligated at time of award. DARPA, Arlington, Virginia, is the contracting activity.

*Small business

ARMY

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $92,172,748 fixed-price-incentive contract for six system enhanced program Abrams M1A2 tanks.  Bids were solicited via the Internet with one received. Work will be performed in Lima, Ohio; Scranton, Pennsylvania; Anniston, Alabama; and Tallahassee, Florida, with an estimated completion date of July 31, 2017.  Fiscal 2015 other procurement funds in the amount of $19,986,222 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-C-0010).

Thalle Construction Co. Inc., Hillsborough, North Carolina, was awarded a $40,285,698 firm-fixed-price contract to construct a raw water storage impoundmentDepartment of the Army dike for the Savannah Harbor expansion project.  Bids were solicited via the Internet with two received. Work will be performed in Port Wentworth, Georgia, with an estimated completion date of June 13, 2017.  Fiscal 2016 other procurement funds in the amount of $40,285,698 were obligated at the time of the award.  Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-16-C-0002).

AEMC Foster Wheeler, Blue Bell, Pennsylvania, was awarded a $9,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architectural and engineering services for Army Corps of Engineers dam and levee safety projects within the Louisville District.  Bids were solicited via the Internet with nine received, with an estimated completion date of Dec. 10, 2020.  Funding and work location will be determined with each order.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-D-0005).

600px-US-DeptOfNavy-Seal.svgNAVY

The Boeing Co., Seattle, Washington, is being awarded a $67,500,000 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0112) for P-8A training systems, services, and supplies in support of the P-8A training requirements for the government of Australia under a memorandum of understanding.  This modification will include support activities, supplies, and incidental services required to support 13 hardware Type II devices, three virtual maintenance trainers, and one ordnance load trainer.  Work will be performed in St. Louis, Missouri (40 percent); Jacksonville, Florida (20 percent); Tulsa, Oklahoma (20 percent); Salt Lake City, Utah (10 percent); and Edinburgh, Australia (10 percent), and is expected to be completed in March 2019.  Other customer funds in the amount of $67,500,000 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Training Systems Command, Orlando, Florida, is the contracting activity.

Lockheed Martin Mission Systems and Training, Manassas, Virginia, is being awarded an $18,307,300 cost-plus-incentive-fee, undefinitized contract action (UCA) for engineering and technical services for the integration of combat systems on new construction and in-service submarines.  The UCA is expected to be definitized by May 16, 2016.  Work will be performed in Manassas, Virginia (68 percent); Hartford, Connecticut (10 percent); Groton, Connecticut (10 percent); Middletown, Rhode Island (7 percent); and Newport, Rhode Island (5 percent), and is expected to be completed by December 2016. Fiscal 2014 shipbuilding and conversion (Navy) funds in the amount of $9,564,088 will be obligated at time of award and will not 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 Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-6230).

Coltec Industries Inc., doing business as Fairbanks Morse Engine, Beloit, Wisconsin, is being awarded a $9,890,753 firm-fixed-price contract for Man Diesel main engine parts to support overhauls and repairs to the main propulsion diesel engines for the USNS Henry J. Kaiser (T-AO 187), and the USNS Rappahannock (T-AO 204). Work will be performed in San Diego, California, and is expected to be completed by March 2016. Fiscal 2016 operations and maintenance funds in the amount of $9,890,753 are being obligated on this award and will expire in September 2016. This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website, with one offer received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-16-C-4013).

AIR FORCE

Tecolote Research Inc., Goleta, California, has been awarded a $39,355,757 contract for Global Positioning Systems Space and Missile Command acquisition and financial support. Contractor will provide SMC and related space organizations with a broad range of acquisition, financial and administrative capabilities to execute effective and responsive integrated program management of space-related research, development, production, and lifecycle acquisition activities. In rendering support to the identified tasks, outputs may take the form of information, advice, opinions, alternatives, analyses, evaluations, processes to eliminate waste, standardizing best356px-Seal_of_the_US_Air_Force.svg practices, reducing cycle times and cost of doing business, or recommendations to complement the government’s organic resources in accomplishing its mission. Work will be performed at Los Angeles Air Force Base, California; Peterson Air Force Base, Colorado; and Littleton, Colorado, and is expected to be complete by Jan. 31, 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 $939,038 are being obligated at the time of award. Space and Missile Command, Los Angeles Air Force Base, California, is the contracting activity (FA8802-13-D-0001-GP02).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Aurora Industries LLC,* Camuy, Puerto Rico, has been awarded a maximum $12,118,776 modification (P00021) exercising the third one-year option period of a one-year base contract (SPE1C1-14-D-1068) with three one-year option periods for flame resistant uniforms. This is a firm-fixed-price contract. Location of performance is Puerto Rico, with a Dec. 28, 2016, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

*Small business

bmg logo(R)2BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Alliant Techsystems Inc., Fort Worth, Texas, has been awarded a not-to-exceed $12,690,000 firm-fixed-price, labor hour, and cost-plus-fixed-fee undefinitized contract action for contractor logistic support. Contractor will provide CLS for the Iraqi Air Force’s Cessna 208B ISR caravan and the Cessna 208B Armed Caravan fleet. Work will be performed in Iraq, and is expected to be complete by June 30, 2016. This contract is 100-percent foreign military sales to Iraq. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Tinker Air Force Base Oklahoma, is the contracting activity (FA8106-16-C-0004).

DEFENSE LOGISTICS AGENCY

Cubic Defense Applications, Inc., San Diego, California, has been awarded a maximum $76,365,109 firm-fixed-price contract for parts for personnel locator systems. This was a sole sourceDefense_Logistics_Agency acquisition using justification 10 U.S.C.  2304(c)(1). This is a five-year base contract with no option periods. Location of performance is California, with a Dec. 23, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen, Maryland (SPRBL1-16-D-0001).

Belleville Shoe Co.,* Belleville, Illinois, has been awarded a maximum $29,871,013 firm-fixed-price contract for men’s and women’s temperate weather sage boots. This was a competitive acquisition with two responses received. This is a one-year base contract with four option periods. Locations of performance are Illinois and Arkansas, with a Dec. 24, 2020, 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 Troop Support, Philadelphia, Pennsylvania (SPEIC1-16-D-1023).

1280px-DARPA_LogoDEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Northrop Grumman Systems Corp. Aerospace Systems, El Segundo, California, has been awarded a $93,076,636 Other Transaction Agreement for prototype project – Tactically Exploited Reconnaissance Node (Tern) program, Phase III.  The Tern program will design, develop, and demonstrate enabling technologies and system attributes for a medium-altitude long-endurance unmanned air vehicle and shipboard-capable launch and recovery system allowing operations from smaller ships. The Tern Phase III program will focus on the design, fabrication, and testing of a prototype Tern Demonstration System. The face value of the OTA is $132,473,192 with a contractor’s cost share of $39,396,556 and the total estimated government share of $93,076,636.   Work will be performed in El Segundo, California; Newport News, Virginia; Benbrook, Texas; El Cajon, California; Cincinnati, Ohio; East Aurora, New York; Dulles, Virginia; Mojave, California and Spark, Nevada with an estimated completion of November 2017.  Fiscal 2015 and 2016 research and development funds in the amount of $29,563,813 are being obligated at time of the award. DARPA, Arlington, Virginia, is the contracting activity (HR0011-16-9-0003).

*Small business

AIR FORCE

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $57,401,850   undefinitized contract action for MQ-9 contractor logistics support. Work will be performed at Poway, California and multiple overseas locations, and is expected to be complete by March 31, 2017. This contract is 100-percent foreign military sales to the United Kingdom. This356px-Seal_of_the_US_Air_Force.svg award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-15-G-4040 0017).

Boeing Co., Seattle, Washington, has been awarded a $7,255,120 modification (P00074) to previously awarded contract FA8625-11-C-6600 for a KC-46 engineering manufacturing and development study. Contractor will provide a study which will assess capabilities or filtering changes from the Common Interactive Broadcast waveform and associated software and deliver a final study via an existing contract data requirements list. Work will be performed at Seattle, Washington, and is expected to be complete by June 23, 2017. Fiscal year 2015 research, development, test and evaluation funds in the amount of $7,255,120 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Mission Systems and Training, Owego, New York, is being awarded an $117,152,307 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0020) for the manufacture and delivery of 10 MH-60R Mission Avionics Systems and Common Cockpits for the government of Saudi Arabia under the Foreign Military Sales program.  This modification includes recurring engineering and program support required to execute the production and delivery of the mission avionics and common cockpits.  Work will be performed in Owego, New York (45 percent); Farmingdale, New York (27 percent); McKinney, Texas (12 percent); East Syracuse, New York (3 percent); Woodland Hills, Calif. (3 percent); Salt Lake City, Utah (2 percent); Ciudad Real, Spain (2 percent); St, Charles, Missouri (1 percent); Corona, California (1 percent); Everett, Washington (1 percent); Victor, New York (1 percent); Stratford, Connecticut (1 percent); and various locations throughout the United States (1 percent), and is expected to be completed in April 2019.  Foreign military sales funds in the amount of $117,152,307 will be 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.

Lockheed Martin Mission Systems and Training, Owego, New York, is being awarded $110,179,575 for firm-fixed-price delivery order 4012 against basic ordering agreement N00019-14-G-0019 for non-recurring engineering in support of the MH-60R aircraft. This order is for the development, test and qualification of the MH-60R Mission Avionics Systems and Common Cockpits configuration for production for the Government of Saudi Arabia under the Foreign Military Sales Program. Work will be performed in Owego, New York (82 percent); Farmingdale, New York (9 percent); McKinney, Texas (3 percent); Salt Lake City, Utah (2 percent); Corona, California (2 percent); Hampton, Virginia (1 percent), and East Syracuse, New York (1 percent), and is expected to be completed in June 2019.  Foreign military sales funds in the amount of $110,179,575 will be 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.

Electric Boat Corp., Groton, Connecticut, was awarded an $89,847,082 cost-plus-fixed-fee modification to previously awarded contract (N00024-13-C-2128) on Dec. 21, for the purchase of missile tube long lead time material for the common missile compartment program in support of the Ohio Class Replacement. This is a Joint U.S. / United Kingdom (UK) contract that combines purchases for the U.S. Navy (34 percent) and the government of the United Kingdom (66 percent) under the Foreign Military Sales program. Work will be performed in Quonset Point, Rhode Island and is expected to be completed by December 2019.  Foreign military sales, and fiscal 2016 research, development, test & evaluation (Navy) funds in the amount of $59,991,135 were 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.

DZSP 21 LLC, Marlton, New Jersey, is being awarded $42,900,395 modification under a previously awarded cost-plus-fixed-fee contract (N62742-15-C-1160) to exercise the first option to extend services for base operations support services at Joint Region Marianas. The work to be performed provides for facility support and base operating support for the following services:  management and administration, port operations, ordnance, material management, facility management, facility investment, electrical, wastewater, water, base support vehicles and equipment, and environmental services.  After award of this option, the total cumulative contract value will be $100,116,043.  Work will be performed at various installations in the United States Territory of Guam, and work is expected to be completed June 2016.  Fiscal 2016 working capital funds (Navy); fiscal 2016 operation and maintenance (Navy); fiscal 2016 Defense health program funds; fiscal 2016 working capital funds (Defense); fiscal 2016 operation and maintenance (Defense agencies); and fiscal 2016 Defense commissary agency account contract funds in the amount of $26,613,392 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

Raytheon Co., Goleta, California, is being awarded $41,926,566 for fixed-price-incentive-fee order 0003 against a previously issued basic ordering agreement (N00019-15-G-0003) to manufacture, test and deliver full rate production lot 15 AN/ALR-67(V)3 Radar Warning Receivers for the U.S. Marine Corps (30), and weapon replaceable assemblies for the government of Switzerland.  Work will be performed in Forest, Mississippi (75 percent), Goleta, California (22 percent) and McKinney, Texas (3 percent), and is expected to be completed in December 2017.  Fiscal 2014 and 2015 aircraft procurement (Navy) and foreign military sales funds in the amount of $41,926,566 will be obligated on this award, $24,266,800 of which will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Navy ($36,113,146; 86 percent) and Government of Switzerland ($5,813,420; 14 percent) Program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

General Dynamics Advanced Information Systems, Pittsfield, Massachusetts, is being awarded a $30,638,304 modification to a previously awarded cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00030-16-C-0005) for new procurement of efforts for sustainment of the United States (U.S.) and United Kingdom (U.K.) SSBN Fire Control System (FCS), the U.S. SSGN Attack Weapon Control System, including training and support equipment.  Also included is the development of Missile Fire Control for the Ohio Replacement and U.K. Successor Common Missile Compartment Program through production of one U.K. SSBN system.  This modification adds the first increment of the five-year multi-year basic contract.  The work will be performed in Pittsfield Massachusetts (90.0 percent); Bremerton, Washington, (3.8 percent); Kings Bay, Georgia (2.8 percent); Dahlgren, Virginia (1.0 percent); Cape Canaveral, Florida (1.0 percent); Portsmouth, Virginia (1.0 percent); and the United Kingdom (0.4 percent) with an expected completion date of December 2020.  Fiscal 2014 other procurement (Navy) funds in the amount of $1,342,000, are being obligated on this award, all of which will expire at the end of the current fiscal year; fiscal 2016 operations and maintenance (Navy) funds in the amount of $2,896,000, are being  obligated on this award, all of which will expire at the end of the current fiscal year; fiscal 2016 other procurement (Navy) funds in the amount of $11,342,225, are being obligated on this award, none of which will expire at the end of the current fiscal year; fiscal 2016 research, development, test and evaluation funds in the amount of $5,640,596 are being obligated on this award, none of which will expire at the end of the current fiscal year; and U.K. funding in the amount of $9,417,483 are being obligated on this award, none of which expires at the end of the current fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Motorola Solutions, Inc., Columbia, Maryland, is being awarded a $20,459,980 firm-fixed-price contract for lifecycle sustainment of the Enterprise Land Mobile Radio system for Naval Facilities Engineering Command Anti-Terrorism/Force Protection Ashore Program Systems at various Navy installations worldwide.  The work to be performed provides for preventive maintenance of hardware and software; response and resolution of service calls for corrective maintenance to include equipment repair, overhaul, or replacement; asset and configuration management; password management; and software upgrade installation. The contract also contains three unexercised options, which if exercised would increase cumulative contract value to $76,237,089.  Work will be performed worldwide, and is expected to be completed by December 2017.  If all options are exercised, work will continue through December 2020.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $20,459,980 are obligated on this award and will expire at the end of the current fiscal year.  This contract was solicited on a sole source basis.  Statutory authority for the use of other than full and open competition is found at 10 U.S.C. 2304 (c)(1) as implemented by Federal Acquisition Regulation 6.302-1(iii) – only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-16-C-1812).

Lockheed Martin Corp., Fort Worth, Texas, is being awarded a $19,974,513 modification to a previously awarded cost-plus-incentive-fee contract (N00019-15-C-0031) for hardware and labor for configuration of the Automatic Logistics Information System Operational Representative Environment in support of the F-35 Lightning II Joint Strike Fighter.  Work will be performed in Orlando, Florida (90 percent) and Owego, New York (10 percent), and is expected to be completed in August 2017.  Fiscal 2014 aircraft procurement (Air Force, Marine Corps, and Navy) funds in the amount of $19,974,513 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Air Force ($10,221,063; 50 percent), the U.S. Marine Corps ($4,876,725; 25 percent); U.S. Navy ($4,876,725; 25 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Rolls-Royce Engine Services-Oakland, Inc., Oakland, California, is being awarded an $18,035,505 modification to a previously awarded firm-fixed-price, indefinite-delivery/ indefinite-quantity contract (N00019-13-D-0019) to exercise an option for the depot repair of T56-A-427 engines, including the repair of power sections, torque meters, gearboxes, and accessories in support of the E-2 Advanced Hawkeye aircraft.  Work will be performed in Oakland, California (97 percent); Indianapolis, Indiana (2 percent); Jacksonville, Florida (.34 percent); Rocky Mount, North Carolina (.33 percent); and Mentor, Ohio (.33 percent), and is expected to be completed in September 2016.  Funds are not being obligated at time of award.  Funds will be obligated on individual task orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Corp., Aerospace Systems, San Diego, California, is being awarded a $10,423,637 cost-plus-fixed-fee contract for sustainment and logistics services in support of MQ-8 Fire Scout Unmanned Aircraft Systems.  Services to be provided include systems and software engineering, training and integrated logistical support.  Work will be performed in San Diego, California (90 percent) and Point Mugu, California (10 percent), and is expected to be completed in December 2016.  Fiscal 2015 and 2016 research, development, test and evaluation (Navy); fiscal 2016 operations and maintenance (Navy); and fiscal 2016 aircraft procurement (Navy) funds in the amount of $10,033,693 are being obligated at time of award; $2,927,385 of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-16-C-0023).

The Boeing Co., Seattle, Washington, is being awarded an $8,976,456 modification to a previously awarded fixed-price-incentive-firm contract (N00019-12-C-0112) for logistics supportability analysis data for the Naval Supply Systems Command in support of the P-8A aircraft.  Work will be performed in Seattle, Washington (95 percent); and St. Louis, Missouri (5 percent) and is expected to be completed in December 2017.  Fiscal 2014 aircraft procurement (Navy) funds in the amount of $8,976,456 will be obligated at time of award, all 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 Technology Solutions & Services, Inc., Rockville, Maryland, is being awarded a $34,136,629 cost-plus-fixed-fee, cost-reimbursable contract for services for the Naval Air Warfare Center Aircraft Division’s Special Communications Mission Solutions (SMCS) Division.  These efforts will include life cycle support services and incidental materials to the SCMS Division in support of fielded C-E equipment/systems and subsystems including maintenance, logistic, and life cycle sustainment; logistics management and planning; integrated logistics support; in-service support; engineering support services; training; technical documentation and data; configuration management; technical management; and hardware tracking.  These C-E equipment/systems and subsystems include shipboard, shore based (fixed, transportable, and ground mobile), airborne, and handheld/manpackable platforms.  Work will be performed in St. Inigoes, Maryland (30 percent); Fayetteville, North Carolina (30 percent); Chesapeake, Virginia (20 percent); and San Diego, California (20 percent), and is expected to be completed in August 2017.  Fiscal 2016 Navy working capital funds in the amount of $361,585 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-16-C-0035).

BAE Systems, Information and Electronic Systems Integration, Inc., Nashua, New Hampshire, is being awarded a $7,562,501 modification to a previously awarded firm-fixed-price, cost-plus-incentive fee contract (N00019-15-C-0038) to exercise an option for the procurement of five  OE-120 Air Traffic Control Radar Beacon System antenna systems for the governments of Korea (3) and Japan (2).  Work will be performed in Nashua, New Hampshire, and is expected to be completed in March 2018.  Foreign military sales funds in the amount of $7,562,501 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This modification combines purchase for the government of Korea ($4,537,501; 60 percent) and Japan ($3,025,000; 40 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

David Boland, Inc.,* Titusville, Florida (W91278-16-D-0013); Core Engineering & Construction, Inc.,* Winter Park, Florida (W91278-16-D-0014); Southeast Cherokee Construction, Inc.,* Montgomery, Alabama (W91278-16-D-0015); The Green-Simmons Company Inc.,* Pensacola, Florida (W91278-16-D-0016); Bates Engineers/Contractors, Inc.,* Bainbridge, Georgia (W91278-16-D-0018); Webb Construction Group, Inc.,* Phenix City, Alabama (W91278-16-D-0022); Angel Menendez Environmental Service, Inc.,* Saint Petersburg, Florida (W91278-16-D-0023); Birmingham Industrial Construction and Robins & Morton Joint Venture, Alabaster, Alabama (W91278-16-D-0024); Leebcor Services, LLC, Williamsburg, Virginia (W91278-16-D-0025); Lunacon Engineering Group, Corp.,* Miami, Florida (W91278-16-D-0026); Orocon – Carothers JV2, Oxford, Mississippi (W91278-16-D-0027); Birmingham Industrial Construction and Robins &Department of the Army Morton Joint Venture,* Alabaster, Alabama (W91278-16-D-0028); American Contractor and Technology Inc.,* Pensacola, Florida (W91278-16-D-0029); FSA & JKC Joint Venture LLC,* Tampa, Florida (W91278-16-D-0030); Speegle Construction, Inc.,* Niceville, Florida (W91278-16-D-0031); Howard W. Pence, Inc.,* Elizabethtown, Kentucky (W91278-16-D-0032); Leebcor Services, LLC,* Williamsburg, Virginia (W91278-16-D-0033); FSA & JKC Joint Venture, LLC,* Tampa, Florida (W91278-16-D-0034); EMR, Inc.,* Lawrence, Kentucky (W91278-16-D-0035); American Contractor and Technology Inc.,* Pensacola, Florida (W91278-16-D-0036); Islands Mechanical Contractor, Inc.,* Middleburg, Florida (W91278-16-D-0037); David Boland, Inc.,* Titusville, Florida (W91278-16-D-0038); and Orocon – Carothers JV2, Oxford, Mississippi (W91278-16-D-0039); were awarded a $499,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award, task order contract with options.  The contract is to provide design and construction services for the Mobile District, Army Corps of Engineers central and south Florida military construction program.  Bids were solicited via the Internet with ninety-one received with an estimated completion date of Dec. 15, 2020.  Funding and work location will be determined with each order.  Army Corps of Engineers, Mobile, Alabama is the contracting activity.

Lockheed Martin Corp., Orlando, Florida was awarded a $130,610,000 firm-fixed-price incrementally funded foreign military sales contract (Qatar) for the AH-64 modernized day sensor assembly.  One bid was solicited with one received. Work will be performed in Orlando, Florida with an estimated completion date of March 1, 2019.  Fiscal 2010, 2015 other procurement funds in the amount of $130,610,000 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois is the contracting activity (W52P1J-16-C-0015).

General Dynamics Land Systems, Sterling Heights, Michigan was awarded an $11,520,705 modification (P00020) to contract W56HZV-11-C-0109 for the receipt, storage, testing, repair, and upgrade of line replaceable units and shop replaceable units for the Abrams Tank, Bradley Fighting Vehicle, and the Wolverine Heavy Assault Bridge.  Work will be performed at Ft. Hood, Texas with an estimated completion date of Dec. 31, 2016.  Fiscal 2016 other procurement funds in the amount of $11,520,705 were obligated at the time of the award.  Army Contracting Command Warren, Michigan is the contracting activity.

Day & Zimmermann Lone Star LLC, Texarkana, Texas was awarded a $10,687,928 firm-fixed-price contract with options for M67 Fragmentation Hand Grenades and M228 Practice Hand Grenade fuses. Bids were solicited via the internet with two received. Work will be performed in Texarkana, Texas with an estimated completion date of Dec. 31, 2019.  Fiscal 2014, 2015 other procurement (Army) funds in the amount of $10,687,928 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois is the contracting activity (W52P1J-16-C-0001).

Raytheon Southeast Asia Systems Co., Andover, Massachusetts was awarded a $9,277,099 firm-fixed-price foreign military sales contract (Kuwait) for technical assistance for the PATRIOT system.  One bid was solicited with one received. Work will be performed in Andover, Massachusetts with an estimated completion date of Dec. 23, 2016.  Fiscal 2016 other procurement funds in the amount of $4,545,778 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity (W31P4Q-16-C-0022).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

 Irvine, California, has been awarded a maximum $12,185,438 firm-fixed-price contract for weapons system support. This was a sole-source acquisition using justification 10 U.S.C.  2304(c)(1). This is a five-year base contract with no option periods. Locations of performance are California, Ohio, Georgia, Florida, Massachusetts, South Carolina, New York and Michigan, with a Dec. 31, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps 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 Aviation, Redstone Arsenal, Alabama (SPE4AX-16-D-9401).

*Small business

bmg logo(R)2

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

DEFENSE LOGISTICS AGENCY

Defense_Logistics_AgencyConstellation NewEnergy Inc., Baltimore, Maryland, has been awarded a maximum $7,046,395 firm-fixed-price contract for electricity and ancillary services. This was a competitive acquisition with seven responses received. This is a one-year contract with no option periods. Locations of performance are Maryland and Texas, with a Jan. 31, 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 Energy, Fort Belvoir, Virginia (SPE600-16-D-8008).

ARMY

Telesto Group LLC,* Princeton, New Jersey (W52P1J-16-D-0002); Softek International Inc.,* Piscataway, New Jersey (W52P1J-16-D-0021); BridgePhase LLC,* Chantilly, Virginia (W52P1J-16-D-0022); Enterprise Horizon Consulting Group,* San Francisco, California (W52P1J-16-D-0023); CompQSoft Inc.,* Houston, Texas (W52P1J-16-D-0024); Johnson Technology Systems Inc.,* Dover, New Jersey (W52P1J-16-D-0025); 4M Research Inc.,* Huntsville, Alabama (W52P1J-16-D-0026); Stango Obsidian Alliance LLC,* Surf City, New Jersey  (W52P1J-16-D-0027); InSAP Services Inc.,* Marlton, New Jersey (W52P1J-16-D-0028); and Oakland Consulting Group Inc.,* Lanham, Maryland (W52P1J-16-D-0030), were awarded an $846,000,000 order-dependent contract with options for enterprise resource planning services for the Project Manager, Army Enterprise System Integration Program; program manager, GeneralDepartment of the Army Fund Enterprise Business System; and Army Shared Services Center and Army stakeholder organizations. Bids were solicited via the Internet with 25 received with an estimated completion date of Jan. 6, 2021. Funding and work location will be determined with each order.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Vernadero Group Inc.,* Phoenix, Arizona (W91278-16-D-0002); Gulf South Research Corp.,* Baton Rouge, Louisiana (W91278-16-D-0004); Trinity Analysis and Development Corp.,* Shalimar, Florida (W91278-16-D-0005); Marstel-Day LLC,* Fredericksburg, Virginia (W91278-16-D-0006); Stell Environmental Enterprises Inc.,* Elverson, Pennsylvania (W91278-16-D-0007); HelioTech,* Anchorage, Alaska (W91278-16-D-0009); and Trinity Analysis and Development Corp.,* Shalimar, Florida (W91278-16-D-0011), were awarded a $99,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for environmental support for the South Atlantic Division, Army Corps of Engineers, Mobile District, Mobile, Alabama, with an estimated completion date of Jan. 6, 2021.  Bids were solicited via the Internet with 43 received. Funding and work location will be determined with each order.  Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

Delfasco LLC,* Afton, Tennessee, was awarded an $81,626,329 fixed-price-award-fee, indefinite-delivery/indefinite-quantity foreign military sales (Saudi Arabia) contract for practice bombs and fixtures.  Bids were solicited via the Internet with three received.  Work will be performed in Afton, Tennessee, with an estimated completion date of Dec. 31, 2019.  Funding and work location will be determined with each order.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-16-D-0039).

Pyramid Contracting LLC,* Irmo, South Carolina, was awarded an $8,559,900 firm-fixed-price multi-year, incrementally funded contract for flooring.  Bids were solicited via the Internet with six received. Work will be performed at Ft. Jackson, South Carolina, with an estimated completion date of Oct. 30, 2020.  Funding will be determined with each order.  Army Contracting Command, Ft. Jackson, South Carolina, is the contracting activity (W9124C-16-D-0002).

600px-US-DeptOfNavy-Seal.svgNAVY

Seaward Marine Services Inc.,* Norfolk, Virginia, is being awarded a $53,355,875 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for waterborne hull cleaning and associated work on the underwater portion of ships and crafts to support the Director of Ocean Engineering, Supervisor of Salvage and Diving.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $257,900,000. Work will be performed in the Pacific Ocean (51 percent); Atlantic Ocean (41 percent); and the European, African, and Arabian Peninsula waters (8 percent), and is expected to be completed by January 2017.  No funding is being obligated at time of award.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1; services required are available from only one responsible source.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-D-4102).

Lockheed Martin Corp., Manassas, Virginia, is being awarded a not-to-exceed $7,135,576 contract for advanced delivery order 1001 under previously awarded basic ordering agreement N00104-16-G-A100 for repair of a maximum of 1263 parts used in the AN/UYQ-70 system, an advanced display and processor system for tactical and command, control, communication; computers intelligence applications for target acquisition and tracking, weapons control, theater air defense, anti-submarine warfare, battle group communication and airborne surveillance and control.   Work will be performed at various Lockheed Martin locations inside the continental U.S. (90 percent); and Virginia Beach, Virginia (10 percent).  Work is expected to be completed by May 2017. Fiscal 2016 working capital funds (Navy) in the amount of $3,496,432 will be obligated at time of award and will not 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), with one offer received in response to this solicitation.  Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

FLIR Surveillance Inc., Billerica, Massachusetts is being awarded a maximum $14,656,803 indefinite-delivery/indefinite-quantity contract to provide life-cycle contractor support for the electro-optical sensor systems for the Technology Applications Program Office. The majority of the work will be performed in Ft. Campbell, Kentucky. Fiscal 2016 operations and maintenance160px-Special_Operations_Specops_Army.svg funds in the amount of $75,000 are being obligated at time of award to satisfy the minimum guarantee. Additional funding will be obligated on a delivery order basis.  This contract was awarded through non-competitive award in accordance with Federal Acquisition Regulation 6.302-1.  U.S. Special Operations Command Contracting office, Tampa, Florida, is the contracting activity (H92241-16-D-0003).

*Small business

600px-US-TRANSCOM-Emblem.svgU.S. TRANSPORTATION COMMAND

Twelve contractors have been awarded contracts for an indefinite-delivery/indefinite-quantity, fixed-price contract for international ocean transportation and intermodal distribution services through U.S. Transportation Command’s Universal Service Contract-8. The awards are as follows: American President Lines LTD Inc., Scottsdale, Arizona, an estimated $257,131,913 (HTC711-16-D-W002); Maersk Line LTD, Norfolk, Virginia, an estimated $227,835,577(HTC711-16-D-W014); Matson Navigation Co. Inc., Oakland, California, an estimated $95,294,998 (HTC711-16-D-W015); Hapag-Lloyd USA LLC, Piscataway, New Jersey, an estimated $92,075,357 (HTC711-16-D-W012); American Roll-On Roll-Off Carrier LLC,* Woodcliff Lake, New Jersey, an estimated $66,941,381 (HTC711-16-D-W003); Farrell Lines Inc., Norfolk, Virginia, an estimated $64,360,874 (HTC711-16-D-W009); Liberty Global Logistics LLC,* Lake Success, New York, an estimated $55,788,479 (HTC711-16-D-W013); Totem Ocean Trailer Express Inc., Federal Way, Washington, an estimated $30,438,795 (HTC711-16-D-W025); Central Gulf Lines Inc., Mobile, Alabama, an estimated $24,494,841 (HTC711-16-D-W005); TransAtlantic Lines,* Greenwich, Connecticut, an estimated $20,596,119 (HTC711-16-D-W027); Sea Star Line LLC, Jacksonville, Florida, an estimated$20,148,725 (HTC711-16-D-W020); and Young Brothers LTD,* Honolulu, Hawaii, an estimated $18,494,963(HTC711-16-D-W029). Work will be performed worldwide as specified on each individual order and is expected to be completed Feb. 28, 2017. There were 29 proposals received.  Type of appropriation is fiscal 2016 and 2017 transportation working capital funds to be obligated on individual task orders. The contracting activity is the U S Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois.

Department of the ArmyARMY

AM General, South Bend, Indiana, was awarded a $24,965,954 modification (P00012) to foreign military sales (Iraq) contract W56HZV-15-C-0155 for 120 High Mobility Multipurpose Wheeled Vehicles.  Work will be performed in Mishawaka, Indiana, with an estimated completion date of April 30, 2016.  Fiscal 2016 other procurement funds in the amount of $24,965,954 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

RCT Systems Inc., Power Systems Division,* Linthicum, Maryland, is being awarded a $12,393,192 cost-plus-fixed-fee contract for research and development activities associated with power conversion modules and energy storage components associated with advanced shipboard electrical power systems.  RCT Systems Inc. will support the research and developmental testing and manufacturing of bi-directional power conversion modules to support a 4160 VAC 60Hz shipboard electrical architectures to interface with the battery or rotating machine energy storage and power load modules in support of next generation integrated power systems. RCT Systems will also perform studies and analysis, conduct design, develop, and testing of solutions for the energy storage and for the power conversion modules.  Work will be performed in Linthicum, Maryland, and is expected to be completed by January 2021.  Fiscal 2015 research, development, test, and evaluation (Navy) funding in the amount of $50,000 will be obligated at the time of award and funds will expire at the end of the current fiscal year.  This contract was competitively procured via broad agency announcement; 99 white papers were received and 13 proposals were requested.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-4200).

*Small business

Raytheon Missile Systems, Tucson, Arizona, was awarded a $66,593,457 firm-fixed-price contract on Dec. 31, 2015, for fiscal 2016 Navy Rolling Airframe Missile (RAM) Block 2 guided missile round pack requirements.  The RAM guided missile weapon system is co-developed and co-produced under an international cooperative program between the U.S. and the Federal Republic of Germany.  RAM is a missile system designed to provide anti-ship missile defense for multiple ship platforms.  This contract is to procure material, fabricate parts, assemble and test, and deliver RAM Block 2 MK 44 Mod 4 guided missile round packs.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $142,825,203, and also includes an option for foreign military sales to Japan.  Work will be performed in Tucson, Arizona (49.1 percent); Ottobrunn, Germany (41.2 percent); Rocket Center, West Virginia (8.5 percent); and Andover, Massachusetts (1.2 percent), and is expected to be completed by February 2018.  Fiscal 2016 weapons procurement (Navy) funding in the amount of $66,593,457 is being obligated at time of award, and no funds 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)(4), international agreement.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-5400).

Syn-Tech Systems Inc., Tallahassee, Florida (N65236-16-D-1002), is being awarded a $17,863,377 indefinite-delivery/indefinite-quantity, commercial, firm-fixed-price contract for fuel management systems (FuelMaster) support services to include technical support, procurement, installation, and sustainment capabilities for existing FuelMaster automated fuel service station; automated data collection/fuel dispensing system; automated point of sale device; and automotive information module second generation equipment at more than 507 sites worldwide.  This contract includes options which, if exercised, would bring the cumulative value (ceiling) of the contract to an estimated $91,929,442.  Work will be performed worldwide.  Work is expected to be completed by January 2017.  If all options are exercised, work could continue until January 2022.  Fiscal 2016 working capital funds (Navy) in the amount of $1,726,665 will be obligated at the time of award under the first task order; these funds will not expire at the end of the current fiscal year.  The contract was not competitively procured because it is a sole-source acquisition negotiated under 10 U.S. Code 2304(c)(1).  Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

MISSILE DEFENSE AGENCY

A-P-T Research Inc., Huntsville, Alabama, is being awarded a $30,456,367 cost-plus-fixed-fee contract for advisory and assistance services for safety under the technical, engineering, advisory,600px-US-MissileDefenseAgency-Seal.svg and management support contracts.  This contract provides support for the development, implementation, sustainment, and execution of both Ballistic Missile Defense System (BMDS) and program-level safety policies, requirements, and programs; supports BMDS and program-level system safety risk identification and management processes; and supports safe-conduct of system demonstration and simulation activities, to include flight and ground tests, at both the BMDS and program levels.  Work will be performed at Huntsville, Alabama; Dahlgren, Virginia; Albuquerque, New Mexico; Vandenberg Air Force Base, California; and Fort Greely, Alaska, with an expected completion date of December 2021.  Fiscal 2015 research, development, test and evaluation funds in the amount of $1,619,544; and 2016 Foreign Military Sales funds in the amount of $162,087, are being obligated at time of award.  This contract was a competitive awarded acquisition with two offers received.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-16-C-0015).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Alion Science and Technology Corp., McLean, Virginia, has been awarded a $28,725,401 undefinitized modification (P00144) to previously awarded contract FA7014-07-C-0009 for the Secretary of the Air Force Acquisition office and joint program office for the F-35 program. Contractor will provide advisory and assistance services support. Work will be performed at Arlington, Virginia; and Bolling Air Force Base, District of Columbia, and is expected to be complete by June 30, 2016. Fiscal 2016 Office of the Secretary of Defense, and Air Force research, development, test and evaluation and operations and maintenance funds in the amount of $13,644,451 are being obligated at the time of award. Air Force District of Washington, Andrews Air Force Base, Maryland, is the contracting activity. 

DEFENSE LOGISTICS AGENCY

FedMedical Inc.,* Summerville, South Carolina, has been awarded a maximum $25,000,000 fixed-price with economic price adjustment contract for pulse oximeters, surgical lights andDefense_Logistics_Agency accessories. This was a competitive acquisition with 96 responses received. This is a five-year contract with no option periods. Location of performance is South Carolina, with a Jan. 4, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-16-D-0003).

Department of the ArmyARMY

DRS-NIS, Melbourne, Florida, was awarded a $16,492,821 firm-fixed-price, sole-source contract for the procurement of digital vehicle distribution box assembly repair and upgrades.  The assembly is a power distribution and control box for the automotive and diagnostic systems of the Bradley Fighting Vehicle.  Performance location(s) and funding will be determined with each order, with an estimated completion date of Dec. 30, 2022.  Bids were solicited via the Internet with one received.  Army Contracting Command, Tank and Automotive, Warren, Michigan, is the contracting activity (W56HZV-16-D-0028).

*Small business

AIR FORCE

The Boeing Co., St. Louis, Missouri, has been awarded an $855,000,000 ceiling contract for T-38C avionics component integration and contractor logistics support.  The location of performance is St. Louis, Missouri; and Air Force and Navy bases located in Texas, Mississippi, Maryland, and Oklahoma. Work is expected to be completed by Jan. 3, 2026. This award is the result of a competitive acquisition and two offers were received. Fiscal 2015 research and development funds in the amount of $750,000 are being obligated at time of award. Air Force Life Cycle356px-Seal_of_the_US_Air_Force.svg Management Center, Hill Air Force Base, Utah is the contracting activity (FA8211-16-D-0001).

SRA, Fairfax, Virginia, has been awarded a $35,432,915 firm-fixed-price and time-and-materials contract for the Distributed Common Ground System (AF DCGS) Processing, Exploitation, and Dissemination (PED) Operation Center. Contractor will manage, administer, and maintain the operational weapon system architecture supporting AF DCGS. The current AF DCGS PED architecture consists of an asynchronous transport mode network that successfully transports serial sensor bit streams, non-serial imaging sensors bit streams (both stills and full motion video), and imagery (still and motion), voice, avionics bit streams, and data as received from reconnaissance aircraft aloft overseas to various AF DCGS sites, where processing takes place. Work will be performed at Langley Air Force Base, Virginia, and is expected to be complete by Feb. 28, 2019. This award is the result of a competitive acquisition and four offers were received. Fiscal 2016 operations and maintenance funds in the amount of $1,537,357 are being obligated at the time of award. AMIC DET2/PK, Joint Base San Antonio, Texas is the contracting activity (FA7037-16-F-8001).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Veyance Technologies, Fairlawn, Ohio, has been awarded a maximum $31,799,186 firm-fixed-price contract for track shoe assemblies for Abrams vehicles. This was a competitive acquisition with one response received. This is a one-year contract with no option periods. Location of performance is Ohio, with a Jan. 3, 2017, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through fiscal 2017 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-16-C-0035).

ARMY

Lockheed Martin, Orlando, Florida, was awarded a $25,291,001 firm-fixed-price, foreign military sales contract to continue consolidated logistics support for the Office of the Program ManagerDepartment of the Army – Saudi Arabia National Guard.  Work will be performed in Saudi Arabia, with an estimated completion date of Dec. 31, 2018.  Bids were solicited via the Internet with one received.  Fiscal 2015 other funds in the amount of $25,291,001 were obligated at the time of the award.  Army Contracting Command – Program Manager Saudi Arabia, is the contracting activity (W90BRJ-16-C-0005).

600px-US-DeptOfNavy-Seal.svgNAVY

Exelis Inc., Clifton, New Jersey, is being awarded a $7,628,203 firm-fixed-price, indefinite-delivery/indefinite-quantity, long-term contract for repair of weapons replaceable assemblies used in support of the Integrated Defensive Electronic Countermeasures program.  This contract includes a two-year base and three one-year option periods, which if exercised, will bring the contract value to $28,482,500.  Work will be performed in Clifton, New Jersey, and is expected to be completed by December 2017.  If all options are exercised, work will continue through December 2020.  No funds will be obligated at the time of award.  Working capital funds (Navy) will be obligated as individual delivery orders are issued.  No funds will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1, with one offer received in response to this solicitation.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N003831-16-D-002P).

bmg logo(R)2

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

DEFENSE LOGISTICS AGENCY

Apex Clean Energy Holdings LLC,* Charlottesville, Virginia, has been awarded a maximum $497,350,565 firm-fixed-price contract for electricity from an on-site solar and off-site wind energy production facility, supplemented with electricity from conventional resources. This was a competitive acquisition with nine responses received. This is a 29-year, 10-month contract for renewable energy. The conventionalDefense_Logistics_Agency energy portion of the contract is 10 years, with one 10-year and one eight-year option period. Locations of performances are Virginia and Texas, with an Oct. 31, 2045, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through fiscal 2046 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-16-D-8000).

US Foods Lexington, Lexington, South Carolina, has been awarded a maximum $64,500,000 fixed-price with economic price adjustment contract for prime vendor food and beverage support for customers in the South Carolina area. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a 363-day bridge contract. Location of performance is South Carolina, with a Jan. 14, 2017, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-16-D-3164).

Labatt Food Services, San Antonio, Texas, has been awarded a maximum $52,500,000 fixed-price with economic price adjustment contract for prime vendor food and beverage support for customers in the San Antonio area. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a 363-day bridge contract. Location of performance is Texas, with a Jan. 14, 2017, performance completion date. Using military services are Army, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-16-D-3163).

600px-US-TRANSCOM-Emblem.svgU.S. TRANSPORTATION COMMAND

Nine companies have each been awarded a share of an estimated $125,922,873 third option-year modification P00013 under an indefinite-delivery/indefinite-quantity fixed-price with economic price adjustment contract for Category A international commercial air cargo transportation service. For all companies, the modification brings the total cumulative face value of the contract to $549,663,016 from $ 423,740,143. The companies are:  Alaska Airlines Inc., Seattle, Washington (HTC711-13-D-C001); Atlas Air Inc., Purchase, New York (HTC711-13-D-C002); Federal Express Corp., El Segundo, California (HTC711-13-D-C003); Kalitta Air LLC,* Leesburg, Virginia; (HTC711-13-D-C004); Miami Air International Inc.,* Miami, Florida (HTC711-13-D-C005); National Air Cargo Group Inc.,* Orlando, Florida (HTC711-13-D-C006); Northern Air Cargo Inc., Anchorage, Alaska (HTC711-13-D-C007); Omni Air International Inc.,* Tulsa, Oklahoma (HTC711-13-D-C008); and  United Parcel Service Co., Louisville, Kentucky (HTC711-13-D-C009).  Work will be performed worldwide as specified on each individual order, and is expected to be completed Jan. 31, 2017.  Funds will be obligated through decentralized orders.  The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

Minburn Technology Group LLC, Great Falls, Virginia (H92222-16-F-0019) is being awarded a maximum $115,000,000 firm-fixed-price delivery order to procure160px-Special_Operations_Specops_Army.svg commercial Microsoft software licenses and software assurance in support of U.S. Special Operations Command Headquarters Procurement Division (SOF AT&L-KS). The majority of the work will be performed in Great Falls, Virginia, and is expected to be completed by Dec. 31, 2018. Fiscal 2016 operations and maintenance (O&M) funds in the amount of $26,328,058 are being obligated at time of award to satisfy the minimum guarantee. Procurement or O&M funding will be used as appropriate for new software. U.S. Special Operations Command Contracting office, Tampa, Florida, is the contracting activity.

Department of the ArmyARMY

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $75,324,426 cost-plus-fixed-fee, undefinitized contract action to provide non-recurring engineering efforts for the design and integration of a 30mm cannon mounted on an unmanned, stabilized turret onto the Stryker infantry carrier vehicle platform, and the development of eight prototypes.  Per requirement, these contracts are only obligated to be funded up to 50 percent and this contract has obligated $30,757,464.  Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Jan. 15, 2021.  Bids were solicited via the Internet with one received.  Fiscal 2015 research, development, test and evaluation (Army) funds in the amount of $2,300,000; and fiscal 2016 research, development, test and evaluation (Army) funds in the amount of $28,457,000, were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-C-0038).

The Whiting-Turner Contracting Co., Baltimore, Maryland, was awarded a $30,469,870 firm-fixed-price contract for renovation of the 20th Chemical, Biological, Radiological, Nuclear, and Enhanced Conventional Weapons command headquarters facility.  Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Jan. 4, 2018.  Bids were solicited via the Internet with six received.  Fiscal 2012 military construction funds in the amount of $30,469,870 were obligated at the time of the award.  Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-16-C-0002).

Lockheed Martin, Orlando, Florida, was awarded a $15,017,849 firm-fixed-price, foreign military sales contract for a digital battle staff trainer, war simulation trainer.  Work will be performed in Saudi Arabia, with an estimated completion date of Dec. 31, 2017.  Bids were solicited via the Internet with one received.  Fiscal 2016 other funds in the amount of $15,017,849 were obligated at the time of the award.  Army Contracting Command, Program Manager Saudi Arabia National Guard, is the contracting activity (W90BRJ-16-C-0008).

NAVY

SMIT Singapore PTE Ltd., Singapore, is being awarded a $43,000,000 modification to previously awarded contract N00024-12-D-4120 to exercise an option for salvage, salvage-related towing, harbor clearance, ocean engineering, and point-to-point towing services to support the Director of Ocean Engineering, Supervisor of Salvage and Diving (SUPSALV).  The Naval Sea Systems Command, SUPSALV, is responsible for maintaining contracts for commercial sources to supplement the Navy’s600px-US-DeptOfNavy-Seal.svg salvage, diving, towing, and search and recovery capabilities.  Work will be performed in the Western Pacific waters and is expected to be completed by February 2017.  No funding is being obligated at time of award and funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Crowley Technical Management Inc., Jacksonville, Florida, is being issued a $34,498,445 modification under a previously awarded firm-fixed-price contract (N62387-15-C-2505) to exercise a one-year option period for the operation and maintenance of five Navy Ocean Surveillance Ships (T-AGOS) and two Missile Range Instrumentation Ships (T-AGM).  Work will be performed worldwide and is expected to be completed by Jan. 21, 2017.  Navy working capital funds in the amount of $34,498,445 are being obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

General Nucleonics Inc., Pomona, California, is being awarded a $16,577,014 firm-fixed-price long-term requirements contract for the repair for three weapons replaceable assemblies in support of the Main Rotor Blade In Flight Inspection System utilized on the H-53 aircraft.  Work will be performed in Pomona, California, and work is expected to be completed by June 2020.  No funds will be obligated at the time of award.  Fiscal 2016 working capital funds (Navy) will be provided through individual delivery orders as they are issued; none of which will expire at the end of the current fiscal year.  One firm was solicited for this non-competitive requirement, and one offer was received in accordance with Federal Acquisition Regulation 6.302-1.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-16-D-009F).

Lockheed Martin Corp., Missiles and Fire Control, Orlando, Florida, is being awarded a $14,221,556 cost-plus-fixed-fee undefinitized contract action for the procurement of non-recurring engineering requirements on the Target Sight System (TSS), including software development and testing, system modification, testing, and installation requirements necessary to configure the TSS to the requirements of the government of Pakistan.  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 is integrated into the AH-1Z Cobra attack helicopters.  Work will be performed in Orlando, Florida (94 percent); and Ocala, Florida (6 percent).  The work is expected to be complete by December 2017.  Fiscal 2016 foreign military sales funding in the amount of $3,555,389 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract is being negotiated on a sole-source basis in accordance with statutory authority 10 U.S. Code 2304(c)(4) as implemented by Federal Acquisition Regulation 6.302-4.  The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-16-C-JQ11).

Martin Baker Aircraft Co. Ltd., Higher Denham, Near Uxbridge, Middlesex, England, is being awarded a $9,458,828 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0066), for the procurement of 30 Navy Aircrew Common Ejection Seats for F/A-18 series and EA-18G aircraft for the Navy.  In addition, this modification provides for associated hardware, equipment, technical data, and production support services.  Work will be performed in Higher Denham, Near Uxbridge, Middlesex, England (61.86 percent); Johnstown, Pennsylvania (22.46 percent); Ronkonkoma, New York (8.24 percent); and Chatsworth, California (7.44 percent), and is expected to be completed in August 2017.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $9,458,828 will be 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.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

L-3 Communications-Vertex Aerospace, Madison, Mississippi, was awarded an estimated $42,017,407 modification (P00012) to exercise the option on previously awarded contract FA3002-14-C-0013 for support to the T-1, T-6, and T-38 undergraduate pilot training at Vance Air Force Base. Work will be performed at Vance Air Force Base, Oklahoma, and Option 1 will be complete by Sept. 30, 2016.  There are five more option periods under contract.  The estimated completion date after all options is Sept. 30, 2021. No funds are being obligated at the time of award. Air Force Installation Contracting Agency, Joint Base San Antonio-Randolph, Texas, is the contracting activity. (Awarded on Sept. 17, 2015)

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $30,727,886 undefinitized contract action for the Pakistani Air Force (PAF) C-130 fleet. Contractor will design, manufacture, integrate, train, provide technical support during installation, and deliver 11 C-130E model kits and five C-130B integrated avionics suites and kits. Additionally, Rockwell Collins shall develop, validate, and deliver consolidated B/E flight manual and associated checklists, and maintenance supplements required to operate, maintain, and sustain the PAF C-130 fleet. Work will be performed at Nur Khan Base, Islamabad, Pakistan, and is expected to be complete by Dec. 31, 2020. This award is the result of a sole-source acquisition. This contract is 100 percent foreign military sales to the country of Pakistan. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8553-16-C-0005).

Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a not-to-exceed $10,035,434 modification (P00510) to previously awarded contract FA8625-11-C-6597 for C-130J advanced procurement and external fuel tank modification kits. Contractor will provide long-lead items and the external fuel tank mod kits in preparation for the procurement of C-130Js for Israel. Work will be performed at Marietta, Georgia, and is expected to be complete by June 30, 2018. This contract is 100 percent foreign military sales to Israel. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

PAE Applied Technologies LLC, Fort Worth, Texas, was awarded an estimated $8,196,039 modification (P00015) to exercise the option on previously awarded contract FA3002-15-C-0003 for support services. Contractor will provide communications and information technology, housing management, operations and maintenance, space management, grounds and site management among other contract items. Work will be performed at Vance Air Force Base, Oklahoma, and is expected to be complete by Feb. 29, 2016. No funds are being obligated at the time of award. Air Force Installation Contracting Agency, Joint Base San Antonio-Randolph, Texas, is the contracting activity, and is working another three-month extension of services. (Awarded on Nov. 19, 2015)

CORRECTION: The contract to Exelis Inc., awarded on Dec. 3, 2015, had an incorrect contract number. The correct number is FA8730-16-C-0009. All other information in the release is accurate.

MISSILE DEFENSE AGENCY

Raytheon Co. Integrated Defense Systems, Woburn, Massachusetts, is being awarded a modification (P00053) to a previously awarded fixed-price-incentive-firm contract.  The value of this contract modification is $35,999,523, increasing the total contract value from $208,191,227 to $244,190,750.  Under this contract modification,Missile Defense Agency the contractor will implement a data processor and signal processor equipment suite modernization at Royal Air Force Fylingdales, United Kingdom. The performance period is from January 2016 through July 2018.  Fiscal 2014 and 2015 procurement funds in the amount of $35,999,523 will be obligated at time of award.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-12-C-0014).

*Small business

600px-US-DeptOfNavy-Seal.svgNAVY

CH2M Hill Inc., Virginia Beach, Virginia, is being awarded a maximum amount $240,000,000 cost-plus-award-fee, indefinite-delivery/indefinite-quantity architect-engineering contract for comprehensive, long-term environmental action services on Navy and Marine Corps installations at various Department of Defense sites in the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility (AOR).  The work to be performed provides for architectural and engineering services to provide program management and technical environmental services in support of the Department of the Navy’s Environmental Restoration Program, Munitions Response Program, and other similar programs at any Navy and Marine Corps activity in the AOR covered by NAVFAC Atlantic.  The principle geographic areas covered by this contract include NAVFAC Mid-Atlantic Hampton Roads and Marine Corps Integrated Product Teams, Washington, Northwest, Southwest, and Europe Africa Southwest Asia AORs and Puerto Rico.  Task order 0001 is being awarded at $180,000 for architect engineering services at the program management office in Virginia Beach, Virginia.  Work for this task order is expected to be completed by March 2016.  All work on this contract will be performed within the NAVFAC Atlantic AOR including, but not limited to, North Carolina (26 percent); Puerto Rico (26 percent); Virginia (26 percent); Maryland (8 percent); California (5 percent); Washington, District of Columbia (3 percent); West Virginia (3 percent); Washington (2 percent); and Alaska (1 percent), and is expected to be completed by January 2021.  Fiscal 2016 environmental restoration (Navy) contract funds in the amount of $180,000 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by environmental restoration (Navy).  This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-16-D-9000).

L-3 Communications Corp., Northampton, Massachusetts, was awarded a $44,710,060 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, cost reimbursement, firm-fixed-price contract for depot-level services for the upgrade, repair, and overhaul of the photonics masts. The Photonics Mast (PM) and Photonics Mast Variant (PMV) are major units within the imaging systems on Virginia-class and Ohio-class submarines.  This procurement will provide for repair of masts; replacement and repair of mast subassemblies; testing, inspection, and evaluation of photonics masts; and upgrades to the PM and PMV.  This acquisition will also provide engineering and technical support in the form of distance and/or on-site support to the field at intermediate level repair facilities.  Work will be performed in Northampton, Massachusetts, and the expected completion date is January 2019.  Fiscal 2015 and 2016 other procurement (Navy) funding in the amount of $3,811,259 will be obligated on the first two task orders, none of which 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 or limited number of sources and no other suppliers will satisfy the requirements.  The Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity (N66604-16-D-0349). (Awarded Jan. 8, 2016)

Boston Ship Repair LLC,* Boston, Massachusetts, is being awarded a $12,505,219 firm-fixed-price contract for 58-calendar day shipyard availability for the regular overhaul and dry docking of USNS Grumman (T-AO 195).  Work will include general services for ship, clean and gas-free tanks void and cofferdams and spaces; cargo tanks preservation; potable water tanks preservation; tank deck overhead preservation; non-skid preservation; port main engine 12K hour overhaul; cargo system wire replacement; cargo console system mechanical support; cargo console system installation; No. 4 ship service diesel generator 50K overhaul; aqueous foam-forming film piping; No. 3 and  4 ship service diesel generator turbocharger overhauls; annual lifeboat davit inspections; underwater hull and freeboard preservation; sea valve overhaul; controllable pitch propeller system checks and 15 year tail shaft inspection; stern tube seal maintenance; and ultrasonic thickness readings/hull survey.  The contract includes options which, if exercised, would bring the total contract value to $12,843,198.  Work will be performed in Boston, Massachusetts, and is expected to be completed by April 15, 2016. Fiscal 2016 maintenance and repair contract funds in the amount of $12,505,219 are being obligated at the time of award, and the funds will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with two offers received.  The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-16-C-4001).

Marine Hydraulics International Inc., Norfolk, Virginia, is being awarded an $8,612,073 firm-fixed-price contract for USS Winston S. Churchill (DDG 81) fiscal 2016 Selected Restricted Availability (SRA).  Work will involve ship repair, maintenance, and modernization.  This contract includes option items which, if exercised, would bring the cumulative value of this contract to $9,389,433.  Work will be performed in Norfolk, Virginia, and is expected to be completed by July 2016.  Fiscal 2016 operation and maintenance (Navy); and fiscal 2016 other procurement (Navy) funding in the amount of $8,612,073 is being obligated at time of award, and $7,451,364 will expire at the end of the current fiscal year.  This contract was competitively procured under full and open competition via the Federal Business Opportunities website; three offers were received. The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity (N50054-16-C-0003).

Correction:  The contract awarded on Oct. 30, 2015, to 2H&V Construction Services,* Bonifay, Florida (N69450-16-D-0601); Birmingham Industrial Construction LLC,* Alabaster, Alabama (N69450-16-D-0602); ESA South Inc.,* Cantonment, Florida (N69450-16-D-0603); Firewatch Contracting of Florida LLC,* Tampa, Florida (N69450-16-D-0604); J.A.M. Construction Services,* Merritt Island, Florida (N69450-16-D-0605); and York-Brawley JV,* Hampton, Virginia (N69450-16-D-0607), for construction projects located primarily within the Naval Facilities Engineering Command Southeast area of responsibility is revised to include Leebcor Services LLC,* Williamsburg, Virginia (N69450-16-D-0606).  This contractor is being added to the previously awarded suite of contracts due to a corrective action.  The maximum dollar value including the base period and four option years for all seven contracts combined is $75,000,000.

DEFENSE LOGISTICS AGENCY

Bluewater Defense Inc.,* San Lorenzo, Puerto Rico, has been awarded a maximum $112,707,320 modification (P00128) exercising the third one-year option period of aDefense_Logistics_Agency one-year base contract (SPM1C1-13-D-1020) with four one-year option periods for various types of uniform trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico, with a Jan. 17, 2017, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $8,343,706 firm-fixed-price delivery order (THNP) against basic ordering agreement SPE4A1-14-G-0007 in support of Navy aircraft. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Missouri, with a Nov. 30, 2021, performance completion date. Using service is Navy. Type of appropriation is fiscal 2016 through fiscal 2021 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Department of the ArmyARMY

Raytheon Co., McKinney, Texas, was awarded a $13,366,719 modification (P00041) to contract W56HZV-12-C-0046 for nine turrets for the Marine Corps Light Armored Vehicle anti-tank variant.  Work will be performed in McKinney, Texas, with an estimated completion date of July 30, 2018.  Fiscal 2016 other procurement (Army) funds in the amount of $13,366,719 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

The Dutra Group was awarded an $8,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for contract to rent a hopper dredge with attendant plan and operators for maintenance dredging of the Mobile Harbor Channel, with an estimated completion date of March 14, 2017.  Bids were solicited via the Internet with two received.  Funding and work location will be determined with each order.  Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-16-D-0041).

WASHINGTON HEADQUARTERS SERVICES

American Society for Engineering Education, Washington, District of Columbia, is being awarded an $111,456,970 firm-fixed-price and cost contract to provide administrative support for the Department of Defense Science, Mathematics and Research for Transformation (SMART) Scholarship for Service program. Much of the600px-WHS_Insignia.svg funding provided  will be used to reimburse the contractor for scholarships and stipends paid to students. Work performance will take place in Washington, District of Columbia with an expected completion date of Jan. 14, 2021. Fiscal 2015 research, development, test and evaluation funds in the amount of $8,000,000 are being obligated at time of the award. Washington Headquarters Services, Arlington, Virginia is the contracting office (HQ0034-16-C-0008).

*Small business

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Raytheon Co.– Missile Systems, Tucson, Arizona, has been awarded an $85,500,000 indefinite-delivery/indefinite-quantity contract for Griffin missiles and support. Contractor will provide Griffin A and B Block II/III missiles, including test and support equipment with engineering support. Work will be performed at Tucson, Arizona, and is expected to be complete by Jan. 31, 2017. This award is the result of a sole-source acquisition. Fiscal 2015 procurement funds in the amount of $27,645,682 are being obligated for the first task order (0001) at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8656-16-D-0072).

ATK Launch Systems Inc., a wholly owned subsidiary of Orbital ATK Inc., Magna, Utah, has been awarded a $46,968,005 other transaction agreement for the development of three rocket propulsion system prototypes for the Evolved Expendable Launch Vehicle (EELV) program. This agreement implements Section 1604 of the Fiscal Year 2015 National Defense Authorization Act, which requires the development of a next-generation rocket propulsion system that will transition away from the use of the Russian-supplied RD-180 engine to a domestic alternative for National Security Space launches. An other transaction agreement was used in lieu of a standard procurement contract in order to leverage on-going investment by industry in rocket propulsion systems. This other transaction agreement requires shared cost investment with ATK Launch Systems Inc. for the development of prototypes of the GEM 63XL strap-on solid rocket motor, the Common Booster Segment (CBS) solid rocket motor, and an Extendable Nozzle for Blue Origin’s BE-3U upper stage engine. These rocket propulsion systems are intended for use on an Orbital ATK next generation launch vehicle.  The GEM 63XL strap-on solid rocket motor is also intended for use on United Launch Alliance’s Vulcan launch vehicle.  The locations of performance are Magna, Utah; Iuka, Mississippi; Chandler, Arizona; and Los Angeles Air Force Base, California. The work is expected to be completed no later than Dec. 30, 2019.  Air Force fiscal 2015 research, development, test and evaluation funds in the amount of $46,968,005 are being obligated at the time of award.  ATK Launch Systems Inc. is contributing $31,130,360 at the time of award.  The total potential government investment, including all options, is $180,238,059.  The total potential investment by ATK Launch Systems Inc., including all options, is $124,830,693. This award is the result of a competitive acquisition with multiple offers received. The Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California is the contracting activity (FA8811-16-9-0002).

Space Exploration Technologies, Corp. (SpaceX), Hawthorne, California, has been awarded a $33,660,254 other transaction agreement for the development of the Raptor rocket propulsion system prototype for the Evolved Expendable Launch Vehicle (EELV) program. This agreement implements Section 1604 of the Fiscal Year 2015 National Defense Authorization Act, which requires the development of a next-generation rocket propulsion system that will transition away from the use of the Russian-supplied RD-180 engine to a domestic alternative for National Security Space launches. An other transaction agreement was used in lieu of a standard procurement contract in order to leverage on-going investment by industry in rocket propulsion systems. This other transaction agreement requires shared cost investment with SpaceX for the development of a prototype of the Raptor engine for the upper stage of the Falcon 9 and Falcon Heavy launch vehicles. The locations of performance are NASA Stennis Space Center, Mississippi; Hawthorne, California; and Los Angeles Air Force Base, California. The work is expected to be completed no later than Dec. 31, 2018. Air Force fiscal 2015 research, development, test and evaluation funds in the amount of $33,660,254 are being obligated at the time of award.  SpaceX is contributing $67,320,506 at the time of award. The total potential government investment, including all options, is $61,392,710. The total potential investment by SpaceX, including all options, is $122,785,419. This award is the result of a competitive acquisition with multiple offers received. The Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California is the contracting activity (FA8811-16-9-0001).

Scientific Systems Co. Inc.,* Woburn, Massachusetts, has been awarded an $11,565,001 cost-plus-fixed-fee Small Business Innovation Research III contract for an advanced navigation system technology demonstration on Small Diameter Bomb (SDB) Increment I. Contractor will flight test, demonstrate, and evaluate the technology readiness of an ImageNav-SDB advanced navigation system using the SDB Increment I. Work will be performed at Woburn, Massachusetts, and is expected to be complete by Jan. 13, 2018. This award is the result of a sole-source acquisition. Fiscal 2015 and 2016 research and development funds in the amount of $11,565,001 are being obligated at the time of award. Air Force Lifecycle Management Center, Rapid Acquisition Cell, Eglin Air Force Base, Florida, is the contracting activity (FA8656-16-C-0094).

NAVY

The Math Works Inc., Natick, Massachusetts, is being awarded an $11,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to procure software600px-US-DeptOfNavy-Seal.svg licenses, and software maintenance, training, and consulting services in support of MATLAB, which is used for performing mathematical calculations, analyzing and visualizing data, and writing new software programs.  Work will be performed in Natick, Massachusetts, and is expected to be completed in January 2020.  Fiscal 2016 research, development, test and evaluation funds (Navy) in the amount of $72,516 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S. Code 2304(c) (1).  The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-16-D-0005).

*Small business

 

bmg logo(R)2

BMG AD (fv)

frasernet MLK Birthday Wish



BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

ARMY

AAI Corp., doing business as Textron Systems, Hunt Valley, Maryland, was awarded a $97,109,000 modification (P00004) to contract W58RGZ-15-C-0047 for the Shadow tactical unmanned aircraft system, tactical data link retrofit for full-rate production VII.  Work will be performed in Hunt Valley, Maryland, with an estimated completion date of Oct. 31, 2018.  Fiscal 2015 other procurement funds in the amount of $97,109,000 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Weeks Marine Inc., Covington, Kentucky, was awarded a $10,642,250 firm-fixed-price contract with options to rent one fully operated cutterhead dredge with 30-inch inside diameter pumpDepartment of the Army discharge with submerged pump, attendant plant and discharge pipeline as specified.  Bids were solicited via the Internet with one received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of July 8, 2016.  Fiscal 2014 and 2016 other procurement funds in the amount of $10,642,250 were obligated at the time of the award.  Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-16-C-0016).

Travis Association for the Blind, Austin, Texas, was awarded an $8,856,391 modification (0005) to contract W56HZV-13-D-0009 to clean and repair unserviceable, but economically repairable, organizational clothing and individual equipment.  Work will be performed in Austin, Texas, with an estimated completion date of Jan. 21, 2017.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $8,856,391 were obligated at the time of the award.  Army is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $34,028,813 order (0014) from basic ordering agreement FA8620-15-G-4040 to develop and field the Air Force Special Operations Command MQ-9 Medium Altitude Long Endurance Tactical (MALET) Lead-Off Hitter (LOH) software line. Contractor will establish, define, and grow a process to rapidly field capabilities. Included in this effort is to address activities driving software changes such as: software defect corrections, threats, policy or doctrine driven, safety, interoperability, and software changes resulting from hardware upgrades. Work will be performed at Poway, California; Clovis, New Mexico; and Ft. Walton Beach, Florida, and is expected to be complete by Feb. 28, 2018. Fiscal 2016 research, development, test and evaluation funds in the amount of $11,898,735 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Leidos Inc., Reston, Virginia, has been awarded a $21,079,949 cost-plus-fixed-fee contract for critical analysis and simulation efforts. Contractor will provide advanced technology exploration, development and research into optical beam control in the presence of atmospheric turbulence to develop, simulate, analyze, and characterize beam control systems for laser propagation and laser communication. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete by Jan. 23, 2021. This award is the result of a competitive acquisition with one offer received. Fiscal 2015 and 2016 research, development, test and evaluation funds in the amount of $950,962 are being obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-16-C-0048).

M-1 Support Services LP; Denton, Texas, has been awarded an estimated $12,028,752 modification (P00008) to exercise an option to previously awarded contract FA3002-15-C-0004. Contractor will provide aircrew and maintenance services for the CV-22 aircraft, UH-1N and HH-60G helicopters, associated engines, and mission support equipment of the 58th Maintenance Group. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete Sept. 30, 2016. No funds were obligated at time of award. The Air Force Installation Contracting Agency, Joint Base San Antonio-Randolph, Texas, is the contracting activity. (Awarded on Sept. 16, 2015)

NAVY

Bethel-Webcor JV-1,* Anchorage, Alaska, is being awarded $14,989,000 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract (N62478-14-D-4001) for repairs to Buildings 1604 and 1632 at Marine Corps Base Hawaii.  Work includes miscellaneous structural repairs; replacement of deteriorated doors and windows; exterior and interior painting; repairs to exhaust ventilation system and air conditioning systems; repairs to hot water heating system, installation of fire suppression system and repairs to fire alarm system; and electrical repairs to include replacing all light fixtures, main electrical distribution panel, and wiring to meet arc fault protection requirements.   Work will be performed in Oahu, Hawaii, and is expected to be completed by September 2017.  Fiscal 2016 operation and maintenance (Marine Corps) contract funds in the amount of $14,989,000 are obligated on this award and will expire at600px-US-DeptOfNavy-Seal.svg 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.

Northrop Grumman Corp., Aerospace Systems, San Diego, California, is being awarded an $8,171,523 modification P00002 to a previously issued cost-plus-fixed-fee contract (N00019-16-C-0023) to exercise options for engines, program related engineering services, integrated logistics, and training in support of the MQ-8 Fire Scout unmanned aircraft system.  Work will be performed in San Diego, California (90 percent); and Point Mugu, California (10 percent), and is expected to be completed in December 2016.  Fiscal 2016 operation and maintenance (Navy) funds in the amount of $8,171,523 are being obligated at time of award; all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

*Small business

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

System of Systems Security (SOSSEC) Inc., Atkinson, New Hampshire, has been awarded a maximum $99,000,000 other transaction agreement for prototypes in command, control, communications, and cyber, intelligence, surveillance, and reconnaissance (C4ISR) information sharing information systems. Contractor will provide development, test, measurement, demonstration, integration, and delivery of prototypes for the Air Force related to C4ISR information sharing information systems. These systems include: Distributed Common Ground Station; Theater Battle Management Core Systems; Air Operations Center; Open Mission System; Secure View; Information Support Server Environment Guard; cybersecurity environments; Web Temporal Analysis System; Combined Information Data Network Exchange; Collaboration Gateway, and other systems to be determined. Work will be performed at Atkinson, New Hampshire; however, individual prototype projects awarded under this agreement will be performed by consortium members at locations to be determined after award. The agreement is expected to be complete by Jan. 21, 2021. This agreement is the result of a competitive acquisition with six offers received. Funding will be dependent upon the initial prototype project(s) selected under the terms of the agreement. Air Force Research Lab, Rome, New York, is the contracting activity (FA8750-16-9-9000).

Cessna Aircraft Co., Wichita, Kansas, has been awarded a $55,268,755 firm-fixed-price contract for the Afghanistan Trainer Program. Contractor will provide interim contractor support of 18 C-208 B aircraft and one C-208 aircrew training device, including maintenance and training. Work will be performed at Kabul Air Base and Kandahar Air Base, Afghanistan, and is expected to be complete by July 31, 2017. This contract is 100 percent foreign military sales to the country of Afghanistan. This award is the result of a sole-source acquisition. Fiscal 2015 Afghanistan Security Forces funds in the amount of $18,251,442 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8617-16-C-6208).

Composite Engineering Inc., Sacramento, California, has been awarded an $18,674,455 modification to previously awarded contract FA8678-15-C-0069 for Air Force Subscale Aerial Target (AFSAT) Lots 11-13 production. Contractor will provide additional quantity of 21 AFSAT production units being produced under the basic contract (Lot 12) and the associated warranty. Work will be performed at Sacramento, California, and is expected to be complete by Nov. 30, 2020. Fiscal 2016 procurement funds in the amount of $17,785,195 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

ARMY

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $92,732,991 modification (P0010) to foreign military sales (Qatar) contract W31P4Q-12-G-0001 for PATRIOT Advanced Capability-3 and Missile Segment Enhancement Multi-Band Radio Frequency Data Link obsolescence redesign.  Work will be performed in Grand Prairie and Lufkin, Texas; Camden, Arkansas;Department of the Army and Camden, Arizona, with an estimated completion date of Jan. 30, 2020.  Fiscal 2015 and 2016 research, development, test and evaluation; and other procurement funds in the amount of $85,934,078 were obligated at the time of the award.  Army Contacting Command, Redstone Arsenal, Alabama, is the contracting activity.

Hal Hays Construction Inc., Riverside, California, was awarded an $18,508,130 firm-fixed-price contract with options to construct a Fresno, California, Army Reserve Center with an estimated completion date of Jan. 31, 2018.  Bids were solicited via the Internet with four received.  Fiscal 2015 and 2016 military construction; and operations and maintenance (Army) funds in the amount of $18,508,130 were obligated at the time of the award.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-C-0006).

Sotera Defense Solutions Inc. Herndon, Virginia, was awarded an $11,402,662 cost-plus-fixed-fee contract with options for the Defense Advanced Research Projects Agency Research and Development Counter Insurgency Operations project.  Bids were solicited via the Internet with one received. Work will be performed in Arlington, Virginia; and Austin, Texas, with an estimated completion date of Jan. 20, 2019.  Fiscal 2015 research, development, test and evaluation funds in the amount of $2,749,378 were obligated at the time of the award.  Army Contracting Command, Research Triangle Park, North Carolina, is the contracting activity (W911NF-16-C-0005).

600px-US-DeptOfNavy-Seal.svgNAVY

Raytheon Missile Systems, Tucson, Arizona, is being awarded $12,115,859 for modification P00002 to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N68936-14-D-0011) for up to 52,473 hours of advanced technology insertion and integration support of weapons systems.  The systems supported include AIM-9 Sidewinder, AIM-120 advanced medium-range air-to-air missile (AMRAAM), AGM-65 Maverick, AGM-154 Joint Standoff Weapon (JSOW), R/UGM-109 Tomahawk, XM982 Excalibur, BGM-71 tube-launched, optically-tracked, wireless-guided (TOW) missile, Standard missile, Evolved Sea Sparrow missile, Talon, Pyros and Griffin.  Also included are line of sight/non-line of sight technologies for seekers, multi-mode seekers, tube-launched unmanned aircraft systems, autonomous weapons employment and precision targeting, and similar applications.  Work will be performed in Tucson, Arizona, and is expected to be completed in April 2017.  No funds are being obligated at time of award; funds will be obligated on individual delivery orders.  The Naval Air Warfare Center, Weapons Division, China Lake, California, is the contracting activity.

Gilbane Federal, Walnut Creek, California, is being awarded $9,960,000 for firm-fixed-price task order JM01 under a previously awarded multiple award construction contract (N39430-15-D-1634) for construction of two barrel-type bulk fuel storage tanks at Naval Station Guantanamo Bay.  The construction will include new concrete footings and foundations, excavation, grading, site preparation, steel erection, piping, valves, cathodic protection system, fire protection system, remote electronic leak detection/alarm sensing devices, paving, drainage dike, oil-water separator, approved tank liner as required by environmental regulations, and final landscaping.  Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by November 2017.  Fiscal 2015 military construction (Defense Logistics Agency) contract funds in the amount of $9,960,000 are obligated on this award and will not expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

Progeny Systems Corp.,* Manassas, Virginia, is being awarded $9,599,780 for cost-plus-fixed-fee delivery order 0003 against a previously issued basic ordering agreement (N68335-13-G-0001) for efforts required for the completion of a Phase III Small Business Innovation Research (SBIR) project.  These efforts are in support of SBIR topic N121-152, entitled “Maritime Airborne Service Oriented Architecture Integration.”  Work will be performed in Manassas, Virginia, and is expected to be completed in April 2017.  Fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $9,599,780 are being obligated on this award, all of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $9,020,798 not-to-exceed modification to previously issued delivery order 5507 placed against basic ordering agreement N00019-14-G-0020.  This modification provides for the procurement and installation of additional air vehicle retrofit kits supporting F-35 Block 3F and Navy initial operational capability-related engineering change proposals.  Work will be performed in Fort Worth, Texas (85 percent); Ogden, Utah (13 percent); Marietta, Georgia (1 percent); and Palmdale, California (1 percent), and is expected to be completed in August 2018.  Fiscal 2015 aircraft procurement (Navy); and fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $4,510,399 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.

*Small business

bmg logo(R)2

 

 

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

ARMY

Olin Corp., Winchester Ammunition Division, East Alton, Illinois, was awarded a $99,200,000 firm-price economic price adjustment, indefinite-delivery/indefinite-quantity contract for .38 and .45 caliber and 9mm ammunition.  One bid was solicited with one received, with an estimated completion date of March 9, 2022.  Funding and work location will be determined with each order.  Army Contracting Command, Rock Island Arsenal,Department of the Army Illinois, is the contracting activity (W52P1J-16-D-0004).

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $15,944,272 cost-plus-fixed-fee foreign military sales contract (Egypt) with options for technical services supporting domestic Egyptian M1A1 production.  One bid was solicited with one received.  Work will be performed in Sterling Heights, Michigan, with an estimated completion date of May 8, 2019.  Fiscal 2010 other procurement funds in the amount of $15,944,272 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-C-0063).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Lockheed Martin Corp. – Lockheed Martin Space Systems Co., Littleton, Colorado, has been awarded a $96,040,000 undefinitized contract action modification (P00377) to previously awarded contract FA8807-08-C-0010. Contractor will provide Global Positioning System (GPS) III contingency operations services and supplies to modify the current GPS control segment to operate all GPS III satellites that are launched prior to the transition to the Next Generation Operational Control System. Furthermore, this action will buy GPS III satellite vehicle simulation modules, GPS Simulator, and updates to the GPS Positional Training Emulator. Work will be performed at Littleton, Colorado; and Gaithersburg, Maryland, and is expected to be complete by Dec. 31, 2019. Fiscal 2016 research, development, test, and evaluation funds in the amount of $6,000,000 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Pelatron Inc., Honolulu, Hawaii, has been awarded an $11,531,100 modification (P00002) to exercise an option on previously awarded contract FA8730-16-C-0007 for Control and Reporting Center (CRC) Operations Module Modification (OM MOD) production. Contractor will provide additional quantities of CRC OM MOD production units and readiness spares packages being produced under the basic contract. Work will be performed at Clearfield, Utah, and is expected to be complete by Nov. 4, 2016. Fiscal 2015 and 2016 other procurement funds in the amount of $11,499,960 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

NAVY

General Dynamics Information Technology, Fairfax, Virginia, is being awarded a $46,672,970 single award, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders for security cooperation, security assistance, foreign military sales technical, and program/project management support services to the Naval International Programs Office, Naval Supply Systems Command (NAVSUP) Weapon Systems Command (WSS) and applicable customers of NAVSUP WSS International Programs Directorate.  Work will be performed in Philadelphia, Pennsylvania (40 percent); Washington, District of Columbia (40 percent); Pensacola, Florida (10 percent); and Wright Patterson Air Force Base, Ohio (10 percent).  The ordering period of the contract is expected to600px-US-DeptOfNavy-Seal.svg be completed by March 2020.  Defense business operations funds in the amount of $50,000 will be obligated at the time of award and 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, with two offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Pennsylvania, is the contracting activity (N00189-16-D-Z004).

Progeny Systems Corp., Manassas, Virginia, is being awarded a $45,450,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for follow-on support, sustainment and upgrades of personnel systems under the Department of the Navy Tasking, Records and Consolidated Knowledge Enterprise Repository (DON TRACKER) program. DON TRACKER streamlines the DON records and task management to include creating, assigning and routing of taskings.  The solution replaces multiple legacy Navy and Marine Corps records and task management applications into a single enterprise wide system, enabling seamless tasking and federally compliant records management across the DON.  Work will be performed in Manassas, Virginia, and is expected to be completed by February 2021.  Fiscal 2016 operations and maintenance (Navy) funds in the amount of $250,000 will be obligated at the time of award of task order 0001 running concurrent with contract award. Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured because the contract is a sole-source Small Business Innovation Research Phase III award solicited in accordance with 10 U.S. Code 2304(c)(5).  The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-16-D-0006).

Huntington Ingalls Inc., Newport News, Virginia, is being awarded an $18,151,166 modification to previously awarded contract N00024-14-C-2111 for the continued advance planning of the refueling complex overhaul of USS George Washington (CVN 73).  This contract modification adds long lead time material, increases the level of effort, and extends the period of performance of advance planning.  Work will be performed in Newport News, Virginia, and is expected to be completed by April 2016.  Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of 11,662,334 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.

Raytheon Co., McKinney, Texas, is being awarded an $11 001,832 modification to a previously awarded firm-fixed-price contract (N00019-15-C-0116) to exercise an option for four APY-10 radar system production kits and related support for the P-8A Poseidon full-rate production aircraft (Lot VII)  for the Navy.   Work will be performed in McKinney, Texas (99 percent); and Seattle, Washington (1 percent).  Work is expected to be completed in June 2018.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $11,001,832 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.

Benaka Inc.,* New Brunswick, New Jersey, was awarded $9,445,000 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N40085-14-D-5247) for installing energy-efficient roofs on Buildings 4, 12, 26, and 592 at Naval Support Activity Philadelphia.  The work to be performed provides for replacing the entire roof systems with energy-efficient roofs to include installation of new insulation board, polyvinyl chloride roofing membrane, flashings, expansion accessories, metal roof edges, coping, and fall protection safety upgrades.  The project incorporates cool roof technology and includes repairing layers of vapor barrier, insulation, building expansion joints, and repairing of roof penetrations.  Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by October 2016.  Fiscal 2016 operation and maintenance (Navy); and working capital funds (Navy), contract funds in the amount of $9,445,000 are obligated on this award; of which $8,738,000 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. (Awarded on Jan. 29, 2016)

Raytheon Co., McKinney, Texas, is being awarded $7,360,072 for firm-fixed-price delivery order 7013 under previously awarded basic ordering agreement N00383-11-G-003D for eight different part numbers with various quantities of repairs in support of the V-22/H-53 Forward Looking InfraRed System.  Work will be performed in Jacksonville, Florida, and is to be completed by Feb. 10, 2018.  Fiscal 2016 working capital funds (Navy) in the amount of $7,360,072 will be obligated at the time of award and funds will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with FAR 6.302-1, with one offer received in response to this solicitation.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Lyon Shipyard Inc.,* Norfolk, Virginia (SPRMM1-16-D-Y002); and Colonna’s Shipyard, doing business as Steel America,* Norfolk, Virginia (SPRMM1-16-D-Y003), have each been awarded a maximum $8,483,490 firm-fixed-price, indefinite-delivery/indefinite-quantity contract against solicitation SPRMM1-15-R-YQ15 for outboard, stern tube, propeller and line shafts for landing craft utility boats. The maximum dollar amount is for the life of the contract. This was a competitive acquisition with four responses received. This is a one-year base contract with four one-year option periods. Location of performance is Virginia, with a Feb. 3, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2016 through fiscal 2021 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania.

*Small business

ARMY

AAI Corp., doing business as Textron Systems, Hunt Valley, Maryland, was awarded a $97,109,000 modification (P00004) to contract W58RGZ-15-C-0047 for the Shadow tactical unmanned aircraft system, tactical data link retrofit full-rate Production VII.  Work will be performed in Hunt Valley, Maryland, with an estimated completion date of Oct. 31, 2018.  Fiscal 2015 other procurement funds in the amount of $97,109,000 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.Department of the Army

Raytheon Integrated Defense Systems, Andover, Massachusetts, was awarded a $92,918,000 firm-fixed-price contract to upgrade of four PATRIOT radars to configuration 3+ (C3+).  One bid was solicited with one received.  Work will be performed in Andover, Massachusetts, with an estimated completion date of Nov. 30, 2018.  Fiscal 2016 other procurement funds in the amount of $92,918,000 were obligated at the time of the award.  Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-16-C-0020).

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Missions Systems and Training, Baltimore, Maryland, is being awarded a $52,453,589 performance-based logistics, firm-fixed-economic price adjustment, indefinite-delivery requirements-type contract for supply chain management of aviation tires supporting the following aircraft: P-3C, E-2C/D, C2, AV-8B, CH-46E, F-18A/B/C/D/E/F, EA 18-G, MH-60S/R, SH60B/F, S-3, EA-6B, CH-53/E, V-22, and F-35.  The contractor is responsible for requirements forecasting, inventory management, retrograde management, storage, transportation, and meeting critical supply response time availability metrics.  This contract involves a combined effort between the Navy (85 percent); and the countries of Australia, Bahrain, Brazil, Egypt, France, Greece, Italy, Korea, Spain, Taiwan, Turkey Japan, and the United Kingdom (15 percent) under the Foreign Military Sales program.  This is a three-year contract, with two six-month option periods and also an option for increased quantity for F-35 tires, which if exercised, brings the total estimated value to $131,067,492.  Work will be performed in Baltimore, Maryland, and is expected to be completed by January 2019.  No contract funds will be obligated at the time of award, and funds will not expire at the end of the current fiscal year.  Working capital funds (Navy) will be obligated as individual orders are issued.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with two offers received.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Raytheon Technical Services Co. LLC, Norfolk, Virginia, is being awarded a $9,174,340 cost-plus-fixed-fee basic ordering agreement for engineering services, overhaul, repair and upgrade in support of the NATO Seasparrow Surface Missile System (NSSMS) units for the CVN 72, equipment and other associated test, ancillary and support equipment.  Work will be performed in Yorktown, Virginia (70 percent); and Norfolk, Virginia (30 percent), and is expected to be completed by February 2017.  Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $125,000 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  This basic ordering agreement was not competitively procured in accordance with Federal Acquisition Regulation 6.302-4 and Defense Federal Acquisition Regulation Supplement 206.302-4, recommend approval pursuant to 10 U.S. Code 2304 (c)(4).  The Port Hueneme Division, Naval Surface Warfare Center, Port Hueneme, California, is the contracting activity (N00024-16-G-5437).

DEFENSE THREAT REDUCTION AGENCY

X Corp Solutions Inc., Stafford, Virginia, was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HDTRA1-16-D-0002) with a five-year ordering period and a ceiling of $50,000,000 for security and counterintelligence operations support services.  This contract procures600px-US-DefenseThreatReductionAgency-Seal.svg non-personal services to provide security and counterintelligence support to DTRA/SCC-WMD/JFHQ-E personnel, missions, and facilities worldwide.  Work will be performed at DTRA locations in Albuquerque, New Mexico; Travis Air Force Base, California; Eglin Air Force Base, Florida; Kleber Kaserne, Kaiserslautern, Germany; and primarily, the Defense Threat Reduction Center in Fort Belvoir, Virginia.  The expected end date for this effort is Feb. 28, 2021. Fiscal 2016 operations and maintenance funds in the amount of $100,000 are being obligated at time of award for the initial task order.  This contract was a competitive acquisition and nine offers were received.  DTRA, Fort Belvoir, Virginia, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Leidos Inc., Reston, Virginia, has been awarded a $17,873,386 cost-plus-fixed-fee contract for research and development. Contractor will develop a portable system for real-time standoff detection and identification of trace chemical residues on surfaces using active infrared spectroscopy at a 30-meter range. Work will be performed at Reston, Virginia, and is expected to be complete by Oct. 3, 2020. This award is the result of a competitive acquisition with 17 offers received. Fiscal 2015 research and development funds in the amount of $3,687,539 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-9107).

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, has been awarded an $11,734,223 firm-fixed-price, cost-plus-fixed-fee contract for Large Aircraft Infrared Countermeasures on India head of state aircraft. Work will be performed in India and is expected to be complete by Jan. 31, 2020. This contract involves foreign military sales. This award is the result of a sole-source acquisition. This contract is 100 percent foreign military sales to India. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8625-16-C-6529).

CORRECTION: The contract awarded to Tecolote Research Inc. on Dec. 11, 2015, gave the wrong contract number. The actual number is FA8802-13-D-0002 GP02. All other contract information is accurate.

*Small business

NAVY

L-3 Platform Integration Division, Waco, Texas, is being awarded an estimated maximum value $22,756,241 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the fiscal 2016 depot-level maintenance support and sustainment for up to four F/A-18A/B/C/D aircraft.  Services to be provided include performance of high-flight-hour (HFH) inspections, HFH recurring inspections, additional inspections, modifications and liaison engineering.  Work will be performed in Mirabel, Quebec, Canada (80 percent); and Waco, Texas (20 percent), and is expected to be completed in November 2018.  Fiscal 2016 aircraft procurement (Navy); and fiscal 2016 operation and maintenance (Navy), funds in the amount of $14,532,460 are being obligated at time of award, $981,307 of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals and two offers were received.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-16-D-1003).

General Dynamics-National Steel and Shipbuilding Co., San Diego, California, is being awarded a $12,668,280 modification to previously awarded cost-plus-award-fee/incentive-fee contract (N00024-15-C-4313) for USS Independence (LCS-2) fiscal 2016 dry-docking selected restricted600px-US-DeptOfNavy-Seal.svg availability. A dry-docking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities. Work will be performed in San Diego, California, and is expected to be completed by September 2016.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $12,668,280 will be obligated at time of award and will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

L-3 Communications Cincinnati Electronics Corp., Mason, Ohio, is being awarded an $8,961,539 cost-plus-fixed-fee completion contract for work associated with the Shipboard Panoramic Electro-optic Infrared (EO/IR) Cueing and Surveillance System (SPECSS) function of the Combined EO/IR Surveillance and Response System (CESARS) program.  The contractor will design, build or procure, and test both mid-wave infrared (MWIR) and visible spectrum panoramic imagers.  Work will be performed in Mason, Ohio, and is expected to be completed Nov. 2, 2018.  Fiscal 2016 research, development, tests and evaluation (Navy) funds in the amount of $142,265 is being obligated at the time of award.  No funds will expire at the end of the current fiscal year.  The contract was competitively procured under request for proposal N00173-15-R-SE05, with seven offers received.  The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity (N00173-16-C-6002).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Farris Engineering Inc., Colorado Springs, Colorado, has been awarded a $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architectural and engineering services. Contractor will administer, coordinate and technically support facility sustainment, restoration and modernization, military construction and non-appropriated funds projects. Work will be performed at the U.S. Air Force Academy, Colorado; Buckley Air Force Base, Colorado; Cheyenne Mountain Air Force Station, Colorado; Fort Carson, Colorado; F.E. Warren Air Force Base, Colorado; Peterson Air Force Base, Colorado; and Schriever Air Force Base, Colorado, and is expected to be complete by Feb. 1, 2021. This award is the result of a competitive acquisition with 28 offers received. Fiscal 2016 operation and maintenance funds in the amount of $19,763 are being obligated at the time of award. The 10th Contracting Squadron, U.S. Air Force Academy, Colorado, is the contracting activity (FA7000-16-D-0002).

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $9,644,500 firm-fixed-price, commercial, indefinite-delivery/indefinite-quantity contract. Contractor will acquire global positioning system selective availability anti-spoofing modules and single chip module with memory in support to 57 allied nations. Work will be performed at Cedar Rapids, Iowa, and is expected to be complete by March 31, 2021. This award is 100 percent foreign military sales. This award is the result of a sole-source acquisition. Space and Missile Center, Los Angeles Air Force Base, California, is the contracting activity (FA8807-16-D-0001).

CORRECTION: The IGOV Technologies Inc. contract awarded on Jan. 28, 2016, had an inaccurate award amount. The actual amount was $52,355,650. All other contract information was accurate.

ARMY

DynCorp International LLC, Ft. Worth, Texas, was awarded a $7,685,196 modification (P00116) to foreign military sales contract W58RGZ-13-C-0040 (Afghanistan) for aviation field maintenance services for the Army Aviation and Missile Command operations in Afghanistan.  Work will beDepartment of the Army performed in Afghanistan with an estimated completion date of Dec. 31, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $7,685,196 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Defense_Health_AgencyDEFENSE HEALTH AGENCY

Data Networks Inc., Reston, Virginia, has been awarded a $7,109,155 modification to exercise Option Period 1 of a previously awarded cost-plus-fixed-fee contract (HT0011-15-F-0022) for the Program Executive Office (PEO) Department of Defense Healthcare Management Systems (DHMS) – Defense Medical Information Exchange (DMIX).  The DMIX, in close coordination with the PEO DHMS, is charged with providing technical solutions for seamless data sharing and interoperable electronic health records that will evolve with national standards.   This contract will continue to provide a full range of systems integration and engineering support services towards this interoperability mission for the legacy to modern systems.  Such services include systems integration, information engineering development support, and sustainment tasks required for the effective management of the PM DMIX integrated functional/technical capabilities supporting the modernization and interoperability mission of DHMS.  Work will be performed in Virginia.  The period of performance for this modification starts Feb. 3, 2016, and ends Feb. 2, 2017.  Fiscal 2016 operations and maintenance funds in the amount of $7,109,155 are obligated on this modification.  The Defense Health Agency, Falls Church, Virginia, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

UPDATE: ADS,* Virginia Beach, Virginia (SPE1C1-16-D-5007), has been added as an awardee to the multiple award contract issued against solicitation SPM1C1-12-R-0031 announced Dec. 8, 2011.

*Small business

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Atlantic Diving Supply Inc., doing business as ADS Inc., Virginia Beach, Virginia (FA4890-16-D-0001); CACI Inc., Chantilly, Virginia (FA4890-16-D-0002); DynCorp International, Fort Worth, Texas (FA4890-16-D-0003); Global Threat Reduction LLC, Reston, Virginia (FA4890-16-D-0004); Global Threat Response Group LLC, Cape Canaveral, Florida (FA4890-16-D-0005); Honeywell Technology Solutions Inc., Columbia, Maryland (FA4890-16-D-0006); PAE Applied Technologies LLC, Arlington, Virginia (FA4890-16-D-0007); Raytheon Intelligence, Information, & Services, Dulles, Virginia (FA4890-16-D-0008); Triple Canopy Inc., Reston, Virginia (FA4890-16-D-0009); Blackhawk-PRI Critical Services LLC,* Las Vegas, Nevada (FA4890-16-D-0010); Cambridge International Systems Inc.,* Arlington, Virginia (FA4890-16-D-0011); International Tactical Solutions LLC,* Huntsville, Alabama (FA4890-16-D-0012); Obera LLC,* Herndon, Virginia (FA4890-16-D-0013); Patriot Group International Inc.,* Warrenton, Virginia (FA4890-16-D-0014); and Technology Management Co. Inc.,* Albuquerque, New Mexico (FA4890-16-D-0015), have been awarded a combined not-to-exceed $975,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for counter narcotics and global threats operations and logistics support. Contractor will provide services, equipment, material, and minor construction services to improve the capability of U.S. and partner nation agency organizations; and endeavors to detect, deter, disrupt, degrade, and defeat national security threats posed by illegal drugs, trafficking, piracy, transnational organized crime, threat finance networks, and any potential nexus among these activities. Work will be performed within the continental U.S., to include Alaska and Hawaii, and outside the U.S., and is expected to be complete by Jan. 28, 2025. This award is the result of a competitive acquisition with 16 offers received. Fiscal 2016 operation and maintenance funds in the amount of $50,000 for each offeror are being obligated at the time of award to satisfy the minimum guarantee. Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity.

Technology Service Corp., Silver Spring, Maryland, has been awarded a $23,812,562 modification (P00025) to previously awarded contract FA8650-14-C-7400 for the Rapid Reaction Multi-Mission/Support Jammer Cueing (RRMMS/SJC) acquisition effort. Contractor will further develop technologies they have established under previous and current Small Business Innovation Research Phase I and II contracts. The contractor will use rapid prototyping processes and modular architectures to deliver mission critical and urgent technological capabilities. Work will be performed at Kirtland Air Force Base, New Mexico; and in deployed locations. Work is expected to be complete by Dec. 23, 2018. Fiscal 2016 research, development, test and evaluation funds in the amount of $775,916 are being obligated at the time of award. Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity.

Harris Corp. – Government Communications Systems, Palm Bay, Florida, has been awarded a $15,816,091 modification (P00230) to exercise the option on previously awarded contract FA8819-08-C-0001 for Space Control Depot support. Contractor will provide depot and sustainment engineering; repairable and disposable item management; stock, storage and issuance of spares; hardware and software maintenance and repairs; and security support along with other requirements in the statement of work. Work will be performed at Palm Bay, Florida, and is expected to be complete by Jan. 31, 2017. Fiscal 2016 operation and maintenance; and research, development, test and evaluation funds in the amount of $7,892,653 are being obligated at the time of award. Air Force Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Lockheed Martin Missile and Fire Control, Orlando, Florida, has been awarded a $15,699,586 modification (P00014) to previously awarded contract FA8682-14-C-0084 for Lot 12 of NAMMO value engineering change proposal for Joint Air-to-Surface Standoff Missile (JASSM) production. Work will be performed at Orlando, Florida; Troy, Alabama; and Salt Lake City, Utah, and is expected to be complete by Jan. 27, 2018. Fiscal 2014 missile procurement funds in the amount of $15,699,586 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

MRSL Real-Time Systems Laboratory Inc.,* Sarasota, Florida, has been awarded a $11,704,311 cost-plus-fixed-fee completion contract for new capabilities for advanced signal intelligence (SIGINT). Contractor will provide for development of advanced SIGINT processing and exploitation capabilities. Work will be performed at Sarasota, Florida, and is expected to be complete by Feb. 1, 2021. 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 $1,109,000 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-16-C-0023).

NAVY

Rolls Royce Corp., Indianapolis, Indiana, is being awarded $64,515,889 for modification P00004 to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-15-D-0009) for performance based logistics supplies, services, and related support for KC-130J aircraft propulsion systems, including the AE2100D3 turboprop engine and the R391 propeller system, quick engine change kit, and associated propulsion components.  Work will be performed in Indianapolis, Indiana (41 percent); Winnipeg, Canada (21 percent); Oakland, California (16 percent); Sterling, Virginia (14 percent); Al Mubarak, Kuwait (2.1 percent); Iwakuni, Japan (2 percent); Cherry Point, North Carolina (1.3 percent); Miramar, California (1.3 percent); and Fort Worth, Texas (1.3 percent), and is expected to be completed in February 2017.  No funds are being obligated at the time of this award.  Funds will be obligated against individual delivery orders as they are issued.  This contract combines purchases for600px-US-DeptOfNavy-Seal.svg the Navy ($59,599,778; 92.38 percent), and the government of Kuwait ($4,916,111; 7.62 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Titan Maritime LLC, Pompano Beach, Florida, is being awarded a $43,000,000 modification to previously awarded contract N00024-12-D-4119 to exercise an option for salvage, salvage-related towing, harbor clearance, ocean engineering, and point-to-point towing services to support the Director of Ocean Engineering, Supervisor of Salvage and Diving. Work will be performed in the vicinity of the U.S. West Coast (80 percent); Hawaii (10 percent); and Eastern Pacific (10 percent), and is expected to be completed by February 2017.  No funding is being obligated at time of award and contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $15,194,706 modification to previously issued delivery order 0096 placed against basic ordering agreement N00019-12-G-0006 to exercise an option for integrated aircraft survivability equipment 24 A-kits for MV-22 aircraft to meet the joint urgent operational need in support of the Marine Corps.  Work will be performed at Ridley Park, Pennsylvania (63 percent); Menlo Park, California (5 percent); Anaheim, California (5 percent); Corona, California (4 percent); Huntington Beach, California (2 percent); Fort Worth, Texas (1 percent); and various locations throughout the U.S. (20 percent), and is expected to be completed in February 2018.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $15,194,706 will be 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.

Q.E.D. Systems Inc., Virginia Beach, Virginia, is being awarded an $11,643,306 modification to 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, continuous maintenance and emergent maintenance window of opportunity for Navy surface combatant ship classes (CG 47/DDG 51).  Work will be performed in Norfolk, Virginia (66 percent); and San Diego, California (34 percent), and is expected to be completed by February 2017.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $226,210 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.

Baldi Bros. Inc.,* Beaumont, California, is being awarded $10,308,021 for firm-fixed-price task order 0003 under a previously awarded multiple award construction contract (N62473-15-D-2443) to replace asphalt runway 24L at Marine Corps Air Station Miramar.  The work to be performed provides for the construction of the asphalt portion of Runway 24L with portland cement concrete pavement.  This project will also reconstruct the existing shoulders with airfield rated asphalt concrete.  New airfield striping will be installed in accordance with applicable criteria.  Work will be performed in San Diego, California, and is expected to be completed by October 2016.  Fiscal 2016 operation and maintenance (Marine Corps) contract funds in the amount of $10,308,021 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, Southwest, San Diego, California, is the contracting activity.

Bell Boeing Joint Project Office, Amarillo, Texas, is being awarded a $9,496,401 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0021) to exercise an option for two V-22 Block A to B (50/60 series) upgrade retrofit kits.  Work will be performed in Cherry Point, North Carolina, and is expected to be completed in October 2016.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $9,496,401 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air System Command, Patuxent River, Maryland, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

TurboCombustor Technology Inc., Stuart, Florida, has been awarded a maximum $57,607,803 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aircraft afterburner flame holders. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a one-year base contract with four one-year option periods. Location of performance is Florida, with a Sept. 17, 2017, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A7-16-D-0130).

ARMY

Strategic Defense Solutions LLC, Huntsville, Alabama, was awarded a $13,170,497 firm-fixed-price, incrementally funded, multi-year contract with options for gunnery range support, Ft. Rucker, Alabama, with an estimated completion date of Feb. 28, 2017.  Bids were solicited via the Internet with 12 received.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $1,290,709 were obligated at the time of the award.  Army Contracting Command, Ft. Benning, Georgia, is the contracting activity (W9124G-16-C-0003).

Northbank Civil & Marine Inc.,* Vancouver, Washington, was awarded a $10,528,300 firm-fixed-price contract with options for the Dalles Lock and Dam project.  Bids were solicited via the Internet with two received. Work will be performed in The Dalles, Oregon, with an estimated completionDepartment of the Army date of April 15, 2017.  Fiscal 2015 other procurement funds in the amount of $10,528,300 were obligated at the time of the award.  Army Corps of Engineers, Portland, Oregon, is the contracting activity (W912N-16-C-0004).

DynCorp International LLC, Ft. Worth, Texas, was awarded a $7,685,196 modification (P00116) to foreign military sales contract W58RGZ-13-C-0040 (Afghanistan) for aviation field maintenance services for the Army Aviation and Missile Command operations in Afghanistan.  Work will be performed in Afghanistan with an estimated completion date of Dec. 31, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $7,685,196 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

*Small business

 

bmg logo(R)2

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

AIR FORCE

Reliance Test & Technology, Fort Walton Beach, Florida, has been awarded a $150,204,370 cost-plus-award-fee and cost-plus-fixed-fee contract356px-Seal_of_the_US_Air_Force.svg for Eglin Operation and Maintenance Services (E-OMS) support. Contractor will provide engineering and technical services necessary to operate the 96th Test Wing’s ranges and facilities in order to support the research, development, test and evaluation of weapon systems, subsystems, and components. Work will be performed at Eglin Air Force Base, Florida; Wright-Patterson Air Force Base, Ohio; and Holloman Air Force Base, New Mexico, and is expected to be complete by March 31, 2018. This award is the result of a competitive acquisition with three offers received. No funds are being obligated at the time of award. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2486-16-C-0002).

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Aeronautics, Marietta, Georgia, is being awarded a not-to-exceed $141,936,871 value firm-fixed-price, undefinitized contract action for the P-3B modernization program for the government of Greece, which will provide an extension of service life by 15,000 flight hours.  This contract provides for the reactivation of one P-3B aircraft and the procurement of hardware kits for the upgrade/modernization of four P-3B aircraft to support a structural mid-life upgrade.  In addition, this contract provides for phased depot maintenance; a Greece indigenous mission integration and management system; new avionics; and other ancillary hardware and services.  Work will be performed Marietta, Georgia (62 percent); Athens, Greece (15 percent); Schimatari, Greece (13 percent); Baltimore, Maryland (9 percent); and Greenville, South Carolina (1 percent), and is expected to be completed in July 2019.  Foreign military sales funds in the amount of $26,514,460 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S. Code 2304(c) (4).  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-16-C-0125).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an $81,386,343 cost-plus-fixed-fee contract for requirements decomposition and development of Block 4 modernization program capabilities in support of the F-35A/B/C aircraft.  This contract includes new and upgraded capabilities to provide enhancements and continuous improvements to maintain viability against evolving threats, reduce life cycle costs, and improve operational suitability.  Work will be performed in Fort Worth, Texas, and is expected to be completed in May 2017.   Fiscal 2015 research, development, testing and evaluation (Navy, Marine Corps, Air Force) and non-U.S. Department of Defense (DoD) participant funds in the amount of $55,705,494 are being obligated on this award, $35,990,124 of which will expire at the end of the current fiscal year.  This contract combines purchases for the Marine Corps ($4,164,539; 5.12%); Navy ($6,611,354; 8.12%); Air Force ($25,214,231; 30.98%); and non-U.S. DoD participants ($19,715,370; 24.22%).  This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting authority (N00019-16-C-0008).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded not-to-exceed $47,000,000 for undefinitized delivery order 0026 against a previously issued basic ordering agreement (N00019-14-G-0020).  This order provides for non-recurring effort and integration tasks required to operate a hardware-in-the-loop laboratory used to build, modify, verify and validate, and distribute mission data file sets for the F-35.  This contract will deliver modification kits to upgrade the RC West Block 3i Verification Validation Station to the Block 3F, 3F+, and 3F Digital Channelized Receiver/Technique Generator and Tuner Insertion Program configurations, and provide engineering support during the installation and integration of the modification kits, verification and validation test venue support in support of the F-35A aircraft for the governments of Japan and Israel, under the Foreign Military Sales program.  Work will be performed in Fort Worth, Texas (53 percent); Orlando, Florida (25 percent); Nashua, New Hampshire (18 percent); El Segundo, California (2 percent); and San Diego, California (2 percent), and is expected to be completed in September 2021.  Foreign Military Sales funds in the amount of $12,000,000 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.

VSolvit LLC,* Ventura, California, is being awarded a $10,672,929 firm-fixed-price modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N39430-13-D-1231) for the exercise of option year three for information technology enterprise business systems support at Naval Facilities Information Technology Center, Naval Base Ventura County.  The total contract amount after exercise of this option will be $42,399,459.  No task orders are being issued at this time.  Work will be performed in Port Hueneme, California (60 percent); San Diego, California (27 percent); Washington, District of Columbia (7 percent); and Yokosuka, Japan (6 percent), and work for this option period is expected to be completed February 2017.  No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued.  Task orders will be primarily funded by fiscal 2016 operation and maintenance (Navy); and fiscal 2016 working capital funds (Navy).  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

DEFENSE LOGISTICS AGENCY

L-3 Communications, Williamsport, Pennsylvania (SPRMM1-16-D-Y005); and Communications and Power Industries, Beverly, MassachusettsDefense_Logistics_Agency (SPRMM1-16-D-Y004), have each been awarded a maximum $43,033,500 firm-fixed-price, indefinite-delivery/indefinite-quantity contract against solicitation SPRMM1-15-R-YQ77 for weapons systems electron tubes. This was a competitive acquisition with two responses received. This is a one-year base contract with four one-year option periods. The maximum dollar amount is for the life of the contract. Locations of performance are Pennsylvania and Massachusetts, with a Feb. 10, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2016 through fiscal 2021 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania.

Department of the ArmyARMY

Mantech SRS Technologies Inc., Fairfax, Virginia, was awarded a $24,109,632 cost-plus-fixed-fee, multi-year, incrementally funded contract to research, develop, and demonstrate a prototype joint-service oriented architecture integrating operational data for real-time situational awareness to enhance border security.  Bids were solicited via the Internet with one received.  Work will be performed in Fairfax, Virginia, with an estimated completion date of March 10, 2019.  Fiscal 2015 research, development, testing, and evaluation funds in the amount of $2,275,000 were obligated at the time of the award.  Army Contracting Command, Adelphi, Maryland, is the contracting activity (W911QX-16-C-0007)

Caterpillar Inc., Mossville, Illinois, was awarded a $14,620,284 modification (0078) to contract W56HZV-08-D-0169 for 28 Type 1 T-5 and 28 Type II T-5 bulldozers.  Work will be performed in Mossville, Illinois, with an estimated completion date of Dec. 31, 2016.  Fiscal 2015 and 2016 other procurement funds in the amount of $14,620,284 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

CORRECTION: Yesterday’s announcement of the contract awarded to AMEC Programs Inc. (W912GB-16-C-0005), included the incorrect amount of obligated funds. The correct amount of obligated funds is $182,753,859. All other information in the announcement is correct.

*Small business

NAVY

Advanced Technology International, doing business as SCRA Applied R&D, Summerville, South Carolina, is being awarded a $99,000,000 indefinite-delivery/indefinite-quantity contract.  The Office of Naval Research Manufacturing Technology (ManTech) requires support in the ManTech Navy Metalworking Center (NMC) of Excellence.  The core mission and function of the NMC is to identify, develop, and facilitate the deployment of potential solution sets to U.S. shipyards and other industrial facilities (i.e., metalworking or related manufacturing technologies to reduce the cost and time to build and repair key naval platforms).  The total cumulative value of the contract is $99,000,000 with two task orders.  The task orders will be awarded concurrent with contract award.  Task order one will be funded in the amount of $400,000 and task order two will be600px-US-DeptOfNavy-Seal.svg funded at $200,000.  Work will be performed in Summerville, South Carolina, and is expected to be completed Feb. 15, 2021.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $600,000 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The contract was competitively procured under solicitation N00014-15-R-0005, with two offers received.  The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-15-D-4004).

CB&I Federal Services LLC, Alexandria, Virginia, is being awarded a $95,000,000 indefinite-delivery/indefinite-quantity, cost-plus-award-fee contract for environmental remediation services for projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility (AOR).  Work will be performed primarily within the NAVFAC Atlantic AOR which includes North Carolina (15 percent); Virginia (15 percent); Maine (10 percent); Maryland (10 percent); New York (10 percent); Rhode Island (10 percent); Washington, District of Columbia (10 percent); West Virginia (10 percent); Massachusetts (5 percent); and Pennsylvania (5 percent).  Although principle geographical areas are identified for the contract, the contractor may be required to perform at any Navy or Marine Corps activity in the AOR covered by NAVFAC Atlantic.  Work may also be added and performed anywhere outside of NAVFAC Atlantic’s AOR, as required by the government.  The term of the contract is not to exceed 60 months, with an expected completion date of February 2021.  Fiscal 2016 environmental restoration (Navy) contract funds in the amount of $10,000 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 four proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-16-D-9004).

BAE Systems San Diego Ship Repair, San Diego, California, is being awarded a not-to-exceed $52,125,928 undefinitized contract action modification to previously awarded cost-plus-award-fee/incentive-fee contract N00024-12-C-4403 for USS Rushmore (LSD-47) fiscal 2016 phased maintenance availability (PMA).  A PMA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities.  Work will be performed in San Diego, California, and is expected to be completed by March 2017. Fiscal 2016 operation and maintenance (Navy); and fiscal 2015 and 2016 other procurement (Navy) funding in the amount of $21,864,251 will be obligated at time of award, and funds in the amount of $21,439,669 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

United Technologies, Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded a $33,104,748 modification to a previously awarded fixed-price-incentive-firm, cost-plus-incentive-fee contract (N00019-14-C-0026) to exercise an option for engineering change proposals for the low-rate initial production Lot 8 propulsion system for the F-35 Joint Strike Fighter aircraft.  Work will be performed in Hartford, Connecticut, and is expected to be completed in December 2018.  Fiscal 2014 aircraft procurement (Air Force/Navy/Marine Corps); fiscal 2015 aircraft procurement (Air Force); and international partner funds in the amount of $33,104,748 will be obligated at time of award, $32,637,910 of which will expire at the end of the current fiscal year.  This contract combines purchases for the Marine Corps ($27,005,927; 81.58 percent); Air Force ($4,089,780; 12.35 percent); Navy ($1,605,704; 4.85 percent); and international partners ($403,337; 1.22 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

J&R Tool Inc.,* Loogootee, Indiana, is being awarded a $7,208,440 firm-fixed-price, five-year, indefinite-delivery/indefinite-quantity contract for storage and shipping containers for target sight systems (TSS) and multi-spectral targeting systems (MTS).  The storage and shipping containers are utilized to ship and store government furnished property consisting of TSS and MTS components.  TSS is the multi-sensor electro-optical/infrared fire control system for the Marine Corps attack helicopter.  MTS provides electro-optical/infrared, laser designation, and laser illumination capabilities integrated in a single sensor package.  Work will be performed in Loogootee, Indiana, and is expected to be complete by February 2021.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $31,696 will be obligated at time of award.  Contract funds will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with six offers received.  The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-16-D-JQ70).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Metro Medical Equipment and Supply Inc.,** St. Louis, Missouri, has been awarded a maximum $29,000,000 fixed-price with economic price adjustment contract for medical equipment. This was a competitive acquisition with 98 responses. This is a five-year contract with no option periods. Location of performance is Missouri, with a Feb. 8, 2021, performance completion date. Using services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2016 through fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-16-D-0009).

Raytheon Co., McKinney, Texas, has been awarded a maximum $12,754,649 firm-fixed-price contract for thermal imaging systems. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a 21-month contract with no option periods. Location of performance is Texas, with a Sept. 27, 2017, performance completion date. Using service is Army. Type of appropriation is fiscal 2016 through fiscal 2017 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-16-C-0119).

Graybar Electric Co. Inc., St. Louis, Missouri, has been awarded a maximum $9,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity prime vendor contract for maintenance, repair and operations for the Northeast region, Zone 2 of the U.S. This was a sole-source acquisition using justification 10 U.S. Code  2304 (c)(1). This is a two-month bridge contract. Location of performance is Missouri, with an April 11, 2016, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-16-D-0004).

ARMY

AAI Corp., doing business as Textron Systems, Hunt Valley, Maryland, was awarded a $19,421,800 modification (P00005) to contract W58RGZ-15-C-0047 for tactical data link retrofit, Shadow tactical unmanned aircraft system.  Work will be performed in Hunt Valley, Maryland, with an estimated completion date of Jan. 31, 2019.  Fiscal 2016 other procurement funds in the amount of $19,421,800 were obligated at the time of theDepartment of the Army award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity

Gardner Zemke Co.,* Albuquerque, New Mexico, was awarded a $19,090,983 firm-fixed-price, incrementally funded contract with options for The Dalles generator step-up transformer replacement.  Bids were solicited via the Internet with seven received. Work will be performed in The Dalles, Oregon, with an estimated completion date of Sept. 30, 2019.  Fiscal 2016 other procurement funds in the amount of $2,000,000 were obligated at the time of the award.  Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-16-C-0006).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

CAE USA Inc., Training Services, Tampa, Florida, has been awarded a $7,175,010 modification (P00086) to previously awarded contract FA8223-10-C-0013 for KC-135 aircrew training systems. This contract is to adjust for fiscal 2016 collective bargaining agreement-related labor cost increases, to complete funding for Quarter 2 through Quarter 4 contractor logistics support contract line item numbers, and to exercise pre-priced option contract line item numbers. Work will be performed at March Air Reserve Base, California; Scott Air Force Base, Illinois; Grissom Air Reserve Base, Indiana; MacDill Air Force Base, Florida; Hickam Air Force Base, Hawaii; Kadena Air Base, Japan; McConnell Air Force Base, Kansas; Pease Air National Guard Base, New Hampshire; Seymour Johnson Air Force Base, North Carolina; Altus Air Force Base, Oklahoma; Mildenhall Air Force Base, United Kingdom; Fairchild Air Force Base, Washington; and Milwaukee Air National Guard Base, Wisconsin, and is expected to be complete by Aug. 30, 2017. Fiscal 2016 operations and maintenance funds are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

*Small business

**Woman-owned small business

DEFENSE LOGISTICS AGENCY

Food Service Inc.,* Mt. Vernon, Washington, has been awarded a maximum $50,181,810 fixed-price with economic price adjustment contract forDefense_Logistics_Agency prime vendor food and beverage support. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a 352-day bridge contract. Location of performance is Washington, with a Jan. 28, 2017, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-16-D-4017). (Awarded on Feb. 5, 2016)

600px-US-DeptOfNavy-Seal.svgNAVY

Electric Boat Corp., Groton, Connecticut, is being awarded a $23,580,735 modification to previously awarded contract N00024-13-C-2128 for the Ohio Replacement Program air conditioning unit detail design, prototype unit manufacture, qualification, and technical manual development.  Work will be performed in Groton, Connecticut, and is scheduled to be complete by December 2020.   Fiscal 2016 research, development, test and evaluation (Navy) funding in the amount of $815,000 will be obligated at time of award and will not expire at the end of this fiscal year.  Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

Lockheed Martin Mission Systems and Training, Manassas, Virginia, is being awarded an $8,825,425 cost-plus-incentive-fee modification to previously awarded contract N00024-13-C-5225 for the Navy’s fiscal 2016 AN/SQQ-89A(V)15 shore site systems.  The AN/SQQ-89A(V)15 is a surface ship undersea warfare combat system with the capabilities to search, detect, classify, localize, and track undersea contacts, and to engage and evade submarines, mine-like small objects and torpedo threats.  Work will be performed in Lemont Furnace, Pennsylvania (97 percent); Marion, South Carolina (2 percent); Syracuse, New York (less than 1 percent); Clearwater, Florida (less than 1 percent); and Manassas, Virginia (less than one percent), and is expected to be completed by May 2017.  Fiscal 2013 and 2014 shipbuilding and conversion (Navy); and fiscal 2014 and 2015 other procurement (Navy) funds in the amount of $8,825,425 will be obligated at the time of award, and funding in the amount of $1,332,421 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

ARMY

Hollon Contracting LLC,* Dothan, Alabama, was awarded a $10,000,000 firm-fixed-price, multi-year advanced contract initiative with optionsDepartment of the Army for emergency repairs in the event of a disaster in Federal Emergency Management Agency Region IV, which covers these states: Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, and Tennessee.  Bids were solicited via the Internet with four received, with an estimated completion date of May 31, 2020.  Funding and work location will be determined with each order.  Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (9128F-16-D-0013).

*Small business

bmg logo(R)2

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

ARMY

McCann World Group Inc., New York, New York was awarded a $377,000,000 modification (P00017) to contract W9124D-11-D-0036 for the Army recruiting advertising campaign, with an estimated completion date of Sept. 30, 2017. Funding and work location will be determined with each order. Army Contracting Command, Ft. Knox, Kentucky, is the contracting activity.

Boeing Co., Mesa, Arizona, was awarded a $51,200,000 modification (P00018) toDepartment of the Army contract W58RGZ-12-C-0055 for Version 4 retrofit kits for the Apache helicopter, AH-64E, Lots 1-4.  Work will be performed in Mesa, Arizona, with an estimated completion date of May 31, 2018.  Fiscal 2015 other procurement funds in the amount of $25,088,000 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $7,229,933 modification (0003) to contract W31P4Q-13-G-0003 for Patriot Advanced Capability (PAC-3) missile segment enhancement services to support the Integrated Air and Missile Defense program with flight test and integration support, as well as a Software – Fire Solution Computeroptimization option.  Work will be performed in Grand Prairie, Texas, with an estimated completion date of Jan. 30, 2017.  Fiscal 2016 research, development, testing and evaluation funds in the amount of $5,000,000 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

The Boeing Co., St. Louis, Missouri, is being awarded a $124,606,538 firm-fixed-price contract for the procurement of 53 full-rate production Lot 89 Harpoon weapon systems, components and spares, and Standoff Land Attack Missile – Expanded Response weapon system services, for the governments of Saudi Arabia, Australia, Japan, Korea, India, Turkey, Belgium, Brazil, Egypt, Kuwait, Canada, and Taiwan under the Foreign Military Sales program.  Work will be performed in McKinney, Texas (18.21 percent); Burnley, United Kingdom (18.09 percent); St. Charles, Missouri (17.28 percent); Elkton, Maryland (11.79 percent); Toledo, Ohio (3.93 percent); Middletown, Connecticut (3.62 percent); St. Louis, Missouri (4.31 percent); Joplin, Missouri (2.77 percent); Galena, Kansas (2.54 percent); Lititz, Pennsylvania (2.35 percent); Grove, Oklahoma (2.12 percent); Huntsville, Alabama (1.66 percent); Chandler, Arizona (1.16 percent); Black Mountain, North Carolina (1.01 percent); Ridgecrest, California (0.84 percent); East Camden, Arkansas (0.69 percent); Beverly, Massachusetts (0.66 percent); Fairfield, California (0.64 percent); Minneapolis, Minnesota (0.61 percent); McAlester, Oklahoma (0.57 percent); Tulsa, Oklahoma, (0.53 percent) Newton, Pennsylvania (0.52 percent); Anniston, Alabama (0.51 percent); Estill Springs, Tennessee (0.41 percent); O’Fallon, Missouri (0.43 percent); Springfield, Ohio (0.32 percent); Lancaster, Pennsylvania (0.24 percent); Chatsworth, California (0.22 percent); Cedar Rapids, Iowa (0.18 percent); Cheshire, Connecticut (0.16 percent); Skokie, Illinois (0.15 percent);  Fullerton, California (0.13 percent); Steelville, Missouri (0.09 percent); Foothill Ranch, California (0.09 percent); Plainview, New York (0.09 percent); Orangeburg, New York (0.09 percent); Lynnwood, Washington (0.07 percent); Mulvane, Kansas (0.07 percent); Tampa, Florida (0.07 percent); Middletown, California (0.07 percent); Woburn, Massachusetts (0.07 percent); Rancho Cucamonga, California  (0.06 percent); Washington, Missouri (0.05 percent); and various other locations in the U.S. (0.53 percent).  This contract combines purchases for the governments of Saudi Arabia ($35,963,573; 28.86 percent); Australia ($31,881,526; 25.59 percent); Japan ($29,630,747; 23.78 percent); Korea ($21,324,842; 17.11); India ($2,338,215; 1.88 percent); Turkey ($ 1,175,224; 0.94 percent); Belgium ($915,812; 0.73 percent);  Brazil ($711,616; 0.57 percent); Egypt ($561,721; 0.45 percent); Kuwait ($53,237; 0.05 percent); Canada ($39,600; 0.03 percent); and Taiwan ($10,425; 0.01 percent).  Work is expected to be completed in June 2017.  Foreign military sales funds in the amount of $124,606,538 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-16-C-0006).

Casbe Industries, Temecula, California (N66001-16-D-0095); Clint Precision Manufacturing, San Diego, California (N66001-16-D-0096); Design West Technologies Inc., Tustin, California (N66001-16-D-0097); Dye Precision CNC Inc., San Diego, California (N66001-16-D-0099); Eastwood Machine LLC, Santee, California (N66001-16-D-0100); JMT Inc., Norwalk, California (N66001-16-D-0101); Lobart Instruments, Pacoima, California (N66001-16-D-0102); Precise Industries Inc., Brea, California (N66001-16-D-0103); V&T Tooling, Temecula, California (N66001-16-D-0105); and WFW Industries LLC, San Diego, California (N66001-16-D-0106)  are being awarded a combined $18,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price, multiple award contract to provide custom fabricated parts utilizing a variety of manufacturing capabilities in support of rapid prototyping.  All 10 contractors will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two one-year options which, if exercised, would bring the potential value of this contract to $30,000,000.  Work will be performed at the respective contractor’s facilities as needed in Temecula, California; Tustin, California; Santee, California; Norwalk, California; Pacoima, California; and Brea, California.   Work is expected to be completed by Nov. 7, 2018, if all options are exercised.  Funding will be obligated via task orders as they are issued.  Contract funds will not expire at the end of the fiscal year.  The types of funding to be obligated include operations and maintenance (Navy); and research, development test and evaluation.  This contract was competitively procured via request for proposal N66001-15-R-0095 published on the Federal Business Opportunities website, and the Space and Naval Warfare Systems Command e-Commerce Central website, with 14 offers received and 10 selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

Oceaneering International Inc., Hanover, Maryland, is being awarded $12,910,944 cost-plus-award-fee modification to previously awarded contract N00024-05-C-4208 for Transfer Under Pressure (TUP) component integration efforts for the Submarine Decompression System (SDS).  The contract was awarded to provide program management, integrated logistics support, fabrication, system integration, testing, and certification of the final phase of the Submarine Rescue Diving and Recompression System (SRDRS) TUP capability hardware configuration items of the SDS.  The Navy requires the TUP capability to support treatment of rescued submariners and to prevent decompression sickness and death following a disabled submarine event.  Work will be performed in Hanover, Maryland, and is expected to be complete by March 31, 2018.  No funds will be obligated at time of award.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is being awarded an $8,548,171 modification to previously awarded contract N00024-12-C-2101 to exercise options for planning and design yard functions for standard Navy valves in support of nuclear powered submarines. Work will be performed in Newport News, Virginia, and is expected to be completed by November 2016.  Fiscal 2016 operation and maintenance (Navy); and fiscal 2016 shipbuilding and conversion (Navy) funding, in the amount of $3,166,954 will be obligated at the time of award, and funds in the amount of $3,000,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

AIR FORCE

BAE Systems Electronics and Information Systems Inc., Nashua, New Hampshire, has been awarded an $81,389,729 firm-fixed-price contract for Digital Electronic Warfare System Countermeasures Missile Warning System spares. Contractor will provide classified and unclassified spares line replacement units and356px-Seal_of_the_US_Air_Force.svg line replaceable modules required for supporting the F-15 modernization program. Work will be performed at Nashua, New Hampshire, and is expected to be complete by Dec. 31, 2018. This contract is 100 percent foreign military sales to the Saudi Arabia. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8540-16-C-0005).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Cummins Mid-South, Memphis, Tennessee, has been awarded a maximum $19,526,167 fixed-price with price-redetermination, indefinite-quantity contract in support of multiple weapon systems programs. 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 periods. Location of performance is Tennessee, with a Nov. 5, 2018, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2016 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-16-D-0023).

WASHINGTON HEADQUARTERS SERVICES

Alutiiq Advanced Security Solutions LLC, Anchorage, Alaska, is being awarded a $16,571,579 firm-fixed-price contract to acquire security officer services for leased spaces within the National Capital Region.  Work performance will take place in Alexandria, Virginia; Arlington, Virginia; Falls Church, Virginia; Reston, Virginia; and600px-WHS_Insignia.svg Silver Spring, Maryland. Fiscal 2016 building management funds in the amount of $16,571,579 are being obligated on this award and will expire at the end of the current fiscal year.  The expected completion date is Nov. 30, 2016. Washington Headquarters Services, Arlington, Virginia, is the contracting office.

*Small business

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

ATK Launch Systems Inc., Corrine, Utah, has been awarded a $790,300,000 cost-plus-fixed-fee, maximum ceiling contract for intercontinental ballistic missile (ICBM) propulsion subsystem support. Contractor will provide sustaining engineering support and program management support services for the ICBM propulsion subsystem. The primary focus will be to ensure any modifications or changes to the propulsion subsystem will maintain and improve system-level performance. Work will be performed at Corrine and Magna Utah, and is expected to be complete by Nov. 4, 2016. This award is the result of a competitive acquisition with three offers received. Fiscal 2016 operations and maintenance funds in the amount of $6,025,800 are being obligated at the time of award. Air Force Nuclear Weapon Center, Hill Air Force Base, Utah, is the contracting activity (FA8214-16-C-0001).

ARMY

Leidos Inc., Reston, Virginia, was awarded a $661,840,250 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the design, architecture engineering, configuration management, system integration, aircraft integration, testing, technical and logistics support of the Airborne Reconnaissance Low-Enhanced (ARL-E) system.  Bids were solicited via the Internet with three received with an estimated completion date of Nov. 3, 2020.  Funding and work location will be determined with each order.  Army Contracting Command, Aberdeen, Maryland, is theDepartment of the Army contracting activity (W56KGY-16-D-0001).

Hentzen Coatings,* Milwaukee, Wisconsin, was awarded a $9,826,086 firm-fixed-price contract to supply paint to the Red River Army Depot paint shop.  Bids were solicited via the Internet with two received, with an estimated completion date of Nov. 5, 2019.  Funding and work location will be determined with each order. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-D-0021).

Dirtworks Inc. of Vicksburg,* Vicksburg, Mississippi, was awarded a $7,640,844 firm-fixed-price contract to waterproof Upper Concordia Lake levee and berms.  Bids were solicited via the Internet with three received. Work will be performed in Vidalia, Louisiana, with an estimated completion date of Dec. 29, 2016.  Fiscal 2015 other procurement funds in the amount of $7,640,844 were obligated at the time of the award.  Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-16-C-0002).

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Corp., Mission Systems and Training (MST), Manassas, Virginia, is being awarded a $129,401,530 modification under a previously awarded contract (N00024-11-C-6294) to exercise options for fiscal 2016 Acoustic Rapid Commercial Off-The-Shelf (COTS) Insertion (A-RCI) system engineering and technical support.  MST shall continue the development and production of A-RCI systems.  A-RCI is a sonar system that integrates and improves towed array, hull array, sphere array, and other ship sensor processing, through rapid insertion of COTS-based hardware and software.  The contract provides funding for the development and production of the A-RCI and common acoustics processing for Technology Insertion 12 through Technology Insertion 14 for the U.S. submarine fleet and for foreign military sales.  Work will be performed in Manassas, Virginia (95 percent); and Syracuse, New York (5 percent), and is expected to be completed by December 2016.  Fiscal 2016 research, development, test and evaluation (Navy); fiscal 2011 shipbuilding and conversion (Navy); and fiscal 2016 operation and maintenance (Navy) funding in the amount of $6,552,057 is being obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity.

Raytheon Co., Integrated Defense Systems, Portsmouth, Rhode Island, is being awarded a $65,801,757 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0012) for the procurement of 22 MH-60R full-rate production Lot XIII Airborne Low Frequency Sonar systems for the Navy (20), and the government of Saudi Arabia (2), including associated program management support.  Work will be performed in Brest, France (59 percent); Portsmouth, Rhode Island (37 percent); and Johnstown, Pennsylvania (4 percent), and is expected to be completed in September 2018.  Fiscal 2015 aircraft procurement (Navy) and foreign military sales funds in the amount of $65,801,757 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This modification combines purchases for the Navy ($59,819,779; 91 percent), and the government of Saudi Arabia ($5,981,978; 9 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., McKinney, Texas, is being awarded $14,546,660 for firm-fixed-price delivery order 7001 under previously awarded basic ordering agreement N00383-15-G-009H for the repair of 137 units in support of the H-60 Multi-Spectral Targeting System Forward Looking InfraRed.  Work will be performed at Fleet Readiness Center Southeast, Jacksonville, Florida, and work is expected to be completed by November 2017.  No contract funds will be obligated at the time of award.  Navy working capital funds will be obligated as individual delivery orders are issued, and funds will not expire at the end of the current fiscal year.  This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304(C)(2).   The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Chavis’ Inc.,* Maxton, North Carolina (N40085-16-D-6310); G.T. Painting & Construction Co. Inc.,* Hopewell, Virginia (N40085-16-D-6311); Olympic Enterprises Inc.,* Hubert, North Carolina (N40085-16-D-6312); Pro Coating Services Inc.,* Jacksonville, North Carolina (N40085-16-D-6313); Vima Construction Corp.,* Dallas, North Carolina (N40085-16-D-6314); and WB Brawley Co.,* Wilmington, North Carolina (N40085-16-D-6315), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award design-bid-build construction contract for general painting projects in the Marine Corps Installation (MCI) East area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all six contracts combined is $10,000,000.  The work to be performed provides for general painting services including, but not limited to, interior and/or exterior painting of various buildings, structures, facilities, equipment, miscellaneous apparatus and components, roadway markings, signage, and other infrastructure, incidental preparation, repair and/or replacement of interior/exterior surfaces, interior/exterior repairs, removal of asbestos materials and lead paint, and incidental related work.  Olympic Enterprises Inc. is being awarded task order 0001 at $14,125 for the painting of buildings AS515, TC1060, TC1061, TC1062, TC1063 and RR405 at Marine Corps Base Camp Lejeune, Jacksonville, North Carolina.  Work for this task order is expected to be completed by May 2016.  All work on these contracts will be performed within the MCI East AOR 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 November 2020.  Fiscal 2016 operation and maintenance (Marine Corps) contract funds in the amount of $39,125 are obligated on these awards and will expire at the end of the current fiscal year.  These contracts were competitively procured via the Navy Electronic Commerce Online website, with six proposals received.  These six contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Benaka Inc.,* New Brunswick, New Jersey 08901, is being awarded $9,624,000 for firm-fixed-price task order JU01 under a previously awarded, multiple award construction contract (N40085-14-D-5247) for construction of a laundry room, building renovations and repairs in building 2003 at Marine Corps Base Quantico.  Building renovations include selective structural, electrical, plumbing, and painting throughout the building.  Renovations also include installation of new floor tile and cove base, one new storefront type wall, new electrical circuits, lighting, water supply and sanitary drains, ventilation systems, and government furnished washers and dryers.  Work will be performed in Quantico, Virginia, and is expected to be completed by July 2017.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $9,624,000 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.

*Small business

ARMY

Airbus Defense and Space Inc., Herndon, Virginia, was awarded a $65,828,056 modification (P00945) to contract W58RGZ-06-C-0194 for Lakota helicopters with ARC radio 231 mission equipment package.  Work will be performed in Herndon, Virginia, with an estimated completion date of Nov. 30, 2017.  Fiscal 2016 other procurement funds in the amount of $65,828,056 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contractingDepartment of the Army activity.

Ernst & Young, Washington, District of Columbia, was awarded a $24,552,712 modification (P00012) to contract W91CRB-14-F-0013 for Army audit readiness and general fund financial statement improvement.  Work will be performed in Washington, District of Columbia, with an estimated completion date of Nov. 3, 2016.  Fiscal 2016 operations and maintenance (Army), and other procurement funds in the amount of $22,025,941 were obligated at the time of the award.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Northrop Grumman Systems Corp. – Marine Systems (NGSC-MS), Sunnyvale, California, is being awarded a $31,599,538 firm-fixed-price, cost-plus-incentive-fee, cost-plus-fixed-fee contract to provide field services at sites and shipyards and includes equipment repairs, integrated logistics support, technical documentation and publication support, and continuing reliability and performance evaluation.  NGSC-MS will also provide the U.S. and United Kingdom expendable hardware (D5 gas generator cases and launch tube closures, spare and repair parts), and Strategic Systems Programs Alterations including refresh of the launcher subsystem components to address obsolescence of existing hardware.  The refresh of the launcher subsystem will include update of the firing circuit with a laser-based launcher initiation system and the overhaul and refurbishment of the fleet population of missile hoists.  The contractor will manufacture steel ballast closures, firing unit test simulators, stanchions and tactical closure containers in support of New Strategic Arms Reduction Treaty.  In support of the Strategic Weapons System Ashore Test Facility, NGSC-MS will also provide the required equipment and technical support for preparation leading to the Test Bay #1 Missile Service Unit certification.  The maximum dollar value, including the base period and four option years, is $223,587,869.  Work will be performed in Sunnyvale, California (58 percent); Bangor, Washington (20 percent); Kings Bay, Georgia (20 percent); St. Charles, Missouri (1 percent); and Cape Canaveral, Florida (1 percent), with an expected completion date of Sept. 30, 2016.  If all options are exercised, work will continue through Sept. 30, 2020.  Subject to availability, fiscal 2016 operations and maintenance (Navy) contract funds in the amount of $27,970,771; and United Kingdom funds in the amount of $3,628,767, will be obligated at the time of award.  Contract funds in the amount of $27,970,771 will expire Sept. 30, 2016.  This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) and (4).  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-16-C-0010).

CORRECTION:  The undefinitized contract action announced Nov 3 to Lockheed Martin Corp. had the incorrect fiscal year of obligated funds.  The correct fiscal year is 2015.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an undefinitized contractual action not-to-exceed $5,370,955,495 to the previously awarded low-rate initial production Lot IX F-35 Lightning II Joint Strike Fighter advance acquisition contract (N00019-14-C-0002).  This modification provides for the procurement of 41 F-35A aircraft, including 26 F-35As for the Air Force; six F-35As for Norway; seven F-35As for Israel; two F-35As for Japan; 12 F-35Bs, including six for the Marine Corps and six for the British Royal Navy; and two F-35Cs for the Navy.  Work will be performed in Fort Worth, Texas (30 percent); El Segundo, California (25 percent); Warton, United Kingdom (20 percent); Orlando, Florida (10 percent); Nashua, New Hampshire (5 percent); Nagoya, Japan (5 percent); and Baltimore, Maryland (5 percent), and is expected to be completed in December 2017.  Fiscal 2016 aircraft procurement (Air Force, Marine Corps, and Navy); and non-U.S. Department of Defense participants and foreign military sales funds in the amount of $625,099,999, 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

AIR FORCE

Northrop Grumman Information Systems, El Segundo, California, has been awarded a $9,179,598 modification (P00032) to previously awarded contract FA8808-13-C-0001 for Enhanced Polar System Control and Planning Segment protected key management architecture (KMA).  Contractor will assist in transitioning from the current KMA to the protected satellite communication KMA by providing356px-Seal_of_the_US_Air_Force.svg factory testing and support for operational transitional planning. Work will be performed at El Segundo, California, and is expected to be completed by Sept. 30, 2017.  Fiscal 2015 research, development, test, and evaluation funds in the amount of $6,959,465 are being obligated at the time of award.  Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

 

bmg logo(R)2

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

AIR FORCE

Bhate Environmental Associates Inc., Birmingham, Alabama (FA8903-16-D-0040); Hydrogeologic Inc., Reston, Virginia (FA8903-16-D-0044); NorthWind, Idaho Falls, Idaho (FA8903-16-D-0045); EA Engineering, Science, and Technology Inc., PBC, Hunt Valley, Maryland (FA8903-16-D-0046); Aerostar SES LLC, Oak Ridge, Tennessee (FA8903-16-D-0047); Oneida Total Integrated Enterprises LLC,  Milwaukee, Wisconsin (FA8903-16-D-0048); and Trihydro Corp., Laramie, Wyoming (FA8903-16-D-0054), have been awarded a combined, not-to-exceed $500,000,000356px-Seal_of_the_US_Air_Force.svg indefinite-delivery/indefinite-quantity contract for architect-engineering services. Contractor will provide architect-engineering (A-E) 2013 environmental services including A-E services to support operations and maintenance; environmental restoration account; environmental compliance; Base Realignment and Closure; and Military Family Housing programs worldwide. The work includes all efforts necessary to manage and execute Title I, Title II, and other A-E services primarily for environmental projects including planning and programming, restoration, quality (compliance and pollution prevention), and conservation. Work will be performed at government locations worldwide, and is expected to be complete by March 2, 2023. This award is the result of a competitive acquisition with 26 offers received. Fiscal 2016 operation and maintenance funds in the amount of $3,000 are being obligated at time of award to each contractor to satisfy the minimum guarantee. Air Force Installation Contracting Agency, 772nd Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity. Additional contracts will be awarded against the program ceiling as they are negotiated.

CORRECTION: Honeywell International Inc., doing business as Honeywell Aerospace-Clearwater, Clearwater, Florida, was awarded a $9,821,166 modification (P00009) on Oct. 28, 2015, to exercise the option on previously awarded contract FA8204-14-C-0002 for repair and refurbishment services for the Pendulous Integrating Gyroscopic Accelerometer float. Work will be performed at Clearwater, Florida, and is expected to be complete by Nov. 30, 2016. Fiscal 2016 operation and maintenance funds in the amount of $9,821,166 were obligated at the time of award. Air Force Nuclear Weapon Center, Hill Air Force Base, Utah, is the contracting activity. An administration review discovered this modification was not announced. This notification corrects that error.

1280px-DARPA_LogoDEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Aurora Flight Sciences, Manassas, Virginia, has been awarded an $89,444,166 cost-plus-fixed-fee contract for Phases II and III of the vertical take-off and landing X-plane research portfolio. Work will be performed in Manassas, Virginia (62 percent); Indianapolis, Indiana (31 percent); Tucson, Arizona (3 percent); and Ventura, California (4 percent), with an expected completion date of September 2018. Fiscal 2015 research and development funds in the amount of $2,692,858; and fiscal 2016 research and development funds in the amount of $50,674,897 are being obligated at time of award. This contract was a competitive acquisition and three offers were received. The Defense Advanced Research Projects Agency is the contracting activity (HR0011-16-C-0049).

DEFENSE LOGISTICS AGENCY

Pinnacle Petroleum Inc.,* Huntington Beach, California, has been awarded a minimum $77,588,910 fixed-price with economic price adjustment contract for various types of fuel. This was a competitive acquisition with 30 responses received. This is a 42-month contract with no option periods. Location of performance is California, with a Sept. 30, 2019, performance completion date. Using services are Army, Navy, Air Force, Marine CorpsDefense_Logistics_Agency and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-16-D-4542).

Thales Communications Inc., Clarksburg, Maryland, has been awarded a maximum $10,268,384 firm-fixed price, indefinite-delivery/indefinite-quantity contract for radio and watt amplifier systems. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a three-year base contract with two one-year option periods. Location of performance is Maryland, with an Aug. 26, 2019, performance completion date. Using service is Army. Types of appropriation are fiscal 2016 through fiscal 2019 defense and Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-16-D-0050).

UPDATE: Kipper Tool Co.,* Gainesville, Georgia (SPE8EC-16-D-0002), has been added as an awardee to the multiple award contract issued against solicitation SPM8EC-11-R-0003 announced Oct. 5, 2011.

600px-US-DeptOfNavy-Seal.svgNAVY

Konecranes Nuclear Equipment and Services LLC, New Berlin, Wisconsin, is being awarded a maximum amount $67,369,570 requirements contract for procurement of four 25-ton portal cranes at Puget Sound Naval Shipyard and Intermediate Maintenance Facility.  The work to be performed includes design, fabrication, assembly, installation, and testing of two 25-ton portal cranes at Bremerton and two 25-ton portal cranes at Bangor, with removal of existing cranes at Bangor.  The cranes will be equipped with a rotating superstructure, luffing boom, main hoist and a single line whip hoist.  The cranes will be capable of simultaneous hoisting, slewing and luffing with rated load at rated speeds on curved tracks.  Work will be performed in Berlin, Wisconsin (85 percent); Bangor, Washington (10 percent); and Bremerton, Washington (5 percent).  The term of the contract is not to exceed 48 months, with an expected completion date of March 2020.  No contract funds are being obligated at the time of award.  Funds will be obligated as future delivery orders are issued.  This contract was competitively procured via the Federal Business Opportunities website, with two proposals received.  The Naval Facilities Engineering Command, Norfolk, Virginia, is the contracting activity (N62470-16-D-2013).

General Dynamics Information Technology Inc., Fairfax, Virginia, is being awarded a $47,396,875 cost-plus-fixed-fee, cost-reimbursable contract for services in support of the Naval Air Warfare Center Aircraft Division’s Ship and Air Integrated Warfare Department.  Services will include rapid design, development, customization, manufacturing, fabrication, integration, test and evaluation, installation, certification, maintenance and upgrade, logistic, modernization, and life cycle support of new and/or existing shipboard and airborne systems. This work will be performed in St. Inigoes, Maryland (15 percent); and various locations inside and outside of the U.S. (85 percent), and is expected to be completed in March 2017.  Fiscal 2016 working capital funds (Navy) in the amount of $9,200,000 will be obligated at time of award, none of which will expire at the end of the current year.  This contract was not competitively procured pursuant to 10 U.S. Code 2304(c) (1).  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-16-C-0032).

Electric Boat Corp., Groton, Connecticut, is being awarded a $29,911,907 cost-plus-fixed-fee modification to a previously awarded contract (N00024-09-C-2104) for the planning and execution of USS John Warner (SSN 785) post-delivery work period (PDWP).  Work will include planning and execution efforts, including long lead time material procurement, in preparation to accomplish the maintenance, repair, alterations, testing, and other work during the scheduled PDWP.  Work will be performed in Newport News, Virginia (99 percent); and Groton, Connecticut (1 percent), and is scheduled to be completed by August 2016.  Fiscal 2014, 2015, and 2016 shipbuilding and conversion (Navy) funds in the amount of $17,911,907 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

Harper Construction Co. Inc., San Diego, California, is being awarded $25,074,304 for firm-fixed-price task order 0002 under a multiple award construction contract (N62473-15-D-2432) for repair and construction of Joint Strike Force Foreign Military Sales building at Naval Base Ventura County.  The work to be performed provides for repair of office and laboratory space, interior wall repair and modifications, paint, flooring, ceiling tile, lights, windows, roof repair, demolition of interior building components and phone cabling, major building system repairs include heating ventilation and air conditioning, electrical, fire protection, raised flooring, security systems, and radio frequency shielding.  The task order also contains one planned modification, which if exercised, would increase cumulative task order value to $25,119,304.  Work will be performed in Point Mugu, California, and is expected to be completed by April 2017.  Fiscal 2016 foreign military sales and Defense working capital, contract funds in the amount of $25,074,304 are obligated on this award, and will 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.

ARMY

Northrup Grumman, Herndon, Virginia, was awarded a $24,541,711 cost-plus-fixed-fee, multi-year contract to sustain contingency operations.  One bid was solicited with one received. Work will be performed in Huntsville, Alabama; Afghanistan; and Egypt, with a completion date of Feb. 25, 2018.Department of the Army  Fiscal 2016 operations and maintenance (Army) funds in the amount of $24,541,711 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-16-C-0063).

*Small business

600px-US-DeptOfNavy-Seal.svgNAVY

Fed Con/South Bay JV,* San Diego, California (N62473-16-D-1858); KKP Electrical Contractors LLC, doing business as Mountain Power Electrical Contractors,* Boise, Idaho (N62473-16-D-1859); NEI Contracting and Engineering Inc.,* Chula Vista, California (N62473-16-D-1860); Procal Electric Inc.,* Twentynine Palms, California (N62473-16-D-1861); and Synergy Electric Co. Inc.,* Santee, California (N62473-16-D-1862), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, small business set-aside, multiple award construction contract for new construction, repair, and renovation of dry utilities construction projects 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 $99,000,000.  Types of projects may include, but are not limited to: electrical distribution systems, exterior lighting systems, airfield lighting systems, communications and security systems, grounding systems, and related work.  All structures (including buildings) that are integral parts of these networks are included.  No task orders are being issued at this time.  Work will be performed within the NAVFAC Southwest AOR including, but not limited to, California (90 percent); Arizona (2 percent); Nevada (2 percent); Utah (2 percent); Colorado (2 percent); and New Mexico (2 percent).  The terms of the contracts are not to exceed 60 months, with an expected completion date of March 2021.  Fiscal 2016 operation and maintenance (Navy) (O&M,N) contract funds in the amount of $25,000 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by O&M,N; working capital funds (Navy); and military construction, (Navy).  This contract was competitively procured as set-aside for small businesses via the Navy Electronic Commerce Online website with 24 proposals received.  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.

Lockheed Martin Aculight Corp., Bothell, Washington, is being awarded a $10,608,799 cost-plus-fixed-fee completion contract for work associated with the multispectral electro-optic infrared (EO/IR) countermeasures for advanced threats function of the combined EO/IR surveillance and response system program.  The total cumulative value of this contract is $10,608,799.  The contract will be incrementally funded.  Work will be performed in Bothell, Washington, and is expected to be completed March 1, 2020.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $10,000 will be obligated at the time of award.  No funds will expire at end of current fiscal year.    The contract was competitively procured under request for proposal N00173-15-R-SE04, for which five offers were received.  The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity (N00173-16-C-6010).

Leidos Inc., Reston, Virginia, is being awarded a $9,295,409 modification to a previously awarded firm-fixed-price contract (N39430-13-C-1201) for lifecycle sustainment of physical security/access control; and command, control, communications, computers, and intelligence systems, in support of the Naval Facilities Engineering Command Anti-Terrorism/Force Protection Ashore Program at various Navy installations worldwide.  The work to be performed provides for preventive maintenance of hardware, associated firmware, and software; response and resolution of service calls for corrective maintenance to include equipment repair, overhaul, or replacement; information assurance vulnerability alert to include version control, patch management, and vulnerability scanning; asset management to track, maintain, upgrade, and dispose of systems; configuration management to establish and maintain consistency of the system attributes with operational requirements and evolving technical baseline; technical refreshments, upgrades and installation of new systems; and programmatic trend analysis to identify systemic sustainment issues such as technology obsolescence. The total contract amount after this modification will be $107,124,950.  The contract also contains five unexercised options, which if exercised would increase cumulative contract value to $122,686,352.  Work will be performed worldwide and is expected to be completed by June 2016.  If all options are exercised, work will continue through November 2016.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $9,295,409 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded a $9,085,765 modification to exercise an option to delivery order 2063, which was previously issued against basic ordering agreement N00019-11-G-0001.  This option provides for two 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, and is expected to be completed in June 2017.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $9,085,765 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.

ARMY

Modern Technology Solutions Inc.,* Alexandria, Virginia, was awarded a $63,799,786 cost-plus-fixed-fee, multi-year contract to support distributed digital simulation, with an estimated completion date of March 1, 2021.  Funding and work location will be determined with each order. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-16-D-0017).

Technica LLC,* Charleston, South Carolina, was awarded a $14,282,213 firm-fixed-price contract with options for logistics readiness support for theDepartment of the Army 63d Regional Support Command.  Bids were solicited via the Internet with 12 received. Work will be performed at various locations in Arizona, Arkansas, California, Nevada, New Mexico, Oklahoma, and Texas, with an estimated completion date of April 25, 2012.  Funding will be determined with each order.  Army Contracting Command, Ft. McCoy, Wisconsin, is the contracting activity (W911SA-16-D-0004).

Brayman Construction Corp., Saxonburg, Pennsylvania, was awarded a $9,997,962 modification (P00029) to contract W91237-10-C-0012 for dam safety assurance, Bluestone Dam.  Work will be performed in Hinton, West Virginia, with an estimated completion date of Feb. 22, 2017.  Fiscal 2014 and 2016 other procurement funds in the amount of $9,997,962 were obligated at the time of the award.  Army Corps of Engineers, Huntington, West Virginia, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

L-3 Communications Corp., Link Simulation Training Div., Arlington, Texas, has been awarded a $36,300,000 firm-fixed-price contract for an F-16 A/B Block 20 mission training center (MTC). Contractor will provide MTC hardware, spares, and initial software development. Work will be performed at Arlington, Texas, and is expected to be complete by Nov. 1, 2016. This contract is 100 percent foreign military sales to Taiwan. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-16-C-6378).

Pinnacle Solutions Inc., Huntsville, Alabama, has been awarded a $14,743,219 modification (P00001) to previously awarded contract FA8621-16-C-6281 for support of the KC-10 training system. Contractor will provide operations, maintenance, and sustainment of 39 aircrew training devices and maintenance training devices. These training devices support maintenance and aircrew personnel continuous training at Air Mobility Command, Air Force Reserve Command, and Air Education Training Command. Work will be performed at Travis Air Force Base, California; Joint Base McGuire-Dix-Lakehurst, New Jersey; and the Training System Support Center in Fairfield, California, and is expected to be complete by Dec. 31, 2016.  Fiscal 2016 operation and maintenance funds in the amount of $14,743,219 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-16-C-6281).

*Small business

NAVY

General Dynamics National Steel and Shipbuilding Co., San Diego, California, is being awarded an undefinitized contract action with a not-to-exceed amount of $156,596,386 to a previously awarded cost-plus-award-fee contract (N00024-13-C-4404) for USS Essex (LHD-2) fiscal 2016 phased maintenance availability (PMA).  The PMA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities.  Work will be performed in San Diego, California, and is expected to be completed by June 2017. Fiscal 2016 operation and maintenance (Navy); and fiscal 2015 other procurement (Navy) funding in the amount of $81,992,331 will be obligated at time of award; and contract funds in the amount of $121,692,679 will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded a $55,927,999 advance acquisition contract for the procurement of long-lead parts and components for the manufacture and delivery of 24 Lot 14 AH-1Z new build aircraft in support of the H-1 upgrade program.  Work will be performed in Fort Worth, Texas (60 percent); and Amarillo, Texas (40 percent), and is expected to be completed in June 2017.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $55,927,999 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  The Naval Air Systems Command, Patuxent600px-US-DeptOfNavy-Seal.svg River, Maryland, is the contracting authority (N00019-16-C-0003).

Lion-Vallen Industries, Dayton, Ohio, is being awarded a $28,372,680 firm-fixed-price, undefinitized contract for logistics services to manage, support, and operate the Marine Corps Consolidated Storage Program warehouse network.  Contractor support consists of managing individual combat clothing equipment; chemical, biological, radiological, and nuclear defense equipment; special training allowance pool, soft-walled shelters and camouflage netting; and contractor-owned contractor-operated asset visibility capability system.  This contract includes an eight-month option period which, if exercised, would bring the cumulative value of this contract to $47,728,683.  Work will be performed in Barstow, California (23 percent); Camp Lejeune, North Carolina (18 percent); Camp Pendleton, California (13 percent); Okinawa, Japan (10 percent); Miramar, California (9 percent); Camp Geiger, North Carolina (7 percent); Twenty-nine Palms, California (4 percent); Cherry Point, North Carolina (4 percent); Kaneohe Bay, Hawaii (3 percent); Yuma, Arizona (2 percent); Beaufort, South Carolina (2 percent); Iwakuni, Japan (2 percent); New River, North Carolina (2 percent); and Bridgeport, California (1 percent).  Work is expected to be completed February 2017.  With options exercised, work will continue through October 2017.  Fiscal 2016 operation and maintenance funds in amount of $14,186,340 are being obligated at time of award and funds will expire at the end of the current fiscal year.  This is a sole-source contract in accordance with 10 U.S. Code 2304 (c)(1), as implemented by the Federal Acquisition Regulation 6.302-1, only one source.  The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-16-C-0004).

Austal USA, Mobile, Alabama, is being awarded a $14,656,227 modification to a previously awarded contract (N00024-11-C-2301) to exercise options for post-delivery support of littoral combat ships USS Gabrielle Giffords (LCS 10) and USS Omaha (LCS 12).  Austal will perform the planning and implementation of deferred design changes that have been identified during the construction period.  The corrections and upgrades are necessary to support sail-away and follow-on post-delivery test and trials period.  Work will be performed in Mobile, Alabama (70 percent); Pittsfield, Massachusetts (20 percent); and San Diego, California (10 percent), and is expected to be complete by July 2017.  Fiscal 2012 shipbuilding and conversion (Navy) funding in the amount of $3,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Northrop Grumman Corp., Aerospace Systems, San Diego, California, is being awarded $7,280,560 for cost-plus-fixed-fee task order 1269 against a previously issued basic ordering agreement (N00019-15-G-0026) in support of the MQ-8 Fire Scout unmanned aircraft systems.  This test support effort for the MQ-8C includes software verification; software regression; cybersecurity; dynamic interface; and other requirements in preparation for, but not including, initial operational test and evaluation.  The MQ-8B scope includes providing aircraft maintenance support for two government-owned MQ-8B test aircraft. Work will be performed in Point Mugu, California, and is expected to be completed in October 2016.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $7,280,560 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.

Department of the ArmyARMY

BTF Solutions JV, Dallas, Texas (W912DY-16-D-0003); General Dynamics Information Technology Inc., Warrenton, Virginia (W912DY-16-D-0004); Honeywell Technology Solutions Inc., Columbia, Maryland (W912DY-16-D-0005); VW International Inc., Alexandria, Virginia (W912DY-16-D-0006); Walsh Healthcare Logistics JV, Chicago, Illinois (W912DY-16-D-0007); Martek Global Services Inc., Bethesda, Maryland (W912DY-16-D-0008); Omega Group, San Diego, California (W912DY-16-D-0009); Partners Healthcare Group LLC, Brentwood, Tennessee (W912DY-16-D-0010); and Strategic Initial Outfitting Transition Solutions, Anchorage, Alaska (W912DY-16-D-0011), were awarded a $123,750,000 firm-fixed-price contract with options for personnel, equipment, tools, materials, supervision, and non-personal services to support planning, outfitting, and transitioning staff and patients.  Bids were solicited via the Internet with 20 received with an estimated completion date of March 1, 2017.  Funding and work location will be determined with each order.  Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Accenture Federal Services LLC, Arlington, Virginia, was awarded a $30,727,032 modification (D00376) to contract N00104-04-A-ZF12 for the General Fund Enterprise Business System financial program.  Work will be performed in Arlington, Virginia, with an estimated completion date of June 27, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $30,727,032 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Structural Associates Inc.,* Syracuse, New York, was awarded a $20,117,794 firm-fixed-price contract with options to construct an Army Reserve Center.  Bids were solicited via the Internet with seven received. Work will be performed in Mattydale, New York, with an estimated completion date of Jan. 29, 2018.  Fiscal 2015 and 2016 military construction, operations, and maintenance (Army) funds in the amount of $20,117,794 were obligated at the time of the award.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-C-0009).

DynCorp International LLC, Ft. Worth, Texas, was awarded a $9,259,344 modification (P00119) to contract W58RGZ-13-C-0040 for aviation field maintenance services, Afghanistan.  Work will be performed in Afghanistan with an estimated completion date of Dec. 31, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $9,259,344 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Mansfield Oil Co.,* Gainesville, Georgia, has been awarded a minimum $51,995,101 fixed-price with economic price adjustment contract for various types of fuel. This was a competitive acquisition with 30 responses received. This is a 42-month contract with no option periods. Locations of performance are Arizona, California, Georgia, Nevada, and Utah, with a Sept. 30, 2019, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-16-D-4541).

Short Bark Industries Inc.,** Vonore, Tennessee, has been awarded a maximum $24,164,500 modification (P00124) exercising the third one-year option period of a one-year base contract (SPM1C1-13-D-1030) with four one-year option periods for various types of Army combat uniformDefense_Logistics_Agency coats. This is a firm-fixed-price contract. Locations of performance are Tennessee, Puerto Rico, and Mississippi, with a March 4, 2017, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

GE Datex Ohmeda Inc., Madison, Wisconsin, has been awarded a maximum $19,847,688 modification (P00107) exercising the seventh one-year option period of a one-year base contract (SPM2D1-09-D-8348), with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables, spare/repair parts and training. This is a fixed-price with economic price adjustment contract. Location of performance is Wisconsin, with a March 5, 2017, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

R. C. Construction Co. Inc., Greenwood, Mississippi, has been awarded a $9,374,906 firm-fixed-price contract for repair of the C-17 landing zone at the North Auxiliary Airfield. Contractor will provide the complete reconstruction of a 3,500-foot-long runway. The reconstructed landing zone will be comprised of a new 90-foot-wide Portland cement concrete section and asphalt shoulder pavement. New airfield lighting and signage, pavement markings, sodding, grassing, and incidental related work will also be included in the project. Work will be performed at Joint Base Charleston – North Auxiliary Air Field, South Carolina, and is expected to be complete by Jan. 3, 2017. This award is the result of a competitive acquisition with six offers received. Fiscal 2016 operations and maintenance funds in the amount of $9,374,906 are being obligated at the time of award. The 628th Contracting Squadron, Joint Base Charleston, South Carolina, is the contracting activity (FA4418-16-C-0007).

Armtec Countermeasures Co., Coachella, California, has been awarded a $9,074,846 firm-fixed-price contract for replenishment of MJU-53/B infrared countermeasure flares. Work will be performed at Camden, Arkansas, and is expected to be complete by June 2, 2017. This award is the result of a competitive acquisition with two offers received. Fiscal 2015 and 2016 procurement funds in the amount of $9,074,846 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-16-C-0027).

*Small business

**Small business in a historically underutilized business zone

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $769,511,730 modification to a previously awarded cost-plus-incentive-fee, fixed-price-incentive-firm contract (N00019-15-C-0114) for recurring logistics sustainment services support for delivered F-35 Lightning II aircraft for the Air Force, Marine Corps, Navy, non-Department of Defense participants, and foreign military sales customers.  Support to be provided includes ground maintenance activities; action request resolution; depot activation activities; Automatic Logistics Information System operations and maintenance; reliability, maintainability and health management implementation support; supply chain management; and activities to provide and support pilot and maintainer initial training.  Work will be performed in Ft. Worth, Texas (46 percent); El Segundo, California (7 percent); Warton, United Kingdom (9 percent); Orlando, Florida (32 percent); and Greenville, South Carolina (6 percent).  Work600px-US-DeptOfNavy-Seal.svg is expected to be completed in December 2016.  Fiscal 2016 operation and maintenance funds (Air Force and Navy); fiscal 2015 and 2016 aircraft procurement funds (Air Force and Navy); international partner and foreign military sales funds in the amount of $646,571,536 will be obligated at time of award, of which $233,427,816  will expire this fiscal year.  This contract combines purchases for the Air Force ($372,107,211; 48 percent); Marine Corps ($181,292,120; 24 percent); Navy ($115,009,621; 15 percent); international partners ($93,092,756; 12 percent); and foreign military sales ($8,010,022, 1 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., Seattle, Washington, is being awarded a $276,261,820 modification to a previously awarded fixed-price-incentive, firm target contract (N00019-14-C-0067) for the production and delivery of two full-rate production Lot III P-8A Multi-mission Maritime Aircraft.  Work will be performed in Seattle, Washington (80 percent); Baltimore, Maryland (3 percent); Greenlawn, New York (2.8 percent); Cambridge, United Kingdom (1.7 percent); North Amityville, New York (1.1 percent); Rockford, Illinois (0.9 percent); Rancho Santa Margarita, California (0.7 percent); Salt Lake City, Utah (0.6 percent); and various other locations within the continental U.S. (9.2 percent).  Work is expected to be completed in February 2019.  Fiscal 2014 and 2016 aircraft procurement (Navy) funds in the amount of $138,130,910 will be obligated at time of award, $69,065,455 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is being awarded $50,762,901 for modification 0026 to a previously awarded fixed-price-incentive, firm target, cost-plus-fixed-fee contract (N00019-13-C-9999) for non-recurring engineering, product support, engineering investigations, and software sustainment in support of the full-rate production Lot 4 E-2D Advanced Hawkeye aircraft.  Work will be performed in Melbourne, Florida (52 percent);  Syracuse, New York (13.6 percent); St. Augustine, Florida (8.1 percent); Herndon, Virginia (5.2 percent); Greenlawn, New York (4.7 percent);  Liverpool, New York (4.7 percent); Indianapolis, Indiana (2.9 percent); Woodland Hills, California (2.7 percent); El Segundo, California (2.3 percent); Menlo Park, California (1.5 percent); Rolling Meadows, Illinois (0.9 percent); and various locations within the U.S. (1.4 percent), and is expected to be completed in March 2017.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $50,762,901 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.

Science Applications International Corp., McLean, Virginia, is being awarded a $26,712,116 indefinite-delivery/indefinite-quantity, cost-reimbursement contract for technical support in the areas of project management, system engineering, research, test and evaluation, logistics, integration, technical troubleshooting, installation, and security.  This is one of four multiple-award contracts: all awardees will have the opportunity to compete for task orders during the ordering period.  This three-year contract includes two one-year option periods which, if exercised, would bring the potential value of this contract to $45,049,296.  All work will be performed in San Diego, California, and is expected to be completed Feb. 28, 2019.  No contract funds will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  Funding will be obligated via task orders as they are issued.  The types of funding to be obligated include operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy).  This contract was competitively procured using full and open competition via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with four offers received and four selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0068).

Capstone Corp., Alexandria, Virginia, is being awarded a $25,845,759 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders for implementation and maintenance of information resource management solutions through the performance of program management; help desk services; field services; information assurance compliance support; applications and system support; projects and new work services; and enterprise video teleconference support to the Office of the Chief of Naval Operations and selected components of Secretary of the Navy and subordinate echelons.  Work will be performed in Washington, District of Columbia metropolitan area (67 percent); and Arlington, Virginia (33 percent), and work is expected to be completed March 2021.  Fiscal 2016 operations and maintenance (Navy) funds in the amount of $175,000 will be obligated at the time of award and funds will expire at the end of the current fiscal year.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with seven offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Pennsylvania, is the contracting activity (N00189-16-D-Z015).

G2 Software Systems Inc.,* San Diego, California, is being awarded a $24,510,631 indefinite-delivery/indefinite-quantity, cost-reimbursement contract for technical support in the areas of project management, system engineering, research, test and evaluation, logistics, integration, technical troubleshooting, installation, and security.  This is one of four multiple-award contracts: all awardees will have the opportunity to compete for task orders during the ordering period.  This three-year contract includes two one-year option periods which, if exercised, would bring the potential value of this contract to $41,611,865.  All work will be performed in San Diego, California, and is expected to be completed Feb. 28, 2019.  No contract funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year.  Funding will be obligated via task orders as they are issued. The types of funding to be obligated include operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy).  This contract was competitively procured using full and open competition via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with four offers received and four selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0069).

BAE Systems Surface Ships Ltd., United Kingdom, is being awarded a $22,172,442 firm-fixed-price contract for the production and delivery of Archerfish Destructors and fiber optic spools.  The Archerfish Destructors are a component of the airborne mine neutralization system.  The Navy has a mission need to neutralize bottom, close tethered, and moored sea mines. This contract includes options which, if exercised, would bring the cumulative value of this contract to $56,208,000.  Work will be performed in the United Kingdom and is expected to be completed by August 2018.  Fiscal 2014, 2015 and 2016 weapons procurement (Navy) funding in the amount of $22,172,442 will be obligated at time of award and funds in the amount of $11,856,775 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) — BAE is the only responsible source capable of satisfying the Navy’s requirements for the immediate production of the Archerfish Destructor.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-6304).

Kratos Defense & Rocket Support Services, San Diego, California, is being awarded a $21,413,622 indefinite-delivery/indefinite-quantity, cost-reimbursement contract for technical support in the areas of project management, system engineering, research, test and evaluation, logistics, integration, technical troubleshooting, installation, and security.  This is one of four multiple-award contracts: all awardees will have the opportunity to compete for task orders during the ordering period.  This three-year contract includes two one-year option periods which, if exercised, would bring the potential value of this contract to $36,215,638.  All work will be performed in San Diego, California, and work is expected to be completed Feb. 28, 2019.  No contract funds will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  Funding will be obligated via task orders.  The types of funding to be obligated include operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy).  This contract was competitively procured using full and open competition via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with four offers received and four selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0070).

Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is being awarded a $20,144,483 firm-fixed-price, cost-plus-fixed-fee modification to previously awarded contract (N00024-15-C-6318) for the exercise of options for Airborne Laser Mine Detection Systems (ALMDS); depot services and software support; and peculiar support equipment in support of Program Executive Office, Littoral Combat Ships.  ALMDS is a laser-based system which uses streak tube imaging light detection and ranging to detect, classify, and localize surface and near-surface moored sea mines.  ALMDS provides a revolutionary, high area coverage rate capability.  Work will be performed in Melbourne, Florida (41 percent); Tucson, Arizona (31 percent); St. Charles, Missouri (11 percent); Irvine, California (7 percent); Santa Clarita, California (6 percent); and Brentwood, New York (4 percent), and is expected to be complete by March 2018.  Fiscal 2016 other procurement (Navy); and fiscal 2016 operations and maintenance (Navy) funding in the amount of $19,732,562 will be obligated at the time of award.  Contract funds in the amount of $1,275,000 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity.

Booz Allen Hamilton Engineering Services LLC, Linthicum, Maryland, is being awarded a $19,187,597 indefinite-delivery/indefinite-quantity, cost-reimbursement contract for technical support in the areas of project management, system engineering, research, test and evaluation, logistics, integration, technical troubleshooting, installation, and security.  This is one of four multiple-award contracts: all awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two one-year option periods which, if exercised, would bring the potential value of this contract to $32,502,917.  All work will be performed in San Diego, California, and work is expected to be completed Feb. 28, 2019.  No contract funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year.  Funding will be obligated via task orders.  The types of funding to be obligated include operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy).  This contract was competitively procured using full and open competition via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with four offers received and four selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0071).

Rockwell Collins-ESA Vision Systems, Fort Worth, Texas, is being awarded $18,500,550 for modification P00004 to a previously issued firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-15-D-0024) to exercise an option for night vision cueing and display system hardware, support equipment, non-recurring engineering, testing, and technical data for the Joint Helmet Mounted Cueing system.  Work will be performed in Merrimack, New Hampshire (79 percent); Wilsonville, Oregon (15 percent); Atlanta, Georgia (4 percent); and Fort Worth, Texas (2 percent), and is expected to be completed in February 2018.  Fiscal 2015 and 2016 other procurement (Navy) funds in the amount of $18,500,550 will be 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.

Vericor Power Systems LLC, Alpharetta, Georgia, is being awarded a $26,157,664 modification to a previously awarded contract (N00024-15-C-4100) to exercise options for the manufacturing, testing and delivery of ETF40B marine gas turbine engines in support of the Landing Craft Air Cushion (LCAC) service life extension program (SLEP) as well as the repair and refurbishment of output group modules for LCAC engines.  The SLEP will extend the service life of LCAC from 20 to 30 years; sustain/enhance craft capability; replace obsolete electronics; repair corrosion damage; reduce life cycle cost by improving reliability and maintainability; increase survivability; and establish a common configuration baseline.  Work will be performed in Winnipeg, Manitoba, Canada, and is expected to be completed by February 2017.  Fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $26,157,664 will be obligated at the 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.

L-3 Communications, Communication Systems-West, Salt Lake City, Utah, is being awarded $16,930,838 for modification PO0022 to a previously awarded firm-fixed-price contract (N00019-12-C-2024) to exercise an option for the manufacture, test, delivery and support of 29 AN/ARQ-59 radio terminal Common Data Link Hawklink systems in support of the MH-60R aircraft.  Work will be performed in Salt Lake City, Utah (60 percent); Atlanta, Georgia (14 percent); Mountain View, California (6 percent); Exeter, New Hampshire (2 percent); and Phoenix, Arizona; El Cajon, California; Oxnard, California; Salinas, California; Sunnyvale, California; Boise, Idaho; Derby, Kanas; Littleton, Massachusetts; Stow, Massachusetts; Minnetonka, Minnesota; Skokie, Illinois; Dover, New Hampshire; Bohemia, New York; York Haven, Pennsylvania; Providence, Rhode Island; Cedar Park, Texas; Ft. Worth, Texas; and Toronto, Canada (1 percent each), and is expected to be completed in October 2017.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $16,930,838 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.

Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded $9,201,304 for modification 0041 to a previously awarded firm-fixed-price contract (N00019-13-C-0004) to exercise an option for the installation of one Block I modification aircraft kit, to include the Internet Protocol Bandwidth Expansion and Very Low Terminal kits, on one E-6B aircraft.  Work will be performed in Oklahoma City, Oklahoma (95 percent); and Richardson, Texas (5 percent), and is expected to be completed in March 2017.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $9,201,304 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.

Pacific West Builders,* National City, California, is being awarded $8,998,037 for firm-fixed-price task order 0027 under a multiple award construction contract (N62473-11-D-0065) for repair and rehabilitation of Field Maintenance Facility, Building 2000 at Marine Corps Air Ground Combat Center, Twentynine Palms.  The task order also contains one unexercised option, which if exercised, would increase cumulative task order value to $9,839,392.  Work will be performed in Twentynine Palms, California, and is expected to be completed by December 2016.  Fiscal 2016 operation and maintenance, (Marine Corps) contract funds in the amount of $8,998,037 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, Southwest, San Diego, California, is the contracting activity.

Ace Electronics Defense Systems LLC,* Aberdeen Proving Ground, Maryland, is being awarded a $8,744,704 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide various supply materials in support of producing Tactical Tomahawk Weapons Control Systems suites of equipment for installation in new ships and retrofit into existing ships.  Work will be performed in Aberdeen Proving Ground, Maryland, and is expected to be completed by February 2019.  Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $373,177 will be obligated at time of 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 two offers received.  The Naval Surface Warfare Center, Port Hueneme, California, is the contracting activity (N63394-16-D-0002).

Sikorsky Support Services Inc., Stratford, Connecticut, is being awarded an $8,491,857 modification to a previously awarded firm-fixed-price, cost reimbursement contract (N00421-15-C-0022) to exercise an option for organizational, selected intermediate and limited depot level aircraft maintenance, management, and logistics support services for the 44 F-5 F/N aircraft.   Work will be performed in Key West, Florida (39 percent); Yuma, Arizona (32 percent); and Fallon, Nevada (29 percent); and is expected to be completed in June 2016.  Fiscal 2016 operations and maintenance (Navy Reserve) funds in the amount of $8,491,857 will be obligated at time of award, all 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.

Lockheed Martin Mission Systems and Training, Liverpool, New York, is being awarded an $8,046,094 modification to previously awarded contract N00024-14-C-6227 to exercise options for the production of two low cost conformal array (LCCA) production units, spare modules and spare outboard electronics canisters.  The LCCA is a passive planar array mounted on the aft submarine sail structure that is integrated with the Acoustic Rapid Commercial Off-The-Shelf Insertion AN/BQQ-25 system to provide situational awareness and collision avoidance for improved tactical control in high density environments. Work will be performed in Syracuse, New York (90 percent); Marion, Massachusetts (8 percent); and Owego, New York (2 percent); and work is expected to be complete by July 2017.  Fiscal 2016 other procurement (Navy) funding in the amount of $8,046,094 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded $7,912,270 for modification P00022 to a previously awarded fixed-price-incentive-firm target contract (N00019-14-C-0050) for integration of formation lighting into the VH-92A Integrated Air Vehicle in support of the engineering and manufacturing development phase of the Presidential Helicopter Replacement Program.  Efforts will include the design, development, qualification/certification, documentation, and integration of formation lights into six test aircraft, including spares support.  Work will be performed in Stratford, Connecticut, and is expected to be completed in October 2020.  Funds are not being obligated at time of award; funds will be obligated on future modifications. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Aerojet Rocketdyne, Canoga Park, California, has been awarded a $115,312,613 other transaction agreement for the development of the AR1 rocket propulsion system prototype for the Evolved Expendable Launch Vehicle program. This agreement implements Section 1604 of the fiscal 2015 National Defense Authorization Act, which requires the development of a next-generation rocket propulsion system that will transition away from the use of the Russian supplied RD-180 engine to a domestic alternative for National Security Space launches. An other transaction agreement was used in lieu of a standard procurement contract in order to leverage ongoing investment by industry in rocket propulsion systems. This other transaction agreement requires shared cost investment with Aerojet Rocketdyne for the development of a prototype of the AR1 engine, a booster stage engine intended for use on United Launch Alliance’s Vulcan launch vehicle. The locations of performance are Canoga Park, California; Sacramento, California; Centennial, Colorado; Huntsville, Alabama; Stennis Space Center, Mississippi; West Palm Beach, Florida; and Los Angeles Air Force Base, California. The work is expected to be completed no later than Dec. 31, 2019. Air Force fiscal 2015 research, development, test and evaluation funds in the amount of $52,200,000; and Air Force fiscal 2016 research, development, test and evaluation funds in the amount of $63,112,613 are being obligated at the time of award.  Aerojet Rocketdyne is contributing $57,656,307 at the time of award. The total potential government investment, including all options, is $536,029,652. The total potential investment by Aerojet Rocketdyne, including all options, is $268,014,826. This award is the result of a competitive acquisition with multiple offers received. The Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-16-9-0003).

United Launch Services LLC, a majority owned subsidiary of United Launch Alliance, Centennial, Colorado, has been awarded a $46,629,267 other transaction agreement for the development of the Vulcan BE-4 and Advanced Cryogenic Evolved Stage (ACES) rocket propulsion system prototypes for the Evolved Expendable Launch Vehicle program.  This agreement implements Section 1604 of the fiscal year 2015 National Defense Authorization Act, which requires the development of a next-generation rocket propulsion system that will transition away from the use of the Russian supplied RD-180 engine to a domestic alternative for National Security Space launches.  Another transaction agreement was used in lieu of a standard procurement contract in order to leverage ongoing investment by industry in rocket propulsion systems. This other transaction agreement requires shared cost investment with United Launch Services for the development of prototypes of the Vulcan BE-4 rocket propulsion system, which is a booster stage engine, and the ACES rocket propulsion system, which is an upper stage engine. The Vulcan BE-4 award is for $45,820,515, or 98.3 percent of the total awarded amount. The ACES award is for $808,752, or 1.7 percent of the total awarded amount. Both of these rocket propulsion systems are intended for use on United Launch Alliance’s Vulcan launch vehicle. The locations of performance are Denver, Colorado; Decatur, Alabama; Kent, Washington; Midland, Texas; Jupiter, Florida; and Los Angeles Air Force Base, California. The work is expected to be completed no later than Dec. 31, 2019. Air Force fiscal 2015 research, development, test and evaluation funds in the amount of $26,344,603 are being obligated at the time of award.  United Launch Services is contributing $40,828,213 at the time of award.  The total potential government investment, including all options, is $201,655,584. The total potential investment by United Launch Services, including all options, is $134,196,971. This award is the result of a competitive acquisition with multiple offers received. The Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California is the contracting activity (FA8811-16-9-0004).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a not-to-exceed $32,000,000 modification (P00035) to previously awarded contract FA8615-12-C-6012 for a one-year extension of Iraq pilot training. Work will be performed at Tucson, Arizona, and is expected to be complete by Feb. 28, 2017. This contract is 100 percent foreign military sales to Iraq. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Engineering and Software System Solutions Inc., Warner Robins, Georgia, has been awarded a $27,028,876 firm-fixed-price requirements contract for C-5 depot supplemental repair. Contractor will be the source of repair for overhaul of all organically assigned C-5 Air Force managed structural items classified within the 1560 Federal Stock Class. Work will be performed at Warner Robins, Georgia, and is expected to be complete by Feb. 28, 2020. This award is the result of a competitive acquisition with four offers received. No funds are being obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8538-16-D-0005).

Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a not-to-exceed $16,239,664 modification (P00511) to previously awarded FA8625-11-C-6597 for the sustainment of two Kingdom of Saudi Arabia KC-130J aircraft. Contractor will provide additional spares and logistics and engineering support services. The work will be performed at Marietta, Georgia; and Prince Sultan Air Base, Kingdom of Saudi Arabia, and is expected to be complete by Jan. 31, 2017. This contract action is 100 percent foreign military sales for an unclassified procurement on behalf of Saudi Arabia. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

ARMY

Goodyear Tire and Rubber Co., Akron, Ohio, was awarded a $43,458,174 indefinite-delivery/indefinite-quantity, fixed-price economic price adjustment, foreign military sales contract (Israel) for tires.  One bid was solicited with one received, with an estimated completion date of Dec. 31, 2020.  Funding and work location will be determined with each order.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91CRB-16-D-0005).

Sentel Corp., Alexandria, Virginia, was awarded a $25,081,184 modification (0001) to contract W52P1J-13-G-0027 for logistics support services.  Work will be performed at Fort Bragg, North Carolina, with an estimated completion date of March 20, 2021.  Fiscal 2016 operations and maintenanceDepartment of the Army (Army) funds in the amount of $171,576 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Smiths Detection, Edgewood, Maryland, was awarded a $17,262,861 modification (P00061) to contract W911SR-07-C-0080 to purchase 2,092 M4A1 Joint Chemical Agent Detectors; 2,088 communication adapter kits; and 10 platform interface kits.  Work will be performed in Edgewood, Maryland, with an estimated completion date of Sept. 30, 2016.  Fiscal 2016 other procurement (Army); operations and maintenance (Army); and research, development, testing and evaluation funds in the amount of $17,262,861 were obligated at the time of the award.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

Boeing Co., Mesa, Arizona, was awarded a $9,849,966 modification (0030) to contract W58RGZ-14-G-0005 for Apache helicopter rotary tail blades.  Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2017.  Fiscal 2016 other procurement funds in the amount of $9,849,966 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Honeywell International, Tempe, Arizona, was awarded a $9,585,183 modification (P00040) to contract W58RGZ-11-C-0039 for technical and logistics support for the repair of CH-47 T-55 engines.  Work will be performed in Corpus Christi, Texas, with an estimated completion date of Aug. 29, 2017.  Fiscal 2016 other procurement funds in the amount of $9,585,183 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

3D Systems Inc., Rock Hill, South Carolina, has been awarded a maximum $18,637,163 fixed-price with economic price adjustment contract for medical equipment and accessories. This was a competitive acquisition with 90 responses received. This is a five-year contract with no option periods. Location of performance is South Carolina, with a Feb. 28, 2021, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-16-D-0010).

Bell Boeing, California, Maryland, has been awarded a maximum $8,231,859 firm-fixed-price delivery order (5069) against basic ordering agreement SPRPA1-15-G-001Y for aircraft hub assemblies. This is a 38-month contract with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Maryland, with a May 31, 2019, performance completion date. Using service is Navy. Type of appropriation is fiscal 2016 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

DEFENSE MEDIA ACTIVITY

Taft Broadcasting LLC, Houston, Texas, was awarded a $17,451,682 firm-fixed-price contract for audio-visual maintenance services.  This contract provides for 24/7/365 audio-visual maintenance support services to the Defense Media Activity (DMA) at locations in Riverside, California;Defense Media Activity and Fort Meade, Maryland, with an expected completion date of Feb. 28, 2021.  Fiscal 2016 operations and maintenance funding in the amount of $3,304,276 are being obligated at time of award. This contract was a competitive acquisition and one offer was received. The Defense Media Activity, Fort Meade, Maryland, is the contracting activity (HQ0028-16-C-0010). (Awarded on Feb. 26, 2016)

Department of DefenseDEPARTMENT OF DEFENSE EDUCATION ACTIVITY

The Town of Lincoln/Lincoln Public Schools, Massachusetts, is being awarded a $12,500,205 firm-fixed price modification exercising the fourth of four option periods of contract HEVAS6-12-C-0001.  The contract is for comprehensive education program services, grades pre-kindergarten through eight, servicing eligible dependent children of Department of Defense personnel residing on Hanscom Air Force Base, Massachusetts.  The period of performance for this option is March 1, 2016, through June 30, 2017.  The modification, which will use fiscal 2016 operations and maintenance funds, brings the total cumulative face value of the contract to $59,267,385 from $46,767,180. The contracting activity for this action is Department of Defense Education Activity, Peachtree City, Georgia.

The Caesar Rodney School District, Delaware, is being awarded an $8,856,304 firm-fixed price modification exercising the third of four option periods of contract HEVAS6-13-C-0001.  The contract is for comprehensive education program services, grades kindergarten through 12, servicing eligible dependent children of Department of Defense personnel residing on Dover Air Force Base, Delaware. The period of performance for this option is March 1, 2016, through June 30, 2017.  The modification, which will use fiscal 2016 operations and maintenance funds, brings the total cumulative face value of the contract to $33,682,736 from $24,826,432.  The contracting activity for this action is Department of Defense Education Activity, Peachtree City, Georgia.

DEFENSE FINANCE AND ACCOUNTING SERVICE

Cotton & Co. LLP, Alexandria, Virginia, was awarded a maximum $10,600,216 modification (P00010) to contract HQ0423-15-F-0013 for auditDefense_Finance_Accounting_Services_(DFAS)_Official_Logo services to perform an audit of the Navy General Fund Schedule of Budgetary Activity for fiscal 2016. The modification brings the total cumulative face value of the contract to $21,155,580. Work will be performed in Alexandria, Virginia, with an expected completion date of Dec. 31, 2016. Fiscal 2016 operations and maintenance (Navy) funds in the amount of $10,600,216 were obligated at the time of the award. Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity.

*Small business

 

bmg logo(R)2

BMG AD (fv)

 


Viewing all 53 articles
Browse latest View live