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

BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

NAVY

Georgia Tech Research Institute (GTRI), Atlanta, Georgia, is being awarded an $84,538,427 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for command, control, communications, computers, intelligence and cyberspace technology research in GTRI’s capacity as a Department of Defense university affiliated research center.  Work will be performed San Diego, California (90 percent); and Atlanta, Georgia (10 percent), and is expected to be completed by Feb. 28, 2021. No funds are being obligated at the time of award.  Funds will be obligated as individual delivery orders are issued.  This contract was a sole-source acquisition not competitively procured in accordance with 10 U.S. Code 2304 (c)(3) and Federal Acquisition Regulation Subpart 6.302-3.  The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-16-D-0060).

Lockheed Martin Mission Systems and Training, Manassas, Virginia, is being awarded a $21,052,229 undefinitized contract action modification600px-US-DeptOfNavy-Seal.svg under a previously awarded contract (N00024-15-C-6222) for the additional procurement of long lead material for two Virginia-class modernization systems and spares; one Seawolf-class production system and spares; two fleet ballistic missile submarine system spares; and the engineering development models in support of acoustic rapid commercial-off-the-shelf technical insertion (A-RCI).  A-RCI TI16 program provides significant improvements in acoustic performance without changing the sensors by upgrading ship sensor processing.  Work will be performed in Manassas, Virginia (78 percent); Clearwater, Florida (10 percent); Marion, Massachusetts (6 percent); and Syracuse, New York (6 percent), and is expected to be completed by August 2020.  Fiscal 2016 other procurement (Navy); fiscal 2016 research, development, test and evaluation (Navy); and fiscal 2015 and 2016 shipbuilding and conversion (Navy), funds in the amount of $21,052,229 are being 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.

Austal USA, Mobile, Alabama, is being awarded a $13,974,187 modification to previously awarded contract N00024-11-C-2301 to exercise an option for special studies, analyses and review efforts for the Littoral Combat Ship Program Office, PMS 501.  Work will be performed in Mobile, Alabama (72 percent); and Pittsfield, Massachusetts (28 percent), and is expected to be complete by March 2017.  Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $1,500,000 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 Navy Yard, District of Columbia, is the contracting activity.

L-3 KEO, Northampton, Massachusetts, is being awarded a $12,038,714 firm-fixed-price modification to previously awarded contract N00024-15-C-6252 to exercise options for the production of 16 Universal Modular Masts (UMM).  The UMM is a non-hull penetrating mast that serves as a lifting mechanism for five different sensors including the Photonics Mast Program, High Data Rate Mast, Multi-Functional Mast, Multi-Functional Modular Mast, and Integrated Electronic Support Measures Mast.  Work will be performed in Bologna, Italy (74 percent); and Northampton, Massachusetts (26 percent), and is expected to be complete by April 2018.  Fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $12,038,714 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.

Department of the ArmyARMY

Scientific Research Corp., Atlanta, Georgia, was awarded a $40,547,844 cost-plus-fixed-fee contract to provide engineering, technical, administrative, and analytical support for the test resource management center headquarters and following programs.  Performance locations and funding will be determined with each order, with an estimated completion date of March 31, 2021.  Bids were solicited via the Internet with three received.  Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-16-D-0011).

CDM Federal Programs Corp., Carbondale, Illinois (W912HQ-16-D-0003); Louis Berger Group, Washington, District of Columbia (W912HQ-16-D-0004); Tetra Tech Inc., Seattle, Washington (W912HQ-16-D-0005); and Abt Associates Inc., Cambridge, Massachusetts (W912HQ-16-D-0002), will share in a $9,400,000 firm-fixed-price, multiple award task order contract for indefinite-delivery/indefinite-quantity water resource analytical and professional support services.  Performance locations and funding will be determined with each order, with an estimated completion date of March 17, 2017.  Bids were solicited via the Internet with 17 received.  Army Corps of Engineers, Alexandria, Virginia, is the contracting activity.

G&G Steel Inc.,* Russellville, Alabama, was awarded a $7,131,795 modification (P00004) to contract (W912EK-15-C-0047) for the fabrication and delivery of lock miter gates and spare parts for lock and dams on the Mississippi River.  Work will be performed in Pleasant Valley, Iowa, with an estimated completion date of Dec. 29, 2018.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $7,131,795 were obligated at the time of the award.  Army Corps of Engineers, Rock Island, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Wolverine World Wide, Rockford, Michigan, has been awarded a maximum $7,209,521 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Marine Corps boots. This was a competitive acquisition with three responses received. This is a one-year base contract with four one-yearDefense_Logistics_Agency option periods. Location of performance is Michigan, with a March 16, 2017, performance completion date. Using service is 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 (SPE1C1-16-D-1032).

*Small business

600px-US-DeptOfNavy-Seal.svgNAVY

BAE Systems San Diego Ship Repair, San Diego, California (N00024-16-D-4416 and N00024-16-D-4419); Continental Maritime of San Diego, San Diego, California (N00024-16-D-4417 and N00024-16-D-4420); and General Dynamics, NASSCO, San Diego, California (N00024-16-D-4418 and N00024-16-D-4421), are each being awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts to provide complex emergent and continuous maintenance and Chief of Naval Operations availabilities on surface ships; and San Diego, California, homeport, including surface combatants (DDG and CG) class ships and amphibious (LSD, LPD, LHA, and LHD) class ships.  Each contractor will be awarded one contract for surface combatants class ships and one contract for amphibious class ships.  These contracts contain options, which if exercised, would have a cumulative ceiling value of $1,319,651,593.  These three companies will have the opportunity to offer on individual delivery orders.  Work will be performed in San Diego, California, at contractor facilities or at Naval Base San Diego as needed. Completion is expected by April 2021 if all options are exercised.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $60,000 ($10,000 minimum guarantee per contract) is being obligated under each contract’s initial delivery order and expires at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin, Mission Systems and Training, Moorestown, New Jersey, is being awarded a $197,578,594 modification to a previously awarded contract (N00024-13-C-5116) for Aegis combat system engineering agent efforts for the design, development, integration, test, and delivery of computer program baselines and associated technology insertion hardware design support for the next advanced capability build.  Work will be performed in Moorestown, New Jersey (98 percent); and Manassas, Virginia (2 percent), and is expected to be completed by October 2019.  Fiscal 2016 research, development, test and evaluation (Navy); fiscal 2016 other procurement (Navy); and fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $82,124,633 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.

General Dynamics Advanced Information Systems, Pittsfield, Massachusetts, is being awarded an $8,000,000 cost-no-fee contract for capital maintenance of the Navy Industrial Reserve Ordnance Plant in Pittsfield, Massachusetts.  The work will be performed in Pittsfield Massachusetts, and is expected to be completed in June 30, 2019.  Fiscal 2016 other procurement (Navy) funds in the amount of $8,000,000 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 (N00030-16-C-0024).

AIR FORCE

Raytheon Co., Tucson, Arizona, has been awarded a $573,031,316 modification (P00027) to exercise the option on previously awarded contract FA8675-15-C-0022. Contractor will provide Advanced Medium Range Air to Air Missile (AMRAAM) production Lot 30 and other AMRAAM system items. Work will be performed at Tucson, Arizona, and is expected to be complete by Feb. 28, 2019. Fiscal 2016 Navy and Air Force procurement funds in the amount of $418,243,313 are being obligated at the time of award. Air Force Life Cycle Management Center, Air Dominance Contracting Office, Eglin Air Force Base, Florida, is the contracting activity (FA8675-15-C-0022).

Standard Aero Inc., San Antonio, Texas, has been awarded a not-to-exceed $43,232,559 indefinite-delivery/indefinite-quantity contract to overhaul and repair the T56-A-15 Series 3.0 engine compressor and turbine for the LC-130H aircraft. Contractor will provide overhaul and repair of356px-Seal_of_the_US_Air_Force.svg compressor and turbine modules with installation of T56-A-15A Series 3.5 upgrade kit hardware. Work will be performed at San Antonio, Texas, and is expected to be complete by March 15, 2019. This award is the result of a competitive acquisition with two offers received. No funds are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8121-16-D-0008).

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, has been awarded a not-to-exceed $14,000,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for research, analysis, engineering, development of specialized munitions. Work will be performed at Grand Prairie, Texas, and is expected to be complete by March 16, 2021. This award is the result of a competitive acquisition with four offers received. Fiscal 2016 research, development, test and evaluation funds in the amount of $309,463 are being obligated at the time of award. The Air Force Research Laboratory, Munitions Directorate, Eglin Air Force Base, Florida, is the contracting activity (FA8651-16-D-0316).

Department of the ArmyARMY

H & L Contracting LLC, Bay Shore, New York, was awarded a $37,595,900 firm-fixed-price contract for the Long Beach coastal storm risk management project.  Work will be performed in Nassau, New York, with an estimated completion date of Sept. 14, 2018.  Bids were solicited via the Internet with eight received.  Fiscal 2016 other funds in the amount of $37,595,900 were obligated at the time of the award.  Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-16-C-0008).

EFW Inc., Fort Worth, Texas, was awarded a $24,996,015 firm-fixed-price contract for the purchase of heads-up tracking systems components, various parts and quantities.  Work performance locations and funding will be determined with each order.  Bids were solicited via the Internet with one received.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-16-D-0029).

Phillips Hardy,* Boonville, Missouri, was awarded a $13,490,330 firm-fixed-price contract for work that includes dewatering, rock removal and channel shaping of Turkey Creek.  Work will be performed at Kansas City, Kansas, with an estimated completion date of Jan. 16, 2018.  Bids were solicited via the Internet with four received.  Fiscal 2015 other funds in the amount of $13,490,330 were obligated at the time of the award.  Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-16-C-1056).

Missouri Department of Social Services, Jefferson City, Missouri, was awarded an $8,075,004 firm-fixed-price contract for full food service at 10 dining facilities.  Work will be performed at Fort Leonard Wood, Missouri, with an estimated completion date of June 13, 2016.  Bids were solicited via the Internet with one received.  Fiscal 2016 operations and maintenance, Army funds in the amount of $5,475,916 were obligated at the time of the award.  Army Contracting Command, Fort Leonard Wood, Missouri, is the contracting activity (W91157-16-C-0006).

DEFENSE LOGISTICS AGENCY

Pentaq Manufacturing Corp.,** Sabana Grande, Puerto Rico, has been awarded a maximum $27,133,220 modification (P00127) exercising the third one-year option period of a one-year base contract (SPM1C1-13-D-1036) with four one-year option periods for various military coats. This is aDefense_Logistics_Agency firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Puerto Rico and Alabama, with a March 17, 2017, performance completion date. Using military services are Army and Afghan army. Types of appropriation are fiscal 2016 through fiscal 2017 defense working capital funds and foreign military sales funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

API, LLC,** Camuy, Puerto Rico, has been awarded a maximum $11,953,600 modification (P00128) exercising the third one-year option period of a one-year base contract (SPM1C1-13-D-1037) with four one-year option periods for various Army coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Puerto Rico and Mississippi, with a March 18, 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.

Teledyne Instruments Inc., Dallas, Texas, has been awarded a maximum $7,986,717 firm-fixed-price contract for radio frequency cables. This was competitive acquisition with two responses received. This is a one-year contract with no option periods. Location of performance is Texas, with a Feb. 9, 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 Land and Maritime, Columbus, Ohio (SPE7M1-16-C-0018).

UPDATE: Safety Storage Inc.,* Charleston, Illinois (SPE8EC-16-D-0006), has been added as an awardee to the multiple award contract issued against solicitation SPM8EC-11-R-0006 announced Oct. 5, 2011.

600px-WHS_Insignia.svgWASHINGTON HEADQUARTERS SERVICES

Qualx Corp., Springfield, Virginia, is being awarded $8,455,241 to exercise Option Period 4 in a firm-fixed-price, level-of-effort contract in order to provide records management support services to include development of a governance strategy and document conversion from paper-based to electronic enterprise content management. The specific task areas include project management, information access and transparency, enterprise content management, records management application integration and business process support services. Work performance will take place in Springfield, Virginia; Arlington, Virginia; Alexandria, Virginia; and College Park, Maryland. The expected completion date is March 16, 2017. Fiscal 2016 operations and maintenance funds in the amount of $8,455,241 are being obligated at time of the award. Washington Headquarters Services, Arlington, Virginia, is the contracting office. (HQ0034-12-F-0213)

*Small business

**Small disadvantaged business

ARMY

The Boeing Co., Ridley Township, Pennsylvania, was awarded an $896,929,889 modification (P00040) to contract W58RGZ-13-C-0002 for cargo (CH-47F) helicopter multiyear for production lot 14 for 27 renew helicopters and 12 new build helicopters.  Work will be performed in Ridley Township, Pennsylvania, with an estimated completion date of Dec. 20, 2020.  Fiscal 2015 and 2016 other funds in the amount of $866,263,928 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 $56,713,565 cost-plus-incentive-fee contract for engineering, manufacturing and development ofDepartment of the Army B-Kits for the third generation forward looking infrared program.  B-Kits consist of components that will be integrated to sights of ground vehicles.  Work will be performed in McKinney, Texas (64 percent); and Melbourne, Florida (36 percent), with an estimated completion date of March 16, 2020.  Bids were solicited via the Internet with two received.  Fiscal 2016 research, development, test and evaluation funds in the amount of $7,250,000 were obligated at the time of the award.  Army Contracting Command, Alexandria, Virginia, is the contracting activity (W909MY-16-C-0007).

Raytheon Co., Goleta, California, was awarded a $26,776,083 cost-plus-incentive-fee contract to design, develop, fabricate and qualify a production Dewar cooler bench to improve the Army’s existing third generation forward looking infrared sensor technology.  Work will be performed in Goleta, California, with an estimated completion date of Sept. 15, 2021.  Bids were solicited via the Internet with three received.  Fiscal 2016 research, development, test and evaluation funds in the amount of $4,000,000 were obligated at the time of the award.  Army Contracting Command, Alexandria, Virginia, is the contracting activity (W909MY-16-C-0010).

DRS Network & Imaging Systems LLC, Dallas, Texas, was awarded a $26,103,645 cost-plus-incentive-fee contract to design, develop, fabricate and qualify a producible Dewar cooler bench to improve the Army’s existing third generation forward looking infrared sensor technology.  Work will be performed in Dallas, Texas, with an estimated completion date of Sept. 15, 2021.  Bids were solicited via the Internet with three received.  Fiscal 2016 research, development, test and evaluation were obligated at the time of the award.  Army Contracting Command, Alexandria, Virginia, is the contracting activity (W909MY-16-C-0009).

Bell Helicopter Textron Inc., Fort Worth, Texas, was awarded an $18,935,563 modification (0005) to foreign military sales contract W58RGZ-11-G-0011 for the procurement of three UH-1H (Huey II) aircraft in support of the government of Lebanon.  Work will be performed in Fort Worth, Texas (99.85 percent); and Lebanon (0.15 percent), with an estimated completion date of March 14, 2017.  Fiscal 2016 other funds in the amount of $18,935,563 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

HDR Engineering Inc., Folsom, California, was awarded a $12,000,000 firm-fixed-price, indefinite-delivery contract for engineering and architectural design and planning services to support civil works, military, and international and interagency services projects.  Performance locations and funding will be determined with each order.  Bids were solicited via the Internet with 10 received.  Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-16-D-0003).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Aleut O&M Services LLC, Colorado Springs, Colorado, has been awarded a $395,000,000 indefinite-delivery/indefinite-quantity contract for Cape launch operations and infrastructure support. Contractor will provide 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 June 30, 2022. This award is the result of a competitive acquisition with eight offers received. Fiscal 2015 operation 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).

Lockheed Martin Corp., Marietta, Georgia, has been awarded a $106,000,000 modification (P00009) to previously awarded contract FA8625-14-C6450 for C-130J multi-year production aircraft. This modification provides procurement funding for long lead efforts associated with 11 fiscal 2017 C-130J aircraft in the following configuration: two C-130J-30, three HC-130J, five MC-130J and one KC-130J. Work will be performed at Marietta, Georgia, and is expected to be complete by July 31, 2017. Fiscal 2016 Air Force and Navy aircraft procurement funds in the amount of $106,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Utah State University Research Foundation/Space Dynamic Laboratory, North Logan, Utah, has been awarded a maximum $49,000,000 indefinite-delivery/indefinite-quantity contract for dynamic sensor support. Contractor will provide necessary research and development to maintain essential engineering, research and development capability in the areas of sensor development, image processing, and data analysis. Work will be performed at North Logan, Utah, and is expected to be complete by June 15, 2021. This award is the result of a sole-source acquisition. Fiscal 2015 and 2016 research, development, test and evaluation funds in the amount of $3,748,000 are being obligated at the time of award. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-16-D-0004).

NAVY

MTG Services Inc., Lakehurst, New Jersey, is being awarded $38,689,255 for indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee delivery order 0001 for engineering and technical support services in support of Naval Air Systems Command, Lakehurst, Support Equipment Engineering Division; and the governments of Kuwait and Malaysia, under the Foreign Military Sales program.  Work will be performed in Lakehurst, New Jersey, and is expected to be completed in March 2021.  Foreign military sales funds in the amount of $18,000 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 electronic request for proposals; one offer was received. This contract combines purchases for the Navy ($38,539,255; 99.8 percent); the government of Kuwait ($75,000; 0.1 percent); and the government of Malaysia ($75,000; 0.1 percent), under the Foreign Military Sales program.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-16-D-0013).

General Electric Aviation Systems LLC, Vandalia, Ohio, is being awarded $31,590,977 for firm-fixed-price delivery order EF01 against a previously issued basic ordering agreement (SPE4A1-14-G-0009) for the procurement of 240 retrofit kit parts to modify the G3 generator converter600px-US-DeptOfNavy-Seal.svg units (GCUs) to G4 GCUs; four G4 GCU test units; and four field service representatives in support of the F/A-18 aircraft.  Work will be performed in Vandalia, Ohio (98.8 percent); Naval Air Station (NAS) Oceana, Virginia (0.6 percent); and NAS Lemoore, California (0.6 percent), and is expected to be completed in June 2017.  Fiscal 2015 and 2016 aircraft procurement (Navy) funds in the amount of $31,590,977 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.

HDR Architecture Inc., San Diego, California, is being awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for large multi-discipline projects under the military construction program in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR).  The work to be performed provides for preparation of request for proposals for design-build projects; design-bid-build construction contract packages; site investigations to support new development of facilities on raw land and/or redevelopment of existing facilities on developed sites; studies/reports related to the designs of new facilities and/or renovation/repair of existing buildings; cost estimates; and post construction award services.  Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to California (87 percent); Arizona (5 percent); Nevada (5 percent); Colorado (1 percent); New Mexico (1 percent); and Utah (1 percent), and is expected to be completed by March 2021.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $5,000 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 military construction, (Navy).  This contract was competitively procured via the Navy Electronic Commerce Online website, with 13 proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-16-D-1850).

The Boeing Co., Seattle, Washington, is being awarded a $9,062,408 modification to a previously awarded fixed-price-incentive firm target contract (N00019-14-C-0067) to exercise an option for the procurement of two A-Kits and two mechanisms in support of 16 full-rate production Lot III P-8A Multi-mission Maritime Aircraft.  Work will be performed in Dallas, Texas (70 percent); and Seattle, Washington (30 percent), and is expected to be completed in March 2018.  Fiscal 2016 aircraft procurement (Navy) funds in the amount of $9,062,408 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.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Intercell USA Inc.,* Gaithersburg, Maryland, has been awarded a maximum $32,488,750 firm-fixed-price, indefinite-quantity contract for a supply of the Japanese Encephalitis vaccine. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a one-year base contract with a one-year option period. Location of performance is Maryland, with a March 14, 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 (SPE2DP-16-D-0003).

*Small business

ARMY

Sysorex Government Services Inc.,* Herndon, Virginia (W52P1J-14-D-0032); and OBXtek Inc.,* Vienna, Virginia (W52P1J-16-D-0052), have been added to a previously awarded (March 21, 2014) $461,000,000 firm-fixed-price, multiple award task order contract for program management services for the Program Executive Office Enterprise Information Systems headquarters, directorates, project/product offices and related organizations.  Funding and work location will be determined with each order.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

CAS, Huntsville, Alabama, was awarded an $11,821,010 modification (003887) to foreign military sales contract W31P4Q-05-A-0024 (Egypt, Taiwan,Department of the Army United Arab Emirates, Mexico, Colombia, Jordan, Brazil, Tunisia, Sweden, Slovakia) for labor hours and travel supporting the Utility Helicopter Project Office.  Work will be performed in Huntsville, Alabama, with an estimated completion date of Sept. 30, 2016.  Fiscal 2010, 2014, 2015, and 2016 research, development, testing, and evaluation; operations and maintenance (Army); and other procurement funds in the amount of $11,821,010 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Zimmer US Inc., Warsaw, Indiana, has been awarded a maximum $380,977,134 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for various orthopedic products. 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. The maximum dollar amount is for the life of the contract. Location of performance is Indiana, with an April 25, 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 (SPE2DE-16-D-0004).

AIR FORCE

Abacus Technology Corp., Chevy Chase, Maryland, has been awarded a $25,732,228 firm-fixed-price contract for command, control, communications and computer services. Contractor will monitor current networks and ensure security tools and security patches are implemented across all base systems. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete by March 15, 2016. This award is the result of a sole-source acquisition. Fiscal 2016 operation and maintenance funds in the amount of $2,594,552 are being obligated at the time of award. The 377th Mission Support Group, Contracting Division, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9401-16-C-0005).

Pacific Defense Solutions LLC (a wholly-owned subsidiary of Integrity Applications Inc.), Kihei, Hawaii, has been awarded a $17,915,769 task order (0001) to previously awarded contract FA9451-16-D-0014 for research and development. Contractor will provide development of electro-optical space situational awareness systems, components and integration. Work will be performed at Maui, Hawaii, and is expected to be complete by356px-Seal_of_the_US_Air_Force.svg June 14, 2021. Fiscal 2016 research, development, test and evaluation funds in the amount of $50,000 are being obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity.

Pacific Defense Solutions LLC (a wholly-owned subsidiary of Integrity Applications Inc.), Kihei, Hawaii, has been awarded a $9,939,536 task order (0003) to previously awarded contract FA9451-16-D-0014 for development of electro-optical space situational awareness systems. Contractor will provide research and development of technologies which are intended to advance satellite custody and characterization (imaging, detection, acquisition, and tracking) within the paradigm of low-cost space situation awareness.  Work will be performed at Maui, Hawaii, and is expected to be complete by June 14, 2021. Fiscal 2016 research, development, test and evaluation funds in the amount of $40,000 are being obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

The Charles Stark Draper Laboratory, Cambridge, Massachusetts, is being awarded a $25,250,261 indefinite-delivery/indefinite-quantity contract in support of the Controlled Technical Services (CTS) program for the Naval Surface Warfare Center Dahlgren Division.  The CTS program requires the development of miniaturized multi-chip processors and other related technologies, while maintaining system functionality.  Work will be performed in Cambridge, Massachusetts, and is expected to be complete by February 2021.  Fiscal 2015 operations and maintenance (Navy) funding in the amount of $35,000 will be obligated at time of award, and contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.  The sole-source award is in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(iii) – only one responsible source and no other supplies or services will satisfy agency requirements.  Naval Surface Warfare Center Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-16-D-0001).

CORRECTION: Contract awarded on March 10, 2016, to Watermark Environmental Inc.,* Lowell, Massachusetts, for $13,216,283, is revised to show the contract number as N40085-16-C-6146 and the expected date of completion as October 2017.

MISSILE DEFENSE AGENCY

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, has been awarded a $10,700,569 modification (P00199) to previously awarded contract HQ0276-10-C-0001 for contract line item numbers 0300, 0301, 0304 and 0305. These efforts will provide additionalDefense_Logistics_Agency Aegis Ballistic Missile Defense 4.X ship installations. This modification increases the total cumulative contract value to $2,199,273,467 from $2,188,572,898.  Work will be performed in Moorestown, New Jersey, with an expected completion date of May 27, 2018. Fiscal 2015 procurement funds in the amount of $1,984,660 are being obligated at the time of award. Fiscal 2016 procurement funds in the amount of $7,639,013 are being obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, 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

Lockheed Martin Corp., Marietta, Georgia, has been awarded a $1,527,352,469 modification (P00010) to previously awarded contract FA8625-14-C-6450 for C-130J multi-year production aircraft. This modification is to fully fund and subsume advance procurement funding for long-lead items previously awarded via modification P0004 associated with 28 fiscal 2016 C-130J aircraft. This supports 14 C-130J, five HC-130J, one MC-130J and seven MC-130J aircraft. Work will be performed at Marietta, Georgia, and is expected to be complete by July 31, 2019. Fiscal 2015 and 2016 Air Force procurement; and 2016 Navy procurement funds in the amount of $1,527,352,469 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Northrop Grumman Systems Corp., Baltimore, Maryland, has been awarded a not-to-exceed $70,288,310 undefinitized contract action for radar356px-Seal_of_the_US_Air_Force.svg risk reduction efforts intended for the Joint Surveillance Target Attack Radar System Recapitalization (JSTARS Recap) program. Contractor will provide nonrecurring hardware and software engineering activities to ensure radars are scaled to meet JSTARS Recap Wide Area Surveillance requirements. Work will be performed at Baltimore, Maryland, and is expected to be complete by Sept. 30, 2017. This award is the result of a sole-source acquisition. Fiscal 2015 and 2016 research, development, test and evaluation funds in the amount of $7,500,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-16-C-0016).

Raytheon – Space and Airborne Systems, McKinney, Texas, has been awarded a not-to-exceed $60,000,000 undefinitized contract action for radar risk reduction efforts intended for the Joint Surveillance Target Attack Radar System Recapitalization (JSTARS Recap) program.  Contractor will provide nonrecurring hardware and software engineering activities to ensure radars are scaled to meet JSTARS Recap Wide Area Surveillance requirements. Work will be performed at Baltimore, Maryland, and is expected to be complete by Sept. 30, 2017. This award is the result of a sole-source acquisition. Fiscal 2015 and 2016 research, development, test and evaluation funds in the amount of $7,500,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-16-C-0015).

BAE Systems Information and Electronic Systems Integration Inc., Totowa, New Jersey, has been awarded an $8,085,613 undefinitized contract action. Contractor will provide the Taiwanese air force an upgrade to the ALR-56M Line Replaceable Unit 5 Analysis Processor to the new configuration required for compatibility with the F-16 Taiwan retrofit program. Work will be performed at Greenlawn, New York, and is expected to be complete by March 20, 2021. This contract is 100 percent foreign military sales. 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-0018).

Department of the ArmyARMY

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $549,874,060 cost-plus-incentive-fee contract for Stryker program supply.  One bid was solicited with one received, with an estimated completion date of Feb. 28, 2019.  Funding and work location will be determined with each order.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-D-0060).

Cubic Global Defense Inc., San Diego, California, was awarded a $9,911,524 modification (P00036) to contract W91QVN-14-C-0033for operation of the Korea Battle Simulation Center.  Work will be performed in Korea with an estimated completion date of March 31, 2017. Fiscal 2016 operations and maintenance (Army) funds in the amount of $9,911,524 were obligated at the time of the award.  Army Contracting Command – Regional Contracting Command, Yongsan, Republic of Korea, is the contracting activity.

TsiCorp.,* Las Vegas, Nevada, was awarded a $9,412,687 modification (P00010) to contract  W9124J-12-D-0012 for computer aided design/drafting operations, engineering design support, maintenance services, heating ventilation/air conditioning technical support, and heavy equipment operations, with an estimated completion date of March 31, 2017.  Funding and work location will be determined with each order.  Army Contracting Command, Ft. Hood, Texas, is the contracting activity.

Ross Group Construction Corp., Tulsa, Oklahoma, was awarded a $9,290,840 firm-fixed-price contract with options for a KC-46A formal training unit add-on alteration fuel system maintenance dock, Hanger 518, Altus Air Force Base, Oklahoma. Bids were solicited via the Internet with five received. The estimated completion date is Sept. 24, 2017.  Fiscal 2016 military construction funds in the amount of $9,290,840 were obligated at the time of the award.  Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-16-C-0016).

CORRECTION: The Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, $73,015,100 modification (P00039) to contract W31P4Q-14-C-0034 was announced on March 11, 2016. W31P4Q-14-C-0034 is not a foreign military sales contract to Saudi Arabia.

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $179,916,000 fixed-price-incentive, firm-target modification to a previously awarded advance acquisition contract (AAC) N00019-C-16-0033 for the advance procurement of long lead time materials, parts, components, and effort to maintain the planned production schedule for low-rate initial production (LRIP) Lot 11 F-35 aircraft.  The effort also increases the quantity of aircraft that the LRIP 11 AAC supports for the Air Force by 15 F-35A variant aircraft, and for the Marine Corps by 10 F-35B variant aircraft. Work will be performed in Fort Worth, Texas (55 percent); El Segundo, California (15 percent); Warton, United Kingdom (10 percent); Orlando, Florida (5 percent); Nashua, New Hampshire (5 percent); Baltimore, Maryland (5 percent); and Cameri, Italy (5 percent), and is expected to be completed in December 2019.  Fiscal 2016 aircraft procurement (Air Force, Navy, Marine Corps) funds in the amount of $179,916,000 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract combines purchase for the Air Force ($118,142,000; 65.6 percent); Navy ($16,509,000; 9.2 percent), and Marine Corps ($45,265,000; 25.2 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Bethel-Webcor JV-1,* Anchorage, Alaska, is being awarded a $69,994,276 firm-fixed-price contract for the design and construction of a communication information system (CIS) operations complex at Marine Corps Base Camp Pendleton.  The work includes the design and construction of multiple facilities, and installation of telecommunications cable connecting the new remote switch and the new CIS operations complex.  The contract600px-US-DeptOfNavy-Seal.svg also contains one unexercised option, which if exercised, would increase cumulative contract value to $74,198,108.  Work will be performed in Oceanside, California, and is expected to be completed by January 2020.  Fiscal 2014 military construction (Navy) contract funds in the amount of $69,994,276 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 15 proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-16-C-0606).

Northrop Grumman Systems Corp. – Marine Systems, Sunnyvale, California, is being awarded $25,624,032 for modification P00002 to a previously awarded cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00030-16-C-0015) to provide support for technical engineering services; design and development engineering; component and full scale test and evaluation engineering; and tactical underwater launcher hardware production to support the development and production of the Common Missile Compartment.  The maximum dollar value of the modification, including the base items and all option items if exercised, is $198,048,723.  The work will be performed in Sunnyvale, California (55 percent); Ridgecrest, California (20 percent); Cape Canaveral, Florida (10 percent); Bangor, Washington (5 percent); Kings Bay, Georgia (5 percent); Barrow-In-Furness, England (2 percent); New London, Connecticut (1 percent); Quonset Point, Rhode Island (1 percent); and Arlington, Virginia (1 percent), with an expected completion date of September 2020.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $25,624,032 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) & (4).  The Navy’s Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Techflow Mission Support LLC, Idaho Falls, Idaho, is being awarded a $23,633,164 modification under a previously awarded, indefinite-delivery/indefinite-quantity contract (N40085-10-D-0213) to exercise Option 6 for base operations support services at Marine Corps Base Camp Lejeune, Marine Corps Air Station New River, and other outlying areas in eastern North Carolina.  After award of this option, the total cumulative contract value will be $156,862,020.  Work will be performed in Jacksonville, North Carolina, and is expected to be completed March 2017.  No funds will be obligated at time of award.  Fiscal 2016 operation and maintenance (Marine Corps) contract funds in the amount of $20,433,732 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

CACI Enterprise Solutions Inc., Chantilly, Virginia, is being awarded an $11,882,631 cost-plus-fixed-fee level of effort contract for continued professional support services in support of naval shipyards fleet maintenance and modernization workload requirements.  This contract includes options which, if exercised, would bring the cumulative value to $14,812,421. Work will be performed at vendor location in Chantilly, Virginia (26 percent), and also at multiple U.S. Naval Shipyards including Norfolk, Virginia (22 percent); Portsmouth, New Hampshire (14 percent); Bremerton, Washington (18 percent); Pearl Harbor, Hawaii (12 percent); Washington, District of Columbia (4 percent): and U.S. Naval Shipyard surrounding areas (4 percent).  Work is expected to be completed July 2017.  Fiscal 2016 operation and maintenance (Navy) funds in the amount of $4,542,939 will be obligated at time of award and will expire at the end of the current fiscal year.  The contract was not competitively procured under statutory authority 10.U.S. Code 2304(c)(1) – only one responsible source and no other type of supplies or services will satisfy agency requirements.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-4422).

Lockheed Martin Mission Systems and Training, Manassas, Virginia, is being awarded a $9,500,548 cost-plus-incentive-fee modification to previously awarded contract N00024-09-C-6247 to procure five 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); SSN 774 (Virginia class); (Ohio class) submarines; 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 Processor Builds (TI/APB) Submarine Warfare Federated System process.  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 March 2018.  Fiscal 2016 other procurement (Navy); and fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $9,500,548 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.

Industrial Automation Inc.,* Seattle, Washington, is being awarded a $9,186,110 firm-fixed-price contract for the procurement of support equipment for the Navy (217 items) and the government of Australia (200 items) in support of the P-8A aircraft.  Work will be performed in Seattle, Washington, and is expected to be completed in March 2017.  Fiscal 2015 aircraft procurement (Navy); and cooperative partner (Australia) funds in the amount of $9,186,110 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 and two offers were received.  This contract combines purchase for the Navy ($5,392,463; 58.7 percent); and the government of Australia ($3,793,647; 41.3 percent), under a cooperative agreement.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-16-C-0024).

Canadian Commercial Corp., Ontario, Canada, is being awarded an $8,495,844 basic long-term requirements contract for depot level repair support of exhaust frames on the F404 engine and commercial asset visibility reporting requirements.  Work will be performed in Ontario, Canada, and is expected to be completed by March 2019.  No funding will be obligated at the time of award.  When funds are obligated, Navy working capital funds will be obligated, and will not expire at the end of the contract ordering period.  Four firms were solicited for this competitive requirement, and three offers received.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-16-D-026M).

Defense_Health_AgencyDEFENSE HEALTH AGENCY

Relay Health, a division of McKesson Technologies Inc., Emeryville, California, was awarded a $139,048,432 fixed-price contract with optional Federal Risk and Authorization Management Program requirements contract line item numbers to continue providing 11,725 Patient Engagement and Interoperable Secure Messaging (SM) subscriptions for the Military Health System (MHS). The subscriptions are for MHS physicians, physician assistants, nurse case managers, physical therapists, occupational therapists, dentists, and other medical providers. Patients and medical support staff do not need a subscription to use the service.  The contract will also provide related account management service, SM training resources, non-standard report preparation and cybersecurity requirements. This is a nine-month base transition-in period contract with four 12-month option periods.  SM is a critical access tool that allows the MHS to increase capacity to meet enrollee demand for care by supporting delivery of virtual care through patient-to-provider and provider-to-provider communications before and after actual appointments. SM facilitates delegation-of-care tasks to providers with the expertise to deal with them without escalating all messages to the physician level. This contract was a sole-source acquisition, and fiscal 2016 operations and maintenance funds in the amount of $13,395,937 are being obligated at time of award.  The Defense Health Agency, Contract Operations Division San Antonio, Texas is the contracting activity (HT0015-16-C-0001).

DEFENSE LOGISTICS AGENCY

Lancair Corp.,* San Diego, California, has been awarded a minimum $16,929,938 fixed-price with economic price adjustment contract for jet 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 customers are 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-Defense_Logistics_AgencyD-4551).

General Petroleum Corp.,* Compton, California, has been awarded a minimum $7,976,304 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 California, 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-4536).

*Small business

Department of the ArmyARMY

General Dynamics Ordnance & Tactical Systems Inc., St. Petersburg, Florida, was awarded a $35,788,624 modification (P00022) to contract W52P1J-12-C-0026 for 120mm M1002 new production cartridges, and 120mm M865 recapitalized cartridges, for 120mm tank training ammunition.  Work will be performed in St. Petersburg, Florida, with an estimated completion date of Nov. 30, 2017.  Fiscal 2014 and 2016, other procurement funds in the amount of $35,788,624 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Orbital Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $30,884,661 modification (P00033) to contract W52P1J-12-C-0027 for 120mm M1002 new production cartridges, and 120mm M865 recapitalized cartridges, for 120mm tank training ammunition.  Work will be performed in Plymouth, Minnesota, with an estimated completion date of Feb. 22, 2018.  Fiscal 2014 and 2016 other procurement funds in the amount of $30,884,661 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Georgia Tech Applied Research Corp., Atlanta, Georgia, was awarded a $22,306,013 modification (P0004) to contract W9113M-15-D-0002 for requirements pertaining to the design, development, modification, assessment, and testing of integrated electronics systems, sensors, weapon systems, communications and information infrastructure, with an estimated completion date of Aug. 23, 2017.  Funding and work location will be determined with each order.  Army Space & Missile Defense Command, Huntsville, Alabama, is the contracting activity.

Oklahoma Department of Rehabilitation Services, Oklahoma City, Oklahoma, was awarded a $16,531,980 firm-fixed-price contract with options for full food service.  Bids were solicited via the Internet with three received, with an estimated completion date of March 31, 2021. Funding and work location will be determined with each order.  Army Contracting Command, Ft. Sill, Oklahoma, is the contracting activity (W9124L-16-D-0001).

Katami Technical Services,* Anchorage, Alaska, was awarded a $9,900,000 firm-fixed-price contract for professional business services for the Engineer Research and Development Center Executive Office and Command Staff Division.  One bid was solicited with one received, with an estimated completion date of March 22, 2021.  Funding and work location will be determined with each order.  Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912HZ-16-D-0003).

CH2M Hill Inc., Englewood, Colorado, was awarded a $9,000,000 firm-fixed-price, multi-year, indefinite-delivery/indefinite-quantity contract for architectural and engineering services within the Corps of Engineers Great Lakes and Ohio River mission boundaries.  Bids were solicited via the Internet with one received, with an estimated completion date of March 20, 2021.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-D-0007).

NAVY

URS Federal Services Inc., Germantown, Maryland, is being awarded a $21,713,648 modification (P00003) against a previously awarded cost-plus-fixed-fee contract (N00421-15-C-0020) for program management services in support of the Broad Area Maritime Surveillance-Demonstrator Program Office.  Work will be performed in Patuxent River, Maryland (68 percent); and Germantown, Maryland (32 percent), and is expected to be completed in March 2018.  Fiscal 2016 operations and maintenance (Navy) funds in the amount of $4,000,000 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, Patuxent River, Maryland, is the contracting activity

Coastal Marine Services Inc.,* San Diego, California (N55236-16-D-0003); and Thermcor Inc., Chula Vista, California (N55236-16-D-0004), are each being awarded $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award contracts to provide hullboard lagging and insulation services onboard Navy ships and vessels within a 50-mile radius of San Diego. Each contractor shall provide all management, administrative services, materials, tools, equipment, labor, rigging, scaffolding, utilities (i.e. air, water and electricity, etc.), and required services and support to accomplish hullboard lagging and insulation services onboard Navy ships within a 50-mile radius of San Diego, which may include Oceanside, California.600px-US-DeptOfNavy-Seal.svg Both contracts are being awarded with four option years and a maximum ceiling of $15,000,000 for the five-year term. Small business as defined under North American Industry Classification System code 336611 – Ship Building and Repairing. Work will be performed in San Diego, or contractor’s facilities along the West Coast, and is expected to be completed by April 2021. Fiscal 2016 operation and maintenance (Navy) funds in the amount of $6,000 will be obligated ($3,000 per contract) 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 web site and three offers were received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Lockheed Martin Corp., Baltimore, Maryland, is being awarded a $11,130,902 modification to a previously awarded contract (N00024-11-C-2300) to exercise an option for post-delivery support for USS Sioux City (LCS 11) of the Littoral Combat Ship program.  Lockheed Martin 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 Sioux City’s sail-away and follow-on post-delivery test and trials period. Work will be performed in Marinette, Wisconsin (57 percent); Hampton, Virginia (14 percent); Moorestown, New Jersey (11 percent); San Diego, California (11 percent); and Washington, District of Columbia (7 percent), and is expected to be complete by November 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.

Insitu Inc., Bingen, Washington, is being awarded a $10,056,486 firm-fixed-price, cost-reimbursable contract for interim contractor services in support of the RQ-21A Blackjack unmanned aircraft system program.  Services include logistics, training, data reporting and field service representative support.  Work will be performed in Cherry Point, North Carolina (35 percent); Yuma, Arizona (35 percent);  Bingen, Washington (20 percent); and Kaneohe Bay, Hawaii (10 percent), and is expected to be completed in October 2018.  Fiscal 2016 procurement (Marine Corps) funds in the amount of $10,056,486 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 Federal Acquisition Regulation 6.302-1.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-16-C-0031).

MLSUSA Corp., Longmeadow, Massachusetts, is being awarded $10,000,000 for modification P00016 to extend the previously single-awarded, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract N00189-10-D-0051 for husbanding support services including trash removal, the provision of potable water, tug boat assistance, and wastewater removal to U.S. government vessels and associated units throughout the geographical area of the East Coast of the U.S.  This modification to the existing contract is to extend the period of performance for an additional six months, with two three-month options, as well as to increase the contract’s ceiling.  The government’s estimate for the modification period of performance, inclusive of all options, is $9,878,499.  Considering projections through the current period of performance and the extension period, the contract modification will increase the total contract ceiling by $10,000,000, if all option periods are exercised, from $34,688,229 to $44,688,229.  Work will be performed at non-Navy ports along the East Coast continental U.S., including all eastern U.S. territories from Maine through Texas.  Work is expected to be completed by September 2016; if all options are exercised, work will continue through March 2017.  No funding will be obligated at the time of award.  Fiscal year 2016 operations and maintenance (Navy) funds will be obligated as individual task orders are issued, and will expire at the end of the current fiscal year.  The modification is a non-competitive action in accordance with Federal Acquisition Regulation 6.302-1, using justification 10 U.S. Code 2304(c)(1).  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity.

Center for Disease Detection LLC, San Antonio, Texas, is being awarded a $9,523,915 indefinite-delivery/indefinite-quantity contract with firm-fixed-price task order provisions for Human Immunodeficiency Virus (HIV), Hepatitis B and C testing services in support of the Department of the Navy (DoN) and Marine Corps active-duty and reserve component military personnel as required by Navy Bloodborne Infection Management Center (NBIMC).  NBIMC, under the direction of the Navy Bureau of Medicine and Surgery, manages the DoN and Marine Corps HIV and hepatitis testing program.  This contract includes a 12-month base period and four 12-month optional periods, which if exercised, will bring the contract value to $49,045,895.  Work will be performed in San Antonio, Texas.  Work is expected to be completed by April 2017; if all options are exercised, work will be completed in March 2022.  Fiscal year 2016 Defense Health Program funds in the amount of $10,000 will be obligated to fund the contract’s minimum amount and 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 two offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk Office, Virginia, is the contracting activity (N00189-16-D-0023).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Aero Components Inc.,* Fort Worth, Texas (SPRWA1-16-D-0002); Honeycomb Co. of America,* Sarasota, Florida (SPRWA1-16-D-0004); and Top Flight Aerostructures,* Dallas, Georgia (SPRWA1-16-D-0007), have each been awarded an estimated maximum $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPRWA1-15-R-C5 panel for various honeycomb panels for the C-5 aircraft. These were competitive acquisitions with five offers received. They are three-year base contracts with one two-year option period. Locations of performance are Texas, Florida and Georgia, with a March 22, 2021, performance completion date. Using services are Air Force and Defense Logistics Agency. Type of appropriation is fiscal 2016 through fiscal 2021 material support division Air Force funds, and defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia.

*Small business

ARMY

Oshkosh Defense was awarded a $243,767,232 modification (P00004) to contract W56HZV-15-C-0095 for 657 Joint Light Tactical Vehicles; 25 trailers; 2,977 kits; 12 months of system engineering and program management; test support; 175-test hardware; and one technical data package.  Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Dec. 1, 2024.  Fiscal 2016 research, development, testing, and evaluation; other procurement (Army); and other procurement funds in the amount of $243,767,232 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

Great Lakes Dredge & Dock Co. LLC, Oak Brook, Illinois, was awarded a $14,115,011 modification (P00007) to contract W912BU-15-C-0003 toDepartment of the Army refill beach areas, repair dune crossovers and dune grass damaged by Winter Storm Jonas, from Great Egg to Townsends Inlet, Ocean City, and Sea Isle City, New Jersey, with an estimated completion date of May 30, 2016.  Fiscal 2014 operations and maintenance (Army) funds in the amount of $14,115,011 were obligated at the time of the award.  Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity.

Towill Inc.,* Concord, California, was awarded a $12,500,000 firm-fixed-price, multi-year contract for architectural and engineering services for photogrammetric and LiDAR surveying and mapping.  Bids were solicited via the Internet with 25 received, with an estimated completion date of March 21, 2021.  Funding and work location will be determined with each order. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-16-D-0004).

600px-US-DeptOfNavy-Seal.svgNAVY

Creek Technologies Co., Beavercreek, Ohio (N00244-16-D-0009); General Dynamics Information Technology, Fairfax, Virginia (N00244-16-D-0005); Digital Consulting Services, Newbury Park, California (N00244-16-D-0006); DeVine Consulting Inc., Fremont, California (N00244-16-D-0008); and MAC Consulting Services Inc., Fairfax, Virginia (N00244-16-D-0007), are being awarded an estimated $87,996,380 multiple award, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, task order contracts to provide a variety of teaching, research and subject matter experts to support various educational programs for the Naval Postgraduate School.  Each contract includes a one-year base period and four-year option periods.  If all options are exercised, the contract value will reach a ceiling value of $502,670,476.  Work will be performed in Monterey, California (95 percent); San Diego, California (2 percent); Washington, District of Columbia (2 percent); and Norfolk, Virginia (1 percent).  Work is expected to be completed by March 2017; if all options are exercised, work will be completed by March 2021.  Fiscal 2016 operation and maintenance (Navy) funds in the amount of $1,000 will be obligated on each of the five contracts to fund the contract’s minimum amount and will 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 seven offers received.  Naval Supply Systems Command Fleet Logistics Center San Diego, California, is the contracting activity.

Systems Application & Technologies Inc.,* Oxnard, California, is being awarded a $22,733,501 modification to a previously awarded cost-plus-fixed-fee contract (N68936-13-C-0083) to exercise an option for maintenance and operations of aerial and seaborne target assets and associated equipment.  Work will be performed at the Naval  Air Warfare Center Weapons Division (NAWCWD), Point Mugu, California (45 percent); Naval Surface Warfare Center, Port Hueneme, California (40 percent);  NAWCWD China Lake, Ridgecrest, California (7 percent); White Sands Missile Range, Las Cruces, New Mexico (3 percent); Pacific Missile Range Facility, Kauai, Hawaii (2 percent);  Utah Test and Training Range, Salt Lake City, Utah (2 percent); and Vandenberg Air Force Base, Lompoc, California (1 percent).  Work is expected to be completed in March 2017.  Working capital funds (Navy); and fiscal 2016 management and operations of the major range and test facility base funds in the amount of $11,839,309 will be obligated at time of award; $10,611,559 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.

Engineering Design Technologies Inc.,* Marietta, Georgia, is being awarded $16,355,240 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N69450-14-D-1764) for design and repair to the airfield storm drainage systems at Barksdale Air Force Base.  The repair includes the removal and replacement of storm drain pipe and associated catch basins, manholes, headwalls, grate inlets and junction boxes.  Work will be performed in Bossier City, Louisiana, and is expected to be completed by October 2017.  Fiscal 2016 operation and maintenance (Air Force) contract funds in the amount of $16,355,240 are being obligated on this 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.

The Boeing Co., Huntington Beach, California, is being awarded $13,381,495 to exercise a cost-plus-incentive-fee option to a previously awarded contract (N00178-15-C-2016) to continue to provide design agent and technical engineering services in support of the AN/USQ-82(V) Gigabit Ethernet Data Multiplex Systems (GEDMS) program.  GEDMS is a shipboard network used for DDG 51 class destroyers.  The GEDMS network transfers inputs and/or outputs for the machinery control systems, damage control system, steering control system, AEGIS combat system, navigation displays, and interior communications alarms and indicators.  It was designed to replace the mile of point-to-point cabling, signal converters, junction boxes, and switchboards associated with conventional ship’s cabling. GEDMS is being forward-fitted on DDG 51 new construction, back-fitted to Flight I/II DDG 51-78 and Flight IIA DDGs 79-107, LHD Capstone ships and AEGIS Ashore installations.  This contract combines purchases for the Navy (91 percent); and the governments of Australia (3 percent); Korea (3 percent); and Japan (3 percent), under the Foreign Military Sales program.  The work will be performed in Huntington Beach, California (72 percent); Arlington, Virginia (11 percent); Bath, Maine (9 percent); Pascagoula, Mississippi (3 percent); Georgetown, District of Columbia (3 percent); Richardson, Texas (1 percent); and Fairfax, Virginia (1 percent), and is expected to be completed by March 2017. Fiscal 2016 operations and maintenance (Navy); fiscal 2010 shipbuilding and conversion (Navy); and foreign military sales funding in the amount of $840,589 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Surface Warfare Center – Dahlgren Division, Dahlgren, Virginia, is the contracting activity.

Booz Allen Hamilton Inc., McLean, Virginia, was awarded an $8,560,211 firm-fixed-price requirements task order contract to provide technical, analytical, and operational services to support the nine primary objectives of Marine Corps Installations Command, Marine Corps Installations Energy and Water Management Program, and Headquarters Marine Corps Transportation Services.   These objectives include: 1) energy strategy implementation; 2) renewable energy analysis; 3) energy project analysis; 4) energy ethos campaign; 5) energy information; 6) data and information management; 7) energy security; 8) non-tactical vehicle energy campaign; and 9) regional energy and water assistance centers across the Marine Corps.  This contract includes options which, if exercised, would bring the cumulative dollar value of the contract to $20,409,845.  The majority of the work will be performed at the contractor’s facilities in McLean, Virginia, and work is expected to be completed March 22, 2017.  If all options are exercised, work will continue through Sept. 21, 2018.  Fiscal 2016 operations and maintenance funds in the amount of $8,560,211 will be obligated at the time of award, and will expire at the end of the current fiscal year.  This contract was competitively procured via a solicitation under GSA eBuy, with two offers received.  The Marine Corps Installation Contracting Office, Arlington, Virginia, is the contracting activity (M00264-16-F-0011). (Awarded on March 21, 2016)

*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 MICROELECTRONICS ACTIVITY

Lockheed Martin Corp., Owego, New York (HQ0727-16-D-0001); BAE Systems Information & Electronic Systems Integration, Nashua, New Hampshire (HQ0727-16-D-0002); General Dynamics Advanced Information Systems, Minneapolis, Minnesota (HQ0727-16-D-0003); Northrop Grumman Systems Corp., Linthicum Heights, Maryland (HQ0727-16-D-0004); Aeroflex Colorado Springs Inc., Colorado Springs, Colorado (HQ0727-16-D-0005); Raytheon Co., El Segundo, California (HQ0727-16-D-0006); The Boeing Co., Hazelwood, Missouri (HQ0727-16-D-0007); and Honeywell International Inc., Albuquerque, New Mexico (HQ0727-16-D-0008), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, engineering services contract for the Advanced Technology  Support Program IV (ATSP4). The ATSP4 program is designed to resolve problems with obsolete, unreliable, unmaintainable, underperforming, orDMEA incapable electronics hardware and software through development of advanced technology insertions and applications to meet the requirements of the Department of Defense for a quick reaction capability. The maximum dollar ceiling, including the base period and four options for all eight contracts combined, is $7,200,000,000. Work is expected to be performed at each of the contractors’ locations, but may vary and may be worldwide with a total of 10 years of potential ordering period. All work under the subsequent task orders will be completed by March 31, 2028.  The ATSP4 contracts are capable of supporting Foreign Military Sales tasks. These awards have programmatic ceiling only; funding will be obligated for each task; no funds are obligated on the basic contracts. The contracts were competitively procured via solicitation HQ0727-15-R-0001, resulting in nine proposals. The Defense Microelectronics Activity, McClellan, California, is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Blair Remy Architects, Oklahoma City, Oklahoma (FA8903-16-D-0001); GCAG – SCG JV,  Pensacola, Florida (FA8903-16-D-0003); KZF Design Inc., Cincinnati, Ohio (FA8903-16-D-0004); Luckett & Farley Architects, Engineers and Construction Managers Inc., Louisville, Kentucky (FA8903-16-D-0005); MOCA Systems Inc., San Antonio, Texas (FA8903-16-D-0006); STOA International/Florida Inc. (doing business as STOA Architects), Pensacola, Florida (FA8903-16-D-0007); and Waller, Todd & Sadler Architects Inc., Virginia Beach, Virginia (FA8903-16-D-0009), have been awarded a combined indefinite-delivery/indefinite-quantity contract with a program ceiling of $950,000,000 for design and construction services. Contractors will provide architect-engineering (A-E) design and construction service including A-E services to support sustainment, restoration and modernization (SRM) programs.  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 SRM program areas. Work will be performed at various U.S. government locations and is expected to be complete by March 30, 2023. This award is the result of a competitive acquisition with 83 offers received. Fiscal 2016 operation and maintenance funds in the amount of $21,000 are being obligated to each company at the time of award. Air Force Installation Contracting Agency, Joint Base San Antonio-Lackland, Texas, is the contracting activity.

The Boeing Co., doing business as Boeing Defense Space and Security, St. Louis, Missouri, has been awarded a $325,821,749 delivery order (0003) to previously awarded contract FA8213-15-D-0002 for 15,000 Lot 20 Joint Direct Attack Munitions (JDAM) tailkits.  The delivery order also includes technical services task management, non-warranty support induction and evaluation, and system field support.  Work will be performed at St. Louis, Missouri, and is expected to be completed by March 29, 2018.  Fiscal 2016 munitions procurement funds in the amount of $325,821,749 are being obligated at the time of award.  Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

URS Federal Services Inc., Germantown, Maryland, has been awarded a $35,408,531 firm-fixed-price and indefinite-delivery/indefinite-quantity contract for contractor logistics support of the Air National Guard’s C-26 fleet. Contractor will provide sustainment and engineering support for the current fleet of 11 aircraft. Work will be performed at Fresno, California; Clarksburg, West Virginia; Jacksonville, Florida; Albuquerque, New Mexico; Meridian, Mississippi; Houston, Texas; Des Moines, Iowa; Spokane, Washington; Tucson, Arizona; Madison, Wisconsin; and Montgomery, Alabama, and is expected to be complete by March 31, 2017. This award is the result of a sole-source acquisition. Fiscal 2016 Air National Guard operation and maintenance funds in the amount of $7,340,422 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8131-16-D-0001).

Sierra Nevada Corp., Sparks, Nevada, has been awarded a $24,608,390 cost-plus-fixed-fee, firm-fixed-price and cost-reimbursement contract for precision strike package contractor logistics services in support of the AC-130W. Contractor will provide maintenance of the precision strike package on 12 aircraft. Work will be performed at Eglin Air Force Base, Florida; and Hurlburt Air Force Base, Florida, and is expected to be complete by March 30, 2017. This award is the result of a sole-source acquisition. Fiscal 2016 operation and maintenance funds in the amount of $16,050,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA850916C0003).

Aviation Training Consulting LLC*, Altus, Oklahoma, has been awarded a $22,432,164 firm-fixed price and fixed price incentive-firm contract for operations, maintenance, and sustainment support of the B-52 training system. Contractor will provide contractor logistics support, training system support center services, modifications and upgrades to the B-52 training system’s aircrew and maintenance training devices. Work will be performed at Barksdale Air Force Base, Louisiana; Minot Air Force Base, North Dakota; and Altus Air Force Base, Oklahoma, and is expected to be complete by Dec. 31, 2023. This award is the result of a competitive small business set-aside acquisition with six offers received. Fiscal 2015 and 2016 research, development, test and evaluation; and operation and maintenance funds in the amount of $10,450,596 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-6339).

Newbegin Enterprises Inc., Johnson City, Tennessee, has been awarded a $15,000,000 modification (0006) to exercise the option on previously awarded contract FA4803-11-D-0001 for an Internet-based contractor operated parts store. Contractor will provide vehicle parts for deployed Air Force vehicles in theater. Work will be performed at Johnson City, Tennessee, and is expected to be complete by March 30, 2017. Fiscal 2016 operation and maintenance funds in the amount of $3,750,000 are being obligated at the time of award. , Shaw Air Force Base, South Carolina, is the contracting activity. (Awarded on March 30, 2016)

Boeing Co., St. Louis, Missouri, has been awarded a not-to-exceed $14,000,000 cost-plus-fixed-fee contract for research, analysis, engineering and development of specialized munitions. Work will be performed at St. Louis, Missouri, and is expected to be complete by March 21, 2021.  This award is the result of a competitive acquisition with four offers received. Fiscal 2016 research, development, test and evaluation funds in the amount of $313,188 are being obligated at the time of award for task order 0001. Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contracting activity (FA8651-16-D-0315).

Sierra Nevada Corp., Sparks, Nevada, has been awarded a $12,500,000 firm-fixed-price and indefinite-delivery/indefinite-quantity contract for standoff precision guided munitions and precision strike system components. Contractor will provide precision strike components and systems to support existing and new platforms and employments. Work will be performed at Englewood, Colorado, and is expected to be complete by March 29, 2018. This award is the result of a sole-source acquisition. Fiscal 2014 procurement funds in the amount of $2,072,210; and fiscal 2016 research, development, test and evaluation funds in the amount of $2,300,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8656-16-D-0098).

InDyne Inc, Reston, Virginia, has been awarded a $10,457,795 modification (P00159) to previously awarded contract FA2521-08-C-0006 to extend infrastructure operations and maintenance services at Cape Canaveral Air Force Station (AFS). Contractor will provide operation and maintenance of the facilities, systems, equipment, utilities and infrastructure. Work will be performed at Cape Canaveral AFS, Florida; and several annexes, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operation and maintenance funds in the amount of $9,422,675 are being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity.

Agile Defense Inc., Reston, Virginia, has been awarded a $7,376,489 modification (P00006) to exercise the option on previously awarded contract FA2816-15-F-A016 for Network Control and Livelink/SharePoint support services. Work will be performed at Los Angeles Air Force Base, California, and is expected to be complete by April 30, 2017. Fiscal 2016 research, development, test and evaluation; and operation and maintenance funds in the amount of $4,725,083 are being obligated at the time of award. The Space and Missile Systems Center, Specialized and Operational Contracting Division, Los Angeles Air Force Base, California, is the contracting activity.

PAE Aviation and Technical Services LLC, Marlton, New Jersey, has been awarded a $7,042,148 firm-fixed-price and cost-reimbursement contract for backshop aircraft maintenance services. Contractor will provide support for on- and off-equipment maintenance on 37 aircraft to include F-15, F-16, A-10, C-130, and UN-1N aircraft and assigned engines in support of the 96th Test Wing and 53rd Wing test missions. In addition, contractor will provide host base crash recovery and hydrazine response team support. 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 sole-source acquisition. Fiscal 2016 research and development funds in the amount of $7,042,148 are being obligated at the time of award. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2486-16-C-0074).

CORRECTION: Contract FA8730-16-C-0015, awarded to Raytheon – Space and Airborne Systems on March 24, 2016, with a not-to-exceed amount of $60,000,000, listed an incorrect place of performance.  The actual place of performance is McKinney, Texas.  All other information was accurate.

NAVY

Lockheed Martin Corp., Baltimore, Maryland, is being awarded a not-to-exceed the congressional cost cap of $564,000,000 modification to previously awarded contract N00024-11-C-2300 to exercise options for construction of one fiscal 2016 Freedom-variant littoral combat ship (LCS 25).  The three contract line items being exercised for each ship are for the basic seaframe construction, selected ship systems integration and test, and selected ship systems equipment.  Work will be performed in Marinette, Wisconsin (56 percent); Walpole, Massachusetts (14 percent); Washington, District of Columbia (12 percent); Oldsmar, Florida (4 percent); Beloit, Wisconsin (3 percent), Moorestown, New Jersey (2 percent); Minneapolis, Minnesota (2 percent); and various locations of less than 1 percent each (totaling 7 percent), and is expected to be complete by July 2020.  Fiscal 2016 shipbuilding and conversion (Navy) funding not to exceed the congressional cost cap of $564,000,000 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.

Austal USA, Mobile, Alabama, is being awarded a not-to-exceed the congressional cost cap of $564,000,000 modification to a previously awarded contract N00024-11-C-2301 to exercise options600px-US-DeptOfNavy-Seal.svg for construction of one fiscal 2016 Independence-variant littoral combat ship (LCS 26).  The three contract line items being exercised for each ship are for the basic seaframe construction; selected ship systems integration and test; and selected ship systems equipment.  Work will be performed in Mobile, Alabama (51 percent); Pittsfield, Massachusetts (13 percent); Cincinnati, Ohio (4 percent); Baltimore, Maryland (2 percent); Burlington, Vermont (2 percent); New Orleans, Louisiana (2 percent); and various locations of less than 2 percent each (totaling 26 percent), and is expected to be complete by July 2020. Fiscal 2016 shipbuilding and conversion (Navy) funding not to exceed the congressional cost cap of $564,000,000, 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.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded $151,274,907 for cost-plus- fixed-fee order 0130 against a previously issued basic ordering agreement (N00019-12-G-0006) for non-recurring engineering services associated with the development of the capability for the Navy variant of the V-22 (CMV-22B) to perform the carrier on-board delivery mission.  The capability being added to the baseline MV-22 aircraft is extended range, high frequency beyond line-of-sight radio and a public address system.  Work will be performed at Philadelphia, Pennsylvania (71.02 percent); Fort Worth, Texas (20.31 percent); Rockmart, Georgia (3.96 percent); St. Louis, Missouri (2.57 percent); and various locations within the continental U.S. (2.14 percent), and is expected to be completed in September 2020.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $15,674,576 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, is being awarded a $139,406,130 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 that will maintain, update, and support the Virginia Class design and related drawings and data for each Virginia Class submarine, including technology insertion, throughout its construction and post shakedown availability period.  Work will be performed in Groton, Connecticut (93 percent); Newport News, Virginia (5 percent); Newport, Rhode Island (1 percent); and Quonset, Rhode Island (1 percent), and is expected to be completed September 2016.  Fiscal 2010, 2011, 2012, 2013, 2014, and 2015 shipbuilding and conversion (Navy); and fiscal 2016 research and development (Navy) funding in the amount of $96,897,617 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.

Turner Construction Co., Reston, Virginia, is being awarded a $106,674,440 firm-fixed-price contract for the design and construction of the academic building for Cyber Security Studies at U.S. Naval Academy.  The work to be performed provides for the design and construction of a multi-story academic mission facility including classrooms, teaching and research laboratories, lecture halls, offices, multi-purpose space, an observatory, loading dock, and research and testing tank in support of the engineering and weapons labs.  The contract also contains three unexercised options, which if exercised, would increase cumulative contract value to $114,422,412.  Work will be performed in Annapolis, Maryland, and is expected to be completed by September 2019.  Fiscal 2015 military construction (Navy) contract funds; and gift funds in the amount of $106,674,440 are obligated on this award and will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-16-C-0156).

Huntington Ingalls Inc., Pascagoula, Mississippi, is being awarded a not-to-exceed $116,813,059 modification to previously awarded contract N00024-16-C-2431 for procurement of long lead time material and advance construction activities in support of LPD 28, Amphibious Transport Dock Ship class.  Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2021.  Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $58,406,528 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  In accordance with Federal Acquisition Regulation subpart 6.302-1(a)(ii), this procurement is deemed to be a follow-on contract for the continued development or production of a major system that is available only from the original source.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, is being awarded a $41,459,691 modification to previously awarded contract N00024-14-C-5114 to provide multi-year procurement funding for an AEGIS Weapon System (AWS) MK 7 ship set and associated special tooling/special test equipment.  Work will be performed in Moorestown, New Jersey (85 percent); and Clearwater, Florida (15 percent), and is expected to be completed by September 2019.  Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $41,459,691 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.

BAE Systems, Land & Armaments LP, Minneapolis, Minnesota, is being awarded a $38,226,066 modification to a previously awarded contract (N00024-13-C-5314) to exercise options for fiscal 2016 MK 41 vertical launching system canister production requirements.  BAE Systems will provide a quantity of 80 MK 14 MOD 2 canisters, a quantity of 134 MK 14 MOD 1 government furnished equipment upgrades, a quantity of four MK 25 MOD 0 canisters, and a quantity of 101 MK 21 MOD 3 canisters, with associated coding plug assemblies, explosive bolts, and impulse cartridge assemblies in support of MK 41 Vertical Launching System canister production requirements.  This contract combines purchases for the Navy (97 percent); and the government of Thailand (3 percent), under the Foreign Military Sales program. Work will be performed in Aberdeen, South Dakota (90 percent); and Minneapolis, Minnesota (10 percent), and is expected to be completed by January 2018.  Fiscal 2015 and 2016 weapons procurement (Navy); and foreign military sales funding in the amount of $38,226,066 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.

CDW Government, Vernon Hills, Illinois, is being awarded $30,058,075 for delivery order 0061 under a previously awarded firm-fixed-price contract (M67854-12-D-4153) for a quantity of 27,961 general purpose laptops to support the Next Generation Enterprise Network Computer Refresh.  Work will be performed in North Las Vegas, Nevada, and is expected to be completed by Nov. 25, 2016.  Fiscal 2016 procurement (Marine Corps) funds in the amount of $30,058,075 will be obligated at the time of award and will not expire the end of the current fiscal year. The base contract was competitively procured through the Navy Electronic Commerce website with 12 offers received.  Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

Wing Inflatables, Arcata, California, is being awarded a $25,686,244 five-year, firm-fixed-price requirements contract for the purchase of combat rubber raiding craft and hard floors in support of the Special Warfare System.  Work will be performed in Arcata, California, and is expected to be completed by March 31, 2021.  No funds will be obligated at the time of award.  Fiscal 2016 working capital funds (Navy) will be provided through individual delivery orders; none of which 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 and Navy Electronic Commerce Online website, with six offers received.  Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-16-D-X004).

General Dynamics Land Systems, Sterling Heights, Michigan, is being awarded a $24,843,074 modification to a previously awarded contract (N00024-15-C-5344) for the fiscal 2015 and fiscal 2016 production of MK 46 Gun Weapon Systems (GWS) for the Littoral Combat Ship (LCS) program and San Antonio Class Landing Platform Dock (LPD 28).  The MK 46 MOD 2 GWS is a remotely operated system that uses a 30mm high velocity cannon for shipboard self-defense against small, high speed surface targets. This modification is for the procurement of five MK 46 GWS for the LCS surface warfare mission module and two MK 46 GWS for the San Antonio Class (LPD 28).  Work will be performed in Sterling Heights, Michigan (60 percent); Anniston, Alabama (25 percent); Lima, Ohio (7 percent); Tallahassee, Florida (6 percent); and Scranton, Pennsylvania (2 percent), and is expected to be completed by February 2018.  Fiscal 2015 and 2016 other procurement (Navy); fiscal 2013 and 2015 shipbuilding and conversion (Navy); and fiscal 2016 weapons procurement (Navy) funding in the amount of $24,843,074 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.

Harkins Builders Inc., Marriottsville, Maryland, is being awarded a $24,385,470 firm-fixed-price contract for the design and construction of the Academic Instruction Facility at Marine Corps Base, Quantico.  The contract also contains four unexercised options, which if exercised, would increase cumulative contract value to $28,639,041.  Work will be performed in Quantico, Virginia, and is expected to be completed by January 2018.  Fiscal 2014 military construction (Navy) contract funds in the amount of $24,385,470 are obligated on this award and will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-16-C-0151).

Raytheon Co. Intelligence, Information and Services, Dulles, Virginia, is being awarded a $20,896,246 firm-fixed-price, cost-plus-fixed-fee, cost-reimbursement contract for operations and maintenance services for the relocatable over-the-horizon radar system in support of the U.S. Navy Forces Surveillance Support Center, Chesapeake, Virginia.  This contract includes a one year base and four one-year option periods, which if all exercised, will bring the contract value to $104,909,402.  Work will be performed in Chesapeake, Virginia (57.5 percent); Pounce, Puerto Rico (11.5 percent); Premont, Texas (8.5 percent); Vieques, Puerto Rico (8 percent); New Kent, Virginia (7.5 percent); and Freer, Texas (7 percent).  Work is expected to be completed by April 2017; if all options are exercised, work will be completed in April 2021.  Fiscal 2016 operations and maintenance (Navy) funds in the amount of $1,742,000 will be incrementally funded under the contract’s base period at 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 one offer received.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Pennsylvania, is the contracting activity (N00189-16-C-Z032).

Exelis Inc., Annapolis, Maryland, is being awarded an $18,514,372 modification to previously awarded firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00174-11-D-0002) to extend the ordering period and exercise option-year five for the procurement and support of the Transmitting Set, Countermeasures AN/PLT-4 to support explosive ordnance disposal personnel.  The AN/PLT-4 is a man-portable system in support of the Joint Service Explosive Ordnance Disposal Counter Radio Controlled Improvised Explosive Device Electronic Warfare program. Work will be performed in Annapolis, Maryland, and is expected to be completed by March 2017.  No funds are being obligated at the time of this action.  The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Indian Head, Maryland, is the contracting activity.

TEC-AECOM Pacific JV, Charlottesville, Virginia, is being awarded a $13,000,000 firm-fixed-price modification to increase the maximum dollar value of a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-11-D-1801) for architect-engineering services for the preparation of National Environmental Policy Act (NEPA) documents and environmental studies at various Navy and Marine Corps activities located within the Pacific Basin and Indian Ocean areas.  The work to be performed provides for, but is not limited to, environmental planning services in the preparation, updating and reviewing of NEPA documents, environmental studies and technical services related to such documents as may be requested by the Department of the Navy, Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR) and may include services for other Department of Defense (DOD) or Federal agencies.  After award of this modification, the total cumulative contract value will be $63,000,000.  Work will be performed predominantly in Guam (90 percent) and other areas within the NAVFAC  Pacific AOR and may include services for other DOD or Federal agencies (10 percent), and is expected is to completed by August 2016.  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 customer reimbursable funds.  The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

General Dynamics Mission Systems, Scottsdale, Arizona, is being awarded a $12,868,497 modification to a previously awarded firm-fixed-price contract (N00039-10-C-0069) for the continued production of AN/USC-61(C) digital modular radios (DMR), initial sparing components, and associated supplies and services.  The AN/USC-61(C) DMR is used to provide operational forces aboard surface ships and submarines the ability to communicate using high frequency, ultra high frequency (UHF), line of site, UHF satellite communications and very high frequency waveforms.  This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $304,125,788.  Work will be performed in Scottsdale, Arizona (85 percent); Vista, California (10 percent); and Johnston, Pennsylvania (5 percent), and is expected to be completed by October 2018.  Fiscal 2016 other procurement (Navy) funds in the amount of $2,324,926; and fiscal 2016 ship construction (Navy) funds in the amount of $10,432,635 will be placed on contract and obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-10-C-0069).

Harper Construction Co. Inc., San Diego, California, is being awarded $12,488,749 for firm-fixed-price task order 0003 under a previously awarded, multiple award construction contract (N62473-15-D-2432) for repair of Bachelor Enlisted Quarter Building 779, Quarterdeck 778, and Bachelor Enlisted Quarter Building 780 at Naval Base Coronado.  The work to be performed provides for modernization of buildings and ancillary support buildings by repairing structures for seismic upgrades, concrete walkways, flooring, painting, repair and replace bathroom fixtures, doors, windows, roofing, insulation mechanical, electrical systems, and all other work described in the request for proposal.  The task order also contains nine unexercised options, which if exercised, would increase cumulative task order value to $18,797,777.  Work will be performed in Coronado, California, and is expected to be completed by August 2018.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $12,488,749 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.

Northrop Grumman Systems Corp., Bethpage, New York, is being awarded an $11,474,244 firm-fixed-price contract to provide mission module production containers and support equipment that will deploy from and integrate with littoral combat ships (LCS), in support of the LCS mission modules.  The mission module production containers and support equipment serve as the major warfighting capability aboard the LCS Seaframe. This contract will provide hardware, specifically one set of the mission module containers and support equipment.  This contract includes an option which, if exercised, would bring the cumulative value of this contract to $12,744,727.  Work will be performed in Portsmouth, Virginia (67 percent); and Bethpage, New York (33 percent), and is expected to be completed by January 2018.  Fiscal 2015 other procurement (Navy) funds in the amount of $11,474,244 are being obligated at the time of award and will not 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). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-6311).

Atlas North America LLC, Yorktown, Virginia, is being awarded an $11,168,512 firm-fixed-price, cost-plus-fix-fee contract to provide ATLAS Seafox explosive and inert neutralizer rounds and an AN/SLQ-60 Shipboard Mine Neutralization System (Seafox) and engineering services and support, in support of Littoral Combat Ship program.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $48,272,262. Work will be performed in Bremen, Germany (60 percent); Panama City, Florida (35 percent); and Yorktown, Virginia (5 percent), and is expected to be completed by April 2017.   Fiscal 2015 weapons procurement (Navy); and fiscal 2014 other procurement (Navy) funding in the amount of $11,168,512 is being obligated at the time of award and funds in the amount of $3,646,393 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).  The Naval Sea Systems Command, Washington District of Columbia, is the contracting activity (N00024-16-C-6301).

Computer Sciences Corp., Washington, District of Columbia, is being awarded a $10,198,964 cost-plus-fixed-fee modification to previously awarded contract N00024-14-C-2307 to exercise options for professional services in support of the Littoral Combat Ship (LCS) Program Office, and the LCS Fleet Introduction and Sustainment Program Office.  This contract is for professional support services in the areas of test and evaluation, lifecycle engineering and support, logistics and operational readiness, program management, business and financial management, systems engineering, production planning and production engineering, manning, personnel and training, human systems integration analysis and engineering, data management engineering, and combat systems development. Work will be performed in Washington, District of Columbia, and is expected to be completed by June 2016.  Fiscal 2013 shipbuilding and conversion (Navy); fiscal 2016 operation and maintenance (Navy); and fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $4,799,624 will be obligated at time of award, and $1,571,708 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Electronic Metrology Laboratory LLC,* Franklin, Tennessee, is being awarded a $9,857,307 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N69450-14-D-8000) to exercise option two for base operations support services at Naval Air Station Whiting Field and outlying fields.  The work to be performed provides for all management, supervision, labor, equipment, materials, supplies, and tools necessary to perform facilities management, facilities investment, facility maintenance services (non-family housing), pest control, utility plant and distribution system operations and maintenance (chiller, electrical, gas, wastewater, steam and water),  managed safety services, and base support vehicles and equipment.  After award of this option, the total cumulative contract value will be $29,317,959.  Work will be performed in Milton, Florida (80 percent); and outlying fields (20 percent), and work is expected to be completed March 2017.  No funds will be obligated at the time of award.  Fiscal 2016 operation and maintenance (Navy); fiscal 2016 Navy working capital funds; and fiscal 2016 Defense health program contract funds in the amount of $9,857,307 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.

CH2M Hill Inc., Virginia Beach, Virginia, is being awarded $8,594,000 for cost-plus-award-fee task order 0004 under a previously awarded indefinite-delivery/indefinite-quantity architect-engineering contract (N62470-16-D-9000) for Comprehensive Environmental Response, Compensation, and Liability Act munitions response sites investigations, Title II services, operations and program support services, and community relations at former Vieques Naval Training Range and Naval Ammunition Support Detachment.  The work to be performed provides for environmental restoration/munitions response program management and project management, environmental investigation and related activities at sites designated as munitions response sites (or potentially had/have munitions and/or munitions constituents present), Title II oversight of the munitions response contractor(s) conducting munitions removal and disposal, operations and program support services, and community involvement support and related activities.  Work will be performed in Vieques, Puerto Rico, and is expected to be completed by April 2018.  Fiscal 2016 environmental restoration (Navy) contract funds in the amount of $8,594,000 are obligated on this 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, Atlantic, Norfolk, Virginia, is the contracting activity.

Case Western Reserve University, Cleveland, Ohio, is being awarded $8,444,287 under their current cost contract (N66001-15-C-4014) to exercise a 30-month option to provide research and development services for the Defense Advanced Research Projects Agency (DARPA). Research includes technological developments and functional investigations to restore dexterous, intuitive motor function and cutaneous and proprioceptive sensory function after hand amputation and focuses in three technical areas: improvements of electrodes and algorithms; electronics and packaging; and functional tests on human subjects in laboratory and home settings.  Work will be performed at the contractor’s facilities in Ohio (40 percent); and at four subcontractor facilities in Minnesota, Rhode Island, California, and Illinois (60 percent), and work is expected to be completed Sept. 30, 2018.  Fiscal 2016 research, development test and evaluation funds in the amount of $8,444,287 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 by DARPA via publication of a broad agency announcement on the Federal Business Opportunities website, with eight proposals selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

Science Applications International Corp., McLean, Virginia, is being awarded a $7,796,002 modification to previously awarded contract N00024-15-C-5103 for engineering support services in support of Program Executive Office for Integrated Warfare Systems 1.0 for AEGIS/AEGIS Fleet Readiness, 4.0 Foreign Military Sales, 7.0 Future Combat Systems, and 9.0 DDG 1000. This contract combines purchases for the Navy (94 percent); and the governments of Japan (2 percent); Australia (1 percent); Korea (1 percent); Spain (1 percent); Norway (0.5 percent); Egypt (0.1 percent); Poland (0.1 percent); Turkey (0.1 percent); Chile (0.1 percent); and Italy (0.1 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 June 2016.  Fiscal 2016 operations and maintenance (Navy); fiscal 2016 research and development (Navy); fiscal 2013 and 2015 shipbuilding and conversion (Navy); and foreign military sales funding in the amount of $6,323,444 will be obligated at time of award.  Contract funds in the amount of $4,044,721 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Department of the ArmyARMY

Pyrotechnique by Grucci Inc.,* Radford, Virginia, was awarded a $58,948,537 firm-fixed-price contract for M115A2 ground burst projectile simulators and the M116A1 hand grenade simulators.  Bids were solicited via the Internet with two received with an estimated completion date of Oct. 31, 2021.  Funding and work location will be determined with each order. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-16-D-0051).

Heckler & Koch Defense Inc., Ashburn, Virginia, was awarded a $44,500,000 firm-fixed-price contract with options for Compact Semi-Automatic Sniper System spare parts, training, and government purpose rights.  Bids were solicited via the Internet with eight received with an estimated completion date of March 30, 2022.  Funding and work location will be determined with each order.  Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-16-D-0051).

Boeing Co., Mesa, Arizona, was awarded a $37,793,822 modification (P00014) to contract W58RGZ-15-C-0017 for the continuation of the Apache Helicopter 64 (AH-64) Performance Based Logistics program.  Work will be performed in Mesa, Arizona, with an estimated completion date of Oct. 31, 2016.  Fiscal 2016 other procurement funds in the amount of $37,793,822 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Professional Contract Services Inc., Austin, Texas, was awarded a $16,684,734 firm-fixed-price contract for food and dining facility attendant services.  One bid was solicited with one received. Work will be performed at Ft. Hood, Texas, with an estimated completion date of March 31, 2021.  Funding and work location will be determined with each order.  Army Contracting Command, Ft. Hood, Texas, is the contracting activity (W91151-16-D-0101).

Mantech Advanced Systems International Inc., Fairfax, Virginia, was awarded a $16,683,388 cost-plus-award-fee, incrementally funded contract with options for test and engineering services.  One bid was solicited with one received.  Work will be performed at Ft. Huachuca, Arizona, electronic proving ground, with an estimated completion date of Jan. 31, 2017.  Fiscal 2016 research, development, testing, and evaluation funds in the amount of $4,000,000 were obligated at the time of the award.  Army Contracting Command, Ft. Huachuca, Arizona, is the contracting activity (W91151-16-D-0101).

LOC Performance, Plymouth, Michigan, was awarded a $15,672,216 firm-fixed-price, foreign military sales contract (Morocco) for M1A1 track and road wheels and associated components.  One bid was solicited with one received.  Work will be performed in Lima, Ohio, with an estimated completion date of Oct. 30, 2017.  Fiscal 2010 other procurement funds in the amount of $15,672,216 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-C-0083).

General Dynamics Information Technology, Fairfax, Virginia, was awarded a $12,943,157 modification (P00019) to contract W91RUS-12-C-0011 for administration, information technology engineering and logistical support to the 160th Signal Brigade and subordinate battalions in U.S. Central Command.  Work will be performed in Kuwait, Qatar, Afghanistan, Iraq, and Jordan, with an estimated completion date of March 31, 2017.  Fiscal 2016 funds in the amount of $12,943,157 were obligated at the time of the award.  Army Contracting Command, Ft. Huachuca, Arizona, is the contracting activity.

Chimes District of Columbia, Baltimore, Maryland, was awarded a $12,392,273 modification (P00005) to contract W91247-12-D-0029 for base custodial services.  Work will be performed at Ft. Bragg, North Carolina, with an estimated completion date of March 31, 2017.  Funding and work location will be determined with each order.  Army Contracting Command, Ft. Bragg, North Carolina, is the contracting activity.

Z Systems Corp.,* Greenbelt, Maryland, was awarded a $10,950,219 modification (000137) to contract W52P1J-12-G-0036 for modification of the global logistics order pertaining to transportation motor pool operations.  Work will be performed at Ft. Hood, Texas, with an estimated completion date of Aug. 7, 2019.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $46,582 were obligated at the time of the award.  Army Contracting Command, Ft. Hood, Texas, is the contracting activity.

Navistar Defense LLC, Lisle, Illinois, was awarded an $8,311,516 firm-fixed-price, foreign-military sales contract (Iraq) for 46 medium tactical vehicles in two variations.  One bid was solicited with one received.  Work will be performed in Springfield, Ohio; West Point, Mississippi; and Ootlewah, Tennessee, with an estimated completion date of July 29, 2016.  Fiscal 2015 other procurement funds in the amount of $8,311,516 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-C-0096).

EXP Federal Inc., Chicago, Illinois, was awarded a $7,954,992 firm-fixed-price contract with options for electrical safety assessments, repairs program, materials management and control services within U.S. Central Command.  Bids were solicited via the Internet with three received. Work will be performed in Kuwait, Jordan, Iraq, United Arab Emirates, Qatar, and Bahrain, with an estimated completion date of March 30, 2018.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $7,954,992 were obligated at the time of the award.  Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-16-F-0025).

SAIC, McLean, Virginia, was awarded a $7,399,599 modification (P00014) to contract W31P4Q-15-F-0007 for field service representative support for aviation mission planning software.  Work will be performed in McLean, Virginia, with an estimated completion date of Feb. 2, 2017.  Fiscal 2016 other procurement funds in the amount of $7,399,599 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

MISSILE DEFENSE AGENCY

Parsons Government Services Inc.,Pasadena, California, is being awarded a $63,226,099 cost-plus-fixed-fee contract including options for TEAMS Warfighter Integration Support.  This contract provides requirement support for definition, planning, deployment, life-cycle management, operations support, readiness, situational awareness and transition of Missile Defense Agency-developed capabilities to the military services for employment in support of combatant command (CCMD) priorities.  Support is required for the Warfighter Strategic Integration Directorate and includes three operational elements within the Ballistic Missile Defense System (BMDS), Aegis BMD, Ground-based Midcourse Defense, and sensors.  This support covers worldwide, geographically dispersed locations.  The requirements in this contract cover:  a) strategic level integration with the services, Joint Staff and CCMDs; b) strategic support with policy development;600px-US-MissileDefenseAgency-Seal.svg c) current operations support with coordination, development, and execution of operational events supporting the BMDS; d) performance management support of BMDS prime contractors; e) Ground-based Mid-course Defense program support; f) sensors program support; g) Aegis program support; h) BMDS fielding and life-cycle operations support; i) maintenance support including technical, programmatic, deployment, and site activation.  Work will be performed in Huntsville, Alabama; National Capital Region, Virginia; Colorado Springs, Colorado; Dahlgren, Virginia; Fort Greely, Alaska; San Diego, California; and Vandenberg Air Force Base, California, with an expected completion date of June 2021.  Fiscal 2016 research and development funds in the amount of $1,211,000 are being obligated at time of award.  This contract was a competitive acquisition and two offers were received.  The Missile Defense Agency Contracts Directorate, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-16-C-0030).

Raytheon Integrated Defense Systems, Woburn, Massachusetts, is being awarded a $23,753,644 modification (P00043) to a previously awarded contract (HQ0147-12-C-0006) for electronic equipment unit modification kits and obsolescence mitigation. The modification brings the total cumulative face value of the contract to $980,316,516 from $956,562,872. The work will be performed in Woburn, Massachusetts, with an expected delivery date of April 2018. Fiscal 2016 procurement funds in the amount of $10,449,725 are being obligated at the time of award. The Missile Defense Agency,Huntsville, Alabama, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

US 21 Inc.,* doing business as US21, Fairfax, Virginia, has been awarded a maximum $48,461,748 fixed-price with economic price adjustment contract for fuel. This was a competitive acquisition with seven responses received. This is a five-year contract with no option periods. Location of performance is Virginia, with an April 30, 2021, performance completion date. Using military services are Navy and Air Force. 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-1255).

Pharma Logistics Ltd.,* Mundelein, Illinois (SPM2DX-13-D-5203); and EXP Pharmaceutical Services Corp.,* Fremont, California (SPM2DX-13-D-5201); are sharing a maximum $46,159,211 modification (P00002) exercising the second 15-month option period of their respective 15-month base contracts with three 15-month option periods for the pharmaceutical reverse distribution program. These are fixed-price, indefinite-delivery/indefinite-quantity contracts. Locations of performance are Illinois and California, with a June 30, 2017, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard and other government 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.

Calumet San Antonio Refining LLC, Brooks City Base, Texas, has been awarded a $36,393,732 modification (P00013) exercising the third one-year option period of a one-year base contract (SPE600-14-D-0482) with three one-year option periods for fuel. This is a fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Texas, with a March 31, 2017, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Medline Industries Inc., Mundelein, Illinois, has been awarded a maximum $15,000,000 fixed-price with economic price adjustment contract for medical items and accessories. This was a competitive acquisition with 111 responses received. This is a five-year contract with no option periods. Location of performance is Illinois, with a March 30, 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-0012).

DEFENSE MEDIA ACTIVITY

Taft Broadcasting Company LLC, Houston, Texas, has been awarded a $16,472,869 firm-fixed-price contract to provide on-site broadcast operation support services for the American ForcesDefense Media Activity Network – Broadcast Center located at the Defense Media Activity, Riverside, California.  The base performance period is from April 1, 2016, to March 31, 2017.   The contract has four one-year option periods. Bids were solicited via the Federal Business Opportunities website; one proposal was received. Fiscal 2016 operations and maintenance funds will be used. The Defense Media Activity, Fort Meade, Maryland, is the contracting activity (HQ0028-16-C-0011).

*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

ExxonMobil Fuels Lubricants and Specialties Marketing Co., Fairfax, Virginia, has been awarded a maximum $236,457,850 fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for fuel. This was a competitive acquisition with 37 responses received. This is a one-year contract with a 30-day carryover. Locations of performance areDefense_Logistics_Agency Virginia and Texas, with an April 30, 2017, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-16-D-0477).

Senn Brothers Produce,* West Columbus, South Carolina, has been awarded a maximum $36,900,000 fixed-price with economic price adjustment, indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with three responses received. This is an 18-month base contract with two 18-month option periods. Maximum dollar amount is for the life of the contract. Location of performance is South Carolina, with an Oct. 21, 2020, performance completion date. Using customers are non-Department of Defense customers. 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 (SPE300-16-D-S664).


600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $73,800,000 modification to advance acquisition contract N00019-16-C-0033 for long lead materials, parts, components and effort to maintain the planned production schedule for six low-rate initial production Lot 12 F-35A Lightning II aircraft for the government of Japan under the Foreign Military Sales program.  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 2020.  Foreign military sales funds in the amount of $73,800,000 will be obligated at time of award, none of which will expire at the end of the 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.

Austal USA, Mobile, Alabama, is being awarded a not-to-exceed $9,937,228 modification to previously awarded contract N00024-11-C-2301 to provide procurement and engineering efforts in support of scope changes on fiscal 2015 and fiscal 2016 ships.  This modification will incorporate additional accommodations to increase crew size on the LCS Independence variant ships.  Austal will provide supplies, services, labor and material for this effort, which includes program management and subcontracting management.  Work will be performed in Mobile, Alabama, and is expected to be completed by August 2019.  Fiscal 2015 and 2016 shipbuilding and conversion (Navy) funding in the amount of $7,452,921 will be obligated at the time of award and will not expire at the end of the fiscal year.  The Supervisor of Ship Building Gulf Coast, Mobile, Alabama, is the contacting activity.

Crestwood Technology Group,* Yonkers, New York (N63394-16-D-0012); Gideon Services, Inc.,* Huntsville, Alabama (N63394-16-D-0013); and RC Electronics,* Orange, California (N63394-16-D-0014), are being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract with a combined, not to exceed total of $9,895,616 to deliver commercial off-the-shelf electronics, hardware, and components for Tactical Tomahawk Weapons Control Systems suites for installation in new ships and retrofit into existing ships.  Work will be performed in Yonkers, New York; Huntsville, Alabama; and Orange, California,  and is expected to be completed by April 2019.  Fiscal 2015 other procurement (Navy); fiscal 2010 shipbuilding and conversion (Navy); and fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $393,599 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 three offers received. The Naval Surface Warfare Center, Port Hueneme, California, is the contracting activity.

ARMY

Microsoft Corp. Sitz, Redmond, Washington, was awarded a $31,100,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for premier support services.  One bid was solicited with one received, with an estimated completion date of April 21, 2019.  Funding and work location will be determined with each order.  Army Contracting Command, Ft. Huachuca, Arizona, is the contracting activity (W91RUS-16-D-0001).

Wolverine Services LLC,* Colorado Springs, Colorado, was awarded a $11,280,274 modification (P00003) to contract  W912D0-15-D-0004  for public works functions at Fort Wainwright, andDepartment of the Army the Donnelly, Yukon, Black Rapids training areas.  Work will be performed in Alaska, with an estimated completion date of April 30, 2017.  Funding will be determined with each order. Army Contracting Command, Ft. Wainwright, Alaska, is the contracting activity.

L-3 Communications Verex Aerospace LLC, Madison, Mississippi, was awarded a $9,629,413 incrementally funded, firm-fixed-price, logistics support bridge contract action for the Logistics Readiness Center (LRC), Ft. Stewart and Hunter Army Airfield, Georgia.  One bid was solicited with one received, with an estimated completion date of Aug. 31, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $9,629,413 were obligated at the time of the award.  Army Contracting Command, Ft. Stewart, Georgia, is the contracting activity (W9124M-16-C-0007). (Awarded on March 31, 2016)

Missile Defense AgencyMISSILE DEFENSE AGENCY

Mabbett & Associates, Bedford, Massachusetts, is being awarded a $15,422,673 cost-plus-fixed-fee, cost-plus-incentive-fee contract (including options) for advisory and assistance services for environmental management in support of technical, engineering, advisory and management support.  This contract provides comprehensive and sustainable environmental management, planning, compliance, sustainability, and related technical support to the Missile Defense Agency, including such support to the acquisition, development, testing, deployment, and fielding of an integrated Ballistic Missile Defense System and other new or emerging missions assigned to the agency. Work will be performed at Huntsville, Alabama; and Ft. Belvoir, Virginia, with an expected completion date of July 2021.  Fiscal 2016 research, development, test and evaluation funds in the amount of $100,000 are being obligated at time of award.  This contract was a competitively awarded acquisition with one offer being received.  The government selected for award the most advantageous proposal representing the best value to the government.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-16-C-0024).

*Small business

AIR FORCE

HP Enterprise Services, Herndon, Virginia, has been awarded a $443,220,679 firm-fixed-price, cost-plus-incentive-fee, cost-reimbursement contract for U.S. Strategic Command Information Technology Capabilities Contract II. Contractor will provide performance-based information technology services, capabilities, and functions to include IT infrastructure, mission critical systems, and applications. Work will be performed at Offutt Air Force Base, Nebraska, and is expected to be complete by June 30, 2026. This award is the result of a competitive acquisition with five offers356px-Seal_of_the_US_Air_Force.svg received. Fiscal 2016 operation and maintenance funds in the amount of $451,217 are being obligated at the time of award. The 55th Contracting Squadron, Offutt Air Force Base, Nebraska, is the contracting activity (FA4600-16-C-0008).

Sonoran Technology and Professional Services LLC, Goodyear, Arizona, has been awarded an estimated $7,665,527 modification (P00010) to exercise the option on previously awarded contract FA3002-14-D-0005 for F-16 weapon system support contract instruction services and support. Work will be performed at Luke Air Force Base, Arizona; and Holloman Air Force Base, New Mexico, and is expected to be complete by April 30, 2017. Fiscal 2016 operation and maintenance funds in the amount of $3,098,875 are being obligated at the time of award. This modification includes a small foreign military sales component to Singapore. The 338th Specialized Contracting Squadron, Joint Base San Antonio – Randolph, Texas, is the contracting activity.

UPDATE: Prudent-AECOM 8(A) JV LLC, Kansas City, Missouri (FA8903-16-D-0037); and FPM Remediations Inc., Onieda, New York (FA8903-16-D-0055), have been awarded a contract on a previously announced indefinite-delivery/indefinite-quantity contract with a combined program ceiling of $500,000,000 for architect-engineering services. Contractor will provide Architect-Engineering 2013 (A-E13) 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 April 20, 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 to each contractor are being obligated at the time of award to satisfy the minimum guarantee. Air Force Installation Contracting Agency, 772nd Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity.

Department of the ArmyARMY

Yoland Corp., Brooklyn, New York, was awarded an $18,730,839 firm-fixed-price contract for 60mm, 81mm, 120mm, and 155mm main and drogue mortar and artillery parachutes.  Bids were solicited via the Internet with four received, with an estimated completion date of April 20, 2021.  Funding and work location will be determined with each order.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-16-D-0071).

NAVY

Sodexo Management Inc., Gaithersburg, Maryland, is receiving $17,228,710 for modification P00058 under a previously awarded firm-fixed-price, incentive and award fee provisions contract M00027-11-C-0001 to provide changes to the following fiscal 2016 quantities being produced under the basic contract: increases the number of meals by a quantity 2,300,000; decreases the number of special holiday meals by a quantity of 19,332; decreases the mess hall additions and credit quantity by seven; realigns the seven mess hall additions and credit units to separately reflect one unit representing March 2016, and six units representing April 1, 2016, through Sept. 30, 2016.  This modification also increases the fiscal 2016 unit price of incentive award fee period one by $562,017; and period two by $581,662, based on increased meals.  This modification increases out year unit pricing of mess halls and credits and incentive award fees in the amount of $1,673,856.  This modification increases the basic value of the contract by $17,228,710 for a new total value of $560,822,348.  Work will be performed in Camp Pendleton, California (49.45 percent); San Diego, California (21.21 percent); Twentynine Palms, California (16.14 percent); Miramar, California (6.38 percent); Yuma, Arizona (5.11 percent); and Bridgeport, California (1.71 percent), and is expected to be completed by September 2016.  Fiscal 2016 1105 Subsistence-In-Kind funds in the amount of $17,228,710 will be obligated at the time of award.  Contract funds in the amount of $17,228,710 will expire at the end of the current fiscal year.  Marine Corps Installation Command, Arlington, Virginia, is the contracting activity.

Golden Sands General Contractors Inc., Richmond, Virginia, is being awarded an $11,757,000 firm-fixed-price contract for construction of the Vertical Electro-Magnetic Pulse Simulator (VEMPS) at Patuxent River Naval Air Station.  The work to be performed provides for the construction of a new VEMPS facility which is a small shelter to house the VEMP generator.  Work will be600px-US-DeptOfNavy-Seal.svg performed in Patuxent River, Maryland, and is expected to be completed by June 2017.  Fiscal 2016 research, development, test and evaluation, (Navy) contract funds in the amount of $11,757,000 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 two proposals received.  The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-16-C-3015).

Didlake Inc., Manassas, Virginia, is being awarded a $9,741,954 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40085-15-D-0063) to exercise option one for annual custodial services at Naval Air Station Oceana, Naval Weapons Station Yorktown, Norfolk Naval Shipyard, and their outlying clinics in the Hampton Roads area.  The work to be performed provides for annual custodial services, but is not limited to, all management, supervision, tools, materials, supplies, labor, and transportation services necessary to perform custodial services for office space, restrooms, and other types of rooms.  After award of this option, the total cumulative contract value will be $17,689,354.  Work will be performed at various installations in Portsmouth, Virginia (41 percent); Virginia Beach, Virginia (40 percent); Yorktown, Virginia (18 percent); and outlying clinics in the Hampton Roads area, Virginia (1 percent). Work for this option period is expected to be completed April 2017.  No funds will be obligated at time of award.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $9,402,571 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

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

AT&T Corp., Columbia, Maryland, was awarded a non-competitive, firm-fixed-price contract for the Northstar Long-Haul Telecommunications Network and associated transmission circuits for an ultra-high frequency/line-of-sight communications system network. Proposals were solicited via the FedBizOpps website and only one proposal, AT&T Corp., was received. The face value of this action is $15,212,144 funded by fiscal 2016 operations and maintenance appropriation. The total cumulative face value of the contract is $74,600,000. Performance will be at various sites geographically dispersed across the continental U.S. The period of performance is May 1, 2016, to April 30, 2017, with four one-year option periods. The period of performance, should all options be exercised, shall end on April 30, 2021. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-16-C-0001).

AIR FORCE

Cessna Aircraft Co., Wichita, Kansas, has been awarded a $14,095,939 firm-fixed-price contract for two Cessna 208B Grand Caravan EX aircraft, four Cessna T-206H Stationair aircraft, sustainment support and associated training. Contractor will provide two new Cessna 208B Grand Caravan EX aircraft modified for aeromedical evacuation, and four new Cessna T-206H Stationair aircraft modified for aeromedical evacuation.  A 24-month sustainment package consisting of spares, tooling, and support equipment will be provided for each aircraft.  Pilot and maintainer training will also be provided for the Pakistan Army personnel. Work will be performed at Wichita, Kansas, and is expected to be complete by Dec. 30, 2016. This award is the result of356px-Seal_of_the_US_Air_Force.svg a sole-source acquisition. This contract is 100 percent foreign military sales to Pakistan. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8625-16-C-6482).

Harris Corp., formerly Exelis Inc., Colorado Springs, Colorado, has been awarded a $7,526,652 modification (P00651) to previously awarded contract F19628-02-C-0010 for sustainment of the Ground-based Electro Optical Deep Space Surveillance (GEODSS) weapons system. Work will be performed at White Sands Missile Range, New Mexico; Maui, Hawaii; Diego Garcia; and Colorado Springs, Colorado, and is expected to be complete by April 14, 2017. Fiscal 2016 operations and maintenance funds in the amount of $5,666,184 are being obligated at the time of award. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity (F19628-02-C-0010).

600px-US-DeptOfNavy-Seal.svgNAVY

ManTech Systems Engineering Corp., Fairfax, Virginia, is being awarded an $11,793,318 cost-plus-fixed-fee, cost-only modification to previously awarded contract N00024-14-C-4110 to provide specific systems operation, sustainment, and support services for the Navy Ship Maintenance and Logistics Information Systems (SMLIS) program.  This contract provides uninterrupted enterprise support to the SMLIS program, including engineering support in the areas of information technology life cycle planning, operations and sustainment, documentation, program management, application technical refresh, testing, training, and deployment.  This contract modification contains options which, if exercised, would bring the cumulative value of this contract to $47,181,992.  Work will be performed in Norfolk, Virginia (75 percent); Rocket Center, West Virginia (11 percent); San Diego, California (4 percent); Mechanicsburg, Pennsylvania (3 percent); Washington, District of Columbia (2 percent); Kittery, Maine (2 percent); and less than one percent each in Fairfield, California; Hoover, Alabama; New Orleans, Louisiana; and Richmond, Virginia (3 percent), and is expected to be completed by July 2017.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $4,265,359 will be obligated at time of award.  Funds in the amount of $4,265,359 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Nagamine Okawa Engineers Inc.,* Honolulu, Hawaii, is being awarded a maximum amount $10,000,000 indefinite-delivery/indefinite-quantity, architect-engineering contract for various structural design and engineering services located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of responsibility (AOR).  The work to be performed provides for design and engineering services for the preparation of plans, specifications, cost estimates, bidding information including preparation of design-bid-build or design-build request for proposal contract documents, and investigations for various structural engineering and other types of projects under the cognizance of NAVFAC Hawaii.  Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Hawaii AOR.  The term of the contract is not to exceed 60 months, with an expected completion date of April 2021.  Navy working capital contract funds in the amount of $10,000 are obligated on this award and will not 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); and Navy working capital funds.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 10 proposals received.  The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity (N62478-16-D-5024).

ARMY

BAE Systems Land & Armaments LP, San Jose, California, was awarded a $9,525,940 cost-plus-fixed-fee modification (P00011) to contract W56HZV-15-C-0099 for system technical support and sustainment system technical support for the Bradley Family of Vehicles.  Work will be performed in San Jose, California, with an estimated completion date of July 9, 2020.  Fiscal 2016 otherDepartment of the Army procurement (Army) and operations and maintenance (Army) funds in the amount of $9,525,940 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

Leidos Inc., Reston, Virginia, was awarded a $7,129,983 modification (P00010) to contract W911QX-13-C-0163 for 3D geospatial information.  Work will be performed in the Philippines, with an estimated completion date of Sept. 5, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $7,129,983 were obligated at the time of the award.  Army Contracting Command, Adelphi, 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

NAVY

CCI Construction Services LLC,* Honolulu, Hawaii (N62478-16-D-4012); D&D Construction Inc.,* Waipahu, Hawaii (N62478-16-D-4013); Dawson Federal Inc.,* Honolulu, Hawaii (N62478-16-D-4014); GSI Pacific Inc.,* Honolulu, Hawaii (N62478-16-D-4015); TKH-ASI LLC,* Kahului, Hawaii (N62478-16-D-4016); and Hawaii Pacific JV LLC,* Kaneohe, Hawaii (N62478-16-D-4017), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build construction contract for construction projects located primarily within the600px-US-DeptOfNavy-Seal.svg Naval Facilities Engineering Command (NAVFAC) Hawaii area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all six contracts combined is $245,000,000.  The work to be performed provides for, but is not limited to, labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on design-build, or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii.   Hawaii Pacific JV LLC is being awarded task order 0001 at $4,793,800 for the replacement of three elevators in the Bachelor Enlisted Quarters, Arizona Hall, Building 1623, Joint Base Pearl Harbor-Hickam, Hawaii.  Work for this task order is expected to be completed by July 2018.  All work on this contract will be performed within the NAVFAC Hawaii AOR.  The term of the contract is not to exceed 60 months, with an expected completion date of June 2021.  Fiscal 2016 operation and maintenance (O&M), (Navy); and Navy working capital contract funds in the amount of $4,843,800 are obligated on this award, and $4,793,800 will expire at the end of the current fiscal year.  Future task orders will be primarily funded by O&M, Navy; and Navy working capital funds.  This contract was competitively procured via the Navy Electronic Commerce Online website with 11 proposals received.  These six contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

Lockheed Martin, Mission Systems and Training, Moorestown, New Jersey, is being awarded a $22,383,606 cost-plus-award-fee modification to previously awarded contract (N00024-12-C-4309) to exercise options for lifetime sustainment and support services for installed Aegis Weapon Systems (AWS).  The contract will provide for support of the critical modernization programs currently in process for the AWS as well as logistics and sustainment support for the in-service Aegis ship fleet in order to prevent delays in the delivery of the AWS upgrades and schedule and operational impacts to the effected ship availabilities.  Work will be performed in Moorestown, New Jersey (81 percent); and Mt. Laurel, New Jersey (19 percent), and is expected to be completed by June 2017.  Fiscal 2012 and 2013 shipbuilding and conversion (Navy); fiscal 2016 operation and maintenance (Navy); fiscal 2016 Defense-wide procurement; fiscal 2016 Defense-wide operation and maintenance; fiscal 2016 research, development, test and evaluation (Navy); and fiscal 2016 Defense-wide research, development, test, and evaluation funding in the amount of $5,289,139 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.

Drace Anderson JV,* Gulfport, Mississippi, is being awarded $10,477,239 for firm-fixed-price task order 0008 under a previously awarded multiple award construction contract (N69450-13-D-1762) for construction of the T-6B Texan II Joint Primary Aircraft Training System, training operations facility, at Naval Air Station Whiting Field.  The work to be performed provides for a two-story training operations facility located on the flight line.  Renovations of the existing hangar space include temporary office space and demolition of existing buildings.  Construction of parking areas and associated site work; storm water and utility construction are part of the project.  In addition this project includes a pavilion, furniture, fixtures and equipment.  The task order also contains one unexercised option, which if exercised, would increase cumulative task order value to $10,496,392.  Work will be performed in Milton, Florida, and is expected to be completed by March 2018.  Fiscal 2016 military construction (Navy) contract funds in the amount of $10,477,239 are obligated on this award and will not 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.

Heartwood Pacific LLC,* Keaau, Hawaii, is being awarded $7,785,662 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N62478-16-D-4009) for design and repair of heating, ventilation and air conditioning system at Building 214/214A at Joint Base Pearl Harbor-Hickam.  The work to be performed provides for replacement of deteriorated lights, replacement of components includes two chillers, pumps, air handling units (AHU), and fan coil units.  Replacement also includes isolation valves, ducts, piping, and insulation.  The replacement air conditioning components will have variable air volume (VAV) and variable frequency drive capability, and include systems with VAV boxes.  The project will also add AHU for the gauge block area and break room, and add VAV boxes and ducts to air condition an office and to replace window air conditioning in the classroom.  Work will be performed in Oahu, Hawaii, and is expected to be completed by September 2017.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $7,785,662 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, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Department of the ArmyARMY

Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $26,121,838 modification (P00004) to contract W52P1J-15-C-0078 for Qatar Base Operations Support Services (Q-BOSS) on Camp As Sayliyah and Camp As Sayliyah – South, and in support of Area Support Group – Qatar.  Work will be performed in Qatar, with an estimated completion date of March 29, 2017.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $26,121,838 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Northrop Grumman Systems Corp., Apopka, Florida, was awarded an $8,841,488 firm-fixed-price foreign military sales contract for a base quantity of 172 eyesafe laser range finders for the kingdom of Morocco, with an option for an additional 28 units. One bid was solicited with one received, with an estimated completion date of July 31, 2018.  Fiscal 2016 other procurement funds in the amount of $8,841,488 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-C-0109).

Decatur Construction Inc.,* New Braunfels, Texas, was awarded a $8,278,000 firm-fixed-price contract to expand the Ft. Logan National Cemetery, Colorado, by developing approximately 10 acres of land for additional graves.  Bids were solicited via the Internet with four received.  The estimated completion date is Sept. 25, 2017.  Fiscal 2014 and 2016 other procurement funds in the amount of $8,278,000 were obligated at the time of the award.  Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-16-C-0029).

AIR FORCE

Honeywell International Inc., Phoenix, Arizona, has been awarded a $75,000,000 modification (P00002) to previously awarded contract FA8650-15-D-2504 for the Versatile Affordable Advanced Turbine Engines (VAATE) III & Beyond program. This contract increases the not-to-exceed ceiling for the VAATE program, which is a multiple government agency and industry joint effort to develop revolutionary and innovative technologies by the 2017 timeframe that will permit an order of magnitude increase in turbo-propulsion affordability over the year 2000 state-of-the-art technology. Work will be performed at Phoenix, Arizona, and is expected to be complete by Jan. 28, 2023. No funds are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $28,000,000 modification (P00007) to the maximum ordering amount of previously awarded contract FA8675-14-D-0009 for integration of the Advanced Medium Range Air-to-Air Missile (AMRAAM) onto various Air Force and Navy aircraft platforms. Contractor will facilitate several new task orders for platform integration support including the F-16 Block 30, F-35, F-15 Eagle Passive Active Warning Survivability System; F-16 Active Electronically Scanned Array; AMRAAM Real Time Integration Simulator; and multiple F/A-18 configurations. Work will be performed at Fort Worth, Texas; Eglin Air Force Base, Florida; Hill Air Force Base, Utah;356px-Seal_of_the_US_Air_Force.svg Edwards Air Force Base, California; Nellis Air Force Base, Nevada; White Sands Missile Range, New Mexico; China Lake/Point Mugu, California; St. Louis, Missouri; Seattle, Washington; Baltimore, Maryland; and Tucson, Arizona. Work is expected to be complete by Jan. 30, 2020. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a $25,195,531 modification (P00101) to previously awarded contract FA8810-08-C-0002 for Remote Sensing Systems Directorate’s Space Based Infra-Red Systems (SBIRS) follow-on production. Contractor will provide geosynchronous earth orbit transition to operations. This modification adds backend tuning to the baseline. Backend tuning, primarily a ground function, tunes the process that fuses repetition returns to form tracks and parameter estimation. Work will be performed at Sunnyvale, California, and is expected to be complete by June 30, 2019. Fiscal 2016 space procurement funds in the amount of $25,195,531 are being obligated at the time of award. Space and Missile System Center, Los Angeles Air Force Base, California, is the contracting activity.

CCI Energy and Construction Services LLC, Shalimar, Florida, has been awarded an $8,000,000 indefinite-delivery/indefinite-quantity contract for Simplified Acquisition of Base Engineering Requirement (SABER). Contractor will provide all plant, labor, materials and equipment, and perform all operations in connection with SABER at Eglin Air Force Base. Work is expected to be complete by June 16, 2017. This award is the result of a sole-source acquisition. Fiscal 2016 operations and maintenance; and research, development, test and evaluation funds in the amount of $26,193 are being obligated on task order 0001 at the time of award. Air Force Test Center, Eglin Air ForceBase, Florida, is the contracting activity (FA2823-16-D-4010).

160px-Special_Operations_Specops_Army.svgU.S. SPECIAL OPERATIONS COMMAND

Zero Point Inc., Virginia Beach, Virginia, has been awarded a five-year indefinite-delivery/indefinite-quantity contract (H92222-16-D-0042) with a $49,000,000 maximum ceiling for technical and programmatic assistance, to include training for radio-controlled improvised explosive devices, electronic countermeasures, explosive ordinance disposal and counter proliferation systems engineering support, systems analysis, strategic project support, telecommunications analysis and technical support; and other similar and related support services.  The primary place of performance will be the Aberdeen Training Facility in Fort Bragg, North Carolina, but services will be provided worldwide as specified in individual task orders, with an estimated completion date of June 27, 2022.  Fiscal 2016 operations and maintenance funds in the amount of $2,667,014 are being obligated at time of award. Funding will be of the appropriate type and year at the task order level.  None of this funding will be multi-year. Special Operations Command, Tampa, Florida, is the contracting activity.

*Small business

ARMY

Clark Construction Group LLC, Bethesda, Maryland, was awarded a $616,311,000 firm-fixed-price, incrementally funded contract with options to design and build a multi-story office building.  Seven bids were solicited with seven received. Work will be performed at Ft. Meade, Maryland, with an estimated completion date of Aug. 11, 2020.  Fiscal 2016 military construction funds in the amount of $24,000,000 were obligated at the time of the award.  Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-16-C-0013).

Lockheed Martin Integrated Systems Inc., Bethesda, Maryland, was awarded a $34,027,588 modification (P00019) to contract W912DY-15-F-0164 for Next Generation Technical Services IV.  Work will be performed in Wright Patterson Air Force Base, Ohio; Aberdeen Proving Ground, Maryland; Stennis Space Center, Mississippi; Vicksburg, Mississippi; and Lorton, Virginia, with an estimated completion date of Sept. 17, 2016.  FiscalDepartment of the Army 2016 research, development, testing, and evaluation funds in the amount of $5,000,000 were obligated at the time of the award.  Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Alliant Techsystems Operations LLC, Rocket Center, West Virginia, was awarded a $24,860,200 cost-plus-fixed-fee contract for research, development, and testing of rocket propulsion technology for Army missile systems, with an estimated completion date of June 16, 2021. Bids were solicited via the Internet with one received. Funding and work location will be determined with each order.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-16-D-0002).

Inland Dredging Co. LLC, Dyersburg, Tennessee, was awarded a $24,000,000 firm-fixed-price contract for dredging within the Army Corps of Engineers, Mobile District, with an estimated completion date of Aug. 17, 2017.  Bids were solicited via the Internet with three received. Funding will be determined with each order. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-16-D-0096).

Jacobs Field Services North America Inc., Oak Ridge, Tennessee, was awarded a $17,048,890 modification (000111) to contract W912WJ-14-D-0002 to remove deactivated electrical cables; debris removal; site operation and maintenance; and technical support and mechanical dredging for the New Bedford Harbor Superfund Site.  The estimated completion date is June 30, 2017.  Funding and work location will be determined with each order.  Army Corps of Engineers, Concord, Massachusetts, is the contracting activity.

Andritz Hydro Corp., Charlotte, North Carolina, was awarded a $16,383,400 firm-fixed-price, incrementally funded contract with options to rehabilitate five Baldwin-Lima-Hamilton turbine hub linkages at the John Day Dam, Rufus, Oregon, with an estimated completion date of Sept. 24, 2020.  Bids were solicited via the Internet with two received.  Fiscal 2016 other procurement funds in the amount of $500,000 were obligated at the time of the award.  Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-16-C-0028).

Jacobs Field Services North America Inc., Oak Ridge, Tennessee, was awarded a $7,853,186 modification (000112) to contract W912WJ-14-D-0002 for management support, design, engineering and services for mechanical dredging in the intertidal area along the Fairhaven, Massachusetts, shoreline, with an estimated completion date of June 14, 2017.  Funding will be determined with each order.  Army Corps of Engineers, Concord, Massachusetts, is the contracting activity.

CORRECTION: A foreign military sales contract (Afghanistan) for Harris Corp., Rochester, New York (W91CRB-16-D-5006), to procure Harris radios, ancillaries, spare parts and services, was mistakenly announced on June 16, 2016. The contract has not yet been awarded.

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

BCF Solutions Inc., Chantilly, Virginia, is being awarded a $109,680,314 cost-plus-fixed-fee contract, including options, for advisory and assistance services. This technical, engineering, advisory and management support acquisition contract includes wide-range acquisition services including acquisition life-cycle planning, policy development, program review and analysis, documentation, and integration, focused on supporting the Missile Defense Agency’s effective development and deployment of the Ballistic Missile Defense System.  Work will be performed in the National Capital Region which includes Fort Belvoir, Virginia; Huntsville, Alabama; Dahlgren, Virginia; Colorado Springs, Colorado; Albuquerque, New Mexico; and Hanscom Air Force Base, Massachusetts, with an expected completion date in July 2021.  Fiscal 2016 research, development, test, and evaluation funds in the amount of $5,363,426 are being obligated at time of award.  A total of seven offers were received and this contract was competitively awarded.  The government selected for award the most advantageous proposal representing the best value to the government.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-16-C-0047).

DEFENSE LOGISTICS AGENCY

Welch Allyn Inc., Skaneateles Falls, New York, has been awarded a $43,650,000 modification (P00106) exercising the seventh one-year option period of a one-year base contract (SPM2D1-09-D-8350) 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 New York, withDefense_Logistics_Agency a June 23, 2017, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 through 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Wolverine World Wide Inc., Rockford, Michigan, has been awarded a $10,339,075 modification (P00009) exercising the first one-year option period of a one-year base contract (SPE1C1-15-D-1067) with four one-year option periods for men’s and women’s leather dress shoes. This is a firm-fixed-price contract. Location of performance is Michigan, with a June 9, 2017, performance completion date. Using service is Navy. Type of appropriation is fiscal 2016 through 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

600px-US-DeptOfNavy-Seal.svgNAVY

HDT Expeditionary Systems Inc., Solon, Ohio (N00178-16-D-2015); and Design West Technologies,* Tustin, California (N00178-16-D-2020), are being awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts for the procurement of M98 gas particulate filter sets.  The maximum ceiling dollar value for both contracts combined is $37,692,590 for the two-year term on the contract (two-year ordering period).  The two contractors may compete for task orders under the terms and conditions of the awarded contracts.  Work will be performed in Solon, Ohio, for the filters manufactured by HDT; and in Tustin, California, for the filters manufactured by DWT, and is expected to be complete by May 2018.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $1,369,015 will be obligated at time of award and funds will expire at the end of the current fiscal year.  These contracts were not competitively procured in accordance with 10 U.S. Code 2304(c)(1).  The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity.

Notkin Mechanical Engineers,* Seattle, Washington, is being awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architectural and engineering projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR).  Projects may include: seismic upgrades; new and major renovation facility construction; infrastructure and utility repair or replacement projects; energy conservation projects; new installation or repair of heating ventilation and air conditioning, direct digital controls, lighting or other building systems, planning studies; consultation on technical issues; storm drainage systems; roads/parking lots; interior/exterior lighting systems; intrusion detection systems; designs for fire suppression and protection systems; asbestos/lead abatement, disposal of hazardous materials; and cadastral services. 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); Wyoming (1 percent); and possibly within 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 June 2021.  Fiscal 2016 Navy working capital funds (NWCF) in the amount of $10,000 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 military construction (Navy); operations and maintenance (Navy); and NWCF.  This contract was competitively procured via the Federal Business Opportunities website, with seven proposals received.  The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-16-D-2006).

Lockheed Martin Corp., Orlando, Florida, is being awarded a $10,629,679 cost-plus-fixed-fee, firm-fixed-price contract for approximately185,059 man hours of life cycle logistics services for the Tomahawk command and control system; Naval Mission Planning System; digital camera receiving stations; and Naval Strike Warfare Planning Center programs in support of the Navy and the governments of Japan, Australia, Denmark, Saudi Arabia, Finland , Italy, Malaysia, Kuwait, Pakistan, Canada, and the United Kingdom.  Work will be performed in Marlton, New Jersey, and is expected to be completed in June 2017.  Fiscal 2016 other procurement (Navy); fiscal 2016 operations and maintenance (Navy); and foreign military sales funds in the amount of $7,174,270 will obligated at time of award; $4,986,444 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. This contract combines purchases for the Navy ($7,542,815; 70.96 percent); and the governments of Japan ($280,624; 2.64 percent); Australia ($280,624; 2.64 percent); Denmark ($280,624; 2.64 percent); Saudi Arabia ($280,624; 2.64 percent); Finland($280,624; 2.64 percent); Italy($280,624; 2.64 percent); Malaysia ($280,624 ; 2.64 percent); Kuwait ($280,624; 2.64 percent); Pakistan($280,624; 2.64 percent); Canada ($280,624; 2.64 percent); and the United Kingdom ($280,624; 2.64 percent) under the Foreign Military Sales program.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-16-C-0328).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Northrop Grumman Systems Corp., Aerospace Systems, El Segundo, California, has been awarded a $17,773,859 modification (P00003) to previously awarded other transaction for prototype project agreement HR0011-16-9-0003 for additional tasks under Phase III of the Tactically Exploited Reconnaissance Node (Tern) program. The Tern program is to 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 from1280px-DARPA_Logo smaller ships.  Phase III focuses on the design, fabrication, and testing of a prototype Tern Demonstration System (TDS). The additional tasks awarded under the modification include the fabrication, assembly, and checkout of a second Tern TDS Air Vehicle (AV-2). As a result of this modification, the total amount of the agreement is increased by $17,773,859, from $132,473,192 to $150,247,051. Correspondingly, the estimated government funding for the agreement is increased by $16,748,000, from $93,076,636 to $109,824,636; and the Northrop Grumman cost share is increased by $1,025,859, from $39,396,556 to $40,422,415. Work will be performed in El Segundo, California (35 percent); Mojave, California (50 percent); East Aurora, New York (9 percent); and Benbrook, Texas (6 percent), with an estimated completion date of December 2018. Fiscal 2015 and 2016 research and development funds in the amount of $11,784,812 are being obligated at time of award. The Defense Advanced Research Projects Agency, located in Arlington, Virginia, is the contracting activity.

*Small business

Department of the ArmyARMY

Harris Corp., Rochester, New York, was awarded a $1,700,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multi-year foreign military sales contract (Afghanistan) to procure Harris radios, ancillaries, spare parts and services.  Bids were solicited via the Internet with one received. The estimated completion date is June 15, 2021. Funding and work location will be determined with each order.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91CRB-16-D-5006).

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $15,951,250 modification (P00035) to contract W56HZV-13-C-0319 for equipment and facility repairs at the Joint Systems Manufacturing Center, Lima, Ohio, with an estimated completion date of Sept. 30, 2017.  Fiscal 2014 and 2016 other procurement (Army) funds in the amount of $15,951,250 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

Roof Spec Inc.,* Saint Paul, Minnesota (W91278-16-D-0094); and Bradford Roof Management Inc.,* Billings, Montana (W91278-16-D-0092), were awarded a $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with options for  sustaining engineering and technical support services to the Army Corps of Engineers, Mobile District, for the Roofing Sustainment Management System (ROOFER) implementation at Army installations.  Bids were solicited via the Internet with seven received.  Funding and work location will be determined with each order. The estimated completion date is June 19, 2020.  Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

NAVY

Fluor Federal Solutions LLC, Greenville, South Carolina, is being awarded a $47,050,814 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N69450-12-D-7582) to exercise option four for base operations support services at various installations in the Naval Facilities Engineering Command Southeast area of responsibility.  The work to be performed provides for regional base operating support services including, but not limited to, the following functions: port operations, facilities support services, facility investment, base support vehicles and equipment, and environmental.  After award of this option, the total cumulative contract value will be $225,455,256.  Work will be performed in Jacksonville, Florida, and is expected to be completed by June 2017.  No funds will be obligated at time of award.  Fiscal 2016 operations and maintenance (O&M), (Navy); fiscal 2016 O&M, (Marine Corps); fiscal 2016 Navy working capital funds; fiscal 2016 Defense Health Program; and fiscal600px-US-DeptOfNavy-Seal.svg 2016 family housing O&M (Navy) contract funds in the amount of $37,938,938 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.

Raytheon Co., Fullerton, California, is being awarded a $14,015,266 modification to a previously awarded cost-plus-incentive-fee contract (N00019-08-C-0034) to perform Block 1 engineering and manufacturing development activities and preparation for configuration design review in support of the Joint Precision Approach and Landing System Program.  Work will be performed in Fullerton, California (64 percent); and Cedar Rapids, Iowa (36 percent), and is expected to be completed in September 2016.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $6,170,744 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.

Correction:  The contract awarded on June 15, 2016, to S.B. Ballard Construction Co., Virginia Beach, Virginia (N40085-16-C-6119), for $20,459,328, is revised to show the award amount is $19,080,553.  All other information in the announcement is correct.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

GE Aviation, Cincinnati, Ohio, has been awarded a not-to-exceed $26,979,910 undefinitized contract action for F110 Service Life Extension Program (SLEP) kits. Contractor will provide 12 SLEP kits composed of 18 individual kits that support the F110-100 engines used in the Egyptian Air Force F-16 fleet. This contract is 100 percent foreign military sales to Egypt. Work will be performed at Cincinnati, Ohio, and is expected to be complete by Sept. 30, 2016. Air Force Material Command, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8122-16-F-0042).

United Technologies Corp. – UTC Aerospace Systems, Windsor Locks, Connecticut, has been awarded a $24,000,000 indefinite-delivery/indefinite-quantity contract for research in the areas of power and thermal management system detailed design. Work will be performed at Windsor Locks, Connecticut; and West Palm Beach Florida, and is expected to be complete by May 31, 2022. This award is the result of a competitive acquisition with four offers received. Fiscal 2015 and 2016 research, development, test and evaluation funds in the amount of $766,666 are being obligated for task order 0001 at the time of award. Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-16-D-2617).

Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a not-to-exceed $20,431,791 modification (P00579) to previously awarded contract FA8625-11-C-6597 for C-130J long lead items. Contractor will provide long-lead spares and support equipment in preparation for the procurement of four France C-130J aircraft. Work will be performed at Marietta, Georgia, and is expected to be complete by May 31, 2019. This contract is 100 percent foreign military sales for France. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Nimbis Services Inc., Oro Valley, Arizona, has been awarded a $9,000,000 Small Business Innovation Research Phase III, indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee task orders for research and development. Contractor will continue research and development for a Department of Defense (DoD)-wide, DoD-owned cloud-based silicon integrated circuit design environment which will allow for seamless linkage of the best design and verification capabilities across DoD. Work will be performed at Columbus, Ohio, and is expected to be complete by June 15, 2023. This award is the result of a sole-source acquisition. Fiscal year 2015 research, development, test and evaluation funds in the amount of $749,468 are being obligated for task order 0001 at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-16-D-1722).

DEFENSE LOGISTICS AGENCY

Lockheed Martin, Orlando, Florida, has been awarded a maximum $23,726,165 firm-fixed-price delivery order (TH01) against a basic ordering agreement SPE4A1-15-G-0005 for equipment in support of F/A 18 aircraft. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Florida, with a Dec. 31, 2018, performance completion date. Using service is Navy. Type of appropriation is fiscal 2016 through fiscal 2019 Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

IDSC Holdings LLC, Kenosha, Wisconsin, has been awarded a maximum $13,792,415 firm-fixed-price contract for spare parts for multiple weaponDefense_Logistics_Agency systems, aircraft and vehicles. This was a competitive acquisition with one response received. This is a three-year base contract with two one-year option periods. Locations of performance are Wisconsin and Illinois, with a June 15, 2019, performance completion date. Using military services are Army and Navy. 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-0119).

Crown Clothing Co.,* Vineland, New Jersey, has been awarded a maximum $7,943,140 modification (P00105) exercising the third one-year option period of a one-year base contract (SPM1C1-13-D-1059) with four one-year option periods for men’s coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is New Jersey, with a June 23, 2017, performance completion date. Using military service is 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.

*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

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

The Boeing Co., Seattle, Washington, has been awarded a $127,300,000 modification to previously awarded contract FA8625-16-C-6599 for Presidential Aircraft Recapitalization (PAR) program, phase 2 pre-milestone B activities. This modification is another step in a deliberate process to control program risk and life-cycle costs. The contractor will conduct risk reduction activities needed to address PAR sustainment requirements and costs that are additional to those initially awarded on Jan. 29, 2016. These activities will most notably focus on the system specification, the environmental control system, the aircraft interior, the electrical and power system and sustainment and maintenance approaches. They will aid in further defining detailed requirements and design trade-offs required to support informed decisions that will lead to a lower risk engineering and manufacturing development program and lower life-cycle costs. Work will be performed at Seattle, Washington; and Everett, Washington, and is expected to be complete by Jan. 31, 2018. Fiscal 2015 and 2016 research, development, test and evaluation funds in the amount of $56,239,977 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Technica Corp., Dulles, Virginia,* has been awarded a $40,825,603 task order (FA8732-14-D-0015-X001) using the NETCENTS-2 NetOps and Infrastructure Solutions indefinite delivery/indefinite-quantity contract for information technology services.  The award, supporting the Air Force National Capital Region, includes four one-year options that if exercised would bring the total contract value to $224,402,153. Work will be performed at Joint Base Andrews, Maryland; Joint Base Anacostia-Bolling, Washington, District of Colombia, the Pentagon, Washington, District of Colombia; National Military Command Center, Washington, District of Columbia; and other Air Force organizations within the National Capital Region. Services for the base year will last between Aug. 1, 2016 and July 31, 2017. This award is the result of a competitive acquisition in which 11 offers were received. Fiscal 2016 operations and maintenance funds in the amount of $40,825,603 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity.

BAE Systems Information and Electronic Systems Integration, Technology Solutions-Advanced Information Technologies, Burlington, Massachusetts, has been awarded a $9,402,650 cost-plus-fixed-fee contract for software and reports. The contractor will provide development and integration of latest advancements in machine learning that prove beneficial for the objectives of this effort; architectural enhancements that increase the flexibility and agility of applying analytics to solve space situational awareness problems, and take full advantage of high performance computing capabilities and multiple forms of visualization of the reasoning performed by the analytics involved in this effort. This includes demonstration of new capabilities over three year-long spirals which progressively demonstrate detection of increasingly complex scenarios and improved detection and prediction capabilities. Work will be performed at Burlington, Massachusetts; and Arlington, Virginia, and is expected to be complete by July 15, 2019. This award is the result of a competitive acquisition with two offers received. Fiscal 2016 research, development, test and evaluation funds in the amount of $868,750 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-16-C-0095).

ARMY

Longbow LLC, Orlando, Florida, was awarded a $20,790,247 modification (P00006) to contract W58RGZ-15-C-0078 for version six software integration effort; radar electronic unit full-rate production lots 5-6b awarded as an unpriced change order.  Work will be performed in Orlando, Florida, with an estimated completion date of Oct. 31, 2017.  Fiscal 2014 other funds in the amount of $10,395,124 were obligated at the time of the award.  Army Contracting Command, Rock Island, Illinois, is the contracting activity.

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $15,630,000 modification (P00005) to contract W56HZV-16-D-0035 to refurbish 107 Stryker vehicles withDepartment of the Army an estimated completion date of July 17, 2017.  Funding and work location will be determined with each order.  Army Contracting Command, Warren, Michigan, is the contracting activity.

Logistics and Technology Services*, Huntsville, Alabama, was awarded an $8,822,756 firm-fixed-price contract for municipal services for region one Arkansas and Oklahoma, to include, but not limited to, janitorial services, such as space cleaning, floor care, restroom services, pest control services, ground maintenance services, and environmental services.  Bids were solicited via the Internet with five received.  Work will be performed at locations to be determined with an estimated completion date of July 14, 2019.  Funding will be determined with each order.  Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9127S-16-D-0018).

Great Lakes Dredge & Dock Company LLC, Oak Brook, Illinois, was awarded an $8,022,000 firm-fixed-price contract for beach fill nourishment, Rehoboth Beach and Dewey Beach, Delaware.  Bids were solicited via the Internet with two received.  Work will be performed in Rehoboth, Delaware, with an estimated completion date of Feb. 26, 2017.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $7,203,426; and fiscal 2016 other funds in the amount of $818,574 were obligated at the time of the award.  Army Corp of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-16-C-0033).

World Wide Technology Inc., Maryland Heights, Maryland, was awarded a $7,980,851 firm-fixed-price contract for purchase of data storage hardware, software, maintenance, and professional implementation services to replace the obsolete data storage items at all affected Army Corps of Engineer locations.  Bids were solicited via the Internet with six received.  Work will be performed in Maryland Heights, Maryland, with an estimated completion date of March 31, 2017.  Fiscal 2016 other funds in the amount of $7,980,851 were obligated at the time of the award.  . Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W52P1J-16-D-0016).

600px-US-DeptOfNavy-Seal.svgNAVY

Electric Boat Corp., Groton, Connecticut, is being awarded an $18,952,000 not-to-exceed, undefinitized contract action against a previously awarded contract (N00024-10-C-2118) for procuring Virginia Payload Module (VPM) payload tube supplier preproduction effort.  The contractor will be procuring two vendor payload tube preproduction setups to support the manufacturing start of the VPM payload tubes. The work will be performed in Groton, Connecticut, and is scheduled to be completed by July 2018.  Fiscal 2016 research, development, test and evaluation (Navy) funding in the amount of $6,758,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

FLIR Surveillance Inc., Wilsonville, Oregon, is being awarded a $13,346,312 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for electro-optics sensor (EOS) systems for both Sea Star Safire III and Brite Star II systems.  The services under this contract cover provision item ordering spares, repairs, field repair, technical assists, travel, training, and data. The Sea Star Safire III EOS system is a rugged and ship mountable system to provide surface ships with a day/night, high-resolution, infrared and visible band imaging capability, as well as rangefinding capability, to augment existing optical and radar sensors for the purpose of detecting and identifying asymmetric threats.  The Brite Star II EOS system functions as the fire control system for the Patrol Coastal Griffin Missile System.  It uses infrared and charged coupler device cameras to detect, identify, and track targets.  Brite Star II uses a laser range finder to determine the distance and position of the target and provides terminal guidance to the launched Griffin Missile seeker head with a laser designator.  Work will be performed in Wilsonville, Oregon, and is expected to be completed by July 2021.  Fiscal 2016 working capital fund (Navy) in the amount of $900 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) – only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-16-D-JQ96).

*Small business

NAVY

Orocon-Carothers JV2,* Oxford, Mississippi (N69450-16-D-1108); Whitesell-Green Inc.,* Pensacola, Florida (N69450-16-D-1109); ARTEC Group,* Sarasota, Florida (N69450-16-D-1110); Desbuild Inc.,* Hyattsville, Maryland (N69450-16-D-1111); Southeast Cherokee Construction Inc.,* Montgomery, Alabama (N69450-16-D-1112);  Leebcor Services LLC,* Williamsburg, Virginia (N69450-16-D-1113); and Howard W. Pence Inc.,* Elizabethtown, Kentucky (N69450-16-D-1114), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build600px-US-DeptOfNavy-Seal.svg construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all seven contracts combined is $99,000,000.  The work to be performed provides for primarily general building type projects; new construction, renovation, alteration, demolition and repair work in support of Department of Defense activities in the NAVFAC Southeast AOR.  Projects issued under this contract will require either single-discipline or multi-discipline design services or may include 100 percent performance specifications.  These seven contractors may compete for task orders under the terms and conditions of the awarded contract.  The ARTEC Group is being awarded task order 0001 at $12,228,057 for the design and construction of the Littoral Combat Ship Mission Module Readiness Center at Naval Station Mayport, Jacksonville, Florida.  Work for this task order is expected to be completed by February 2018.  All work on this contract will be performed primarily within the NAVFAC Southeast AOR.  The term of the contract is not to exceed 60 months with an expected completion date of July 2021.  Fiscal 2016 military construction (Navy); and fiscal 2016 operations and maintenance (Navy) contract funds in the amount of $12,234,057 are being obligated on this award, of which $6,000 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 26 proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

QED Systems Inc., Virginia Beach, Virginia, is being awarded a $22,149,559 cost-type modification to a previously awarded contract (N00024-15-C-4400) for third-party advanced planning services in support of Chief of Naval Operations availabilities, continuous maintenance availabilities (CMAVs), inactivation CMAVs, sustainment availabilities, phased modernization availabilities, re-commissioning availabilities, and continuous maintenance and emergent maintenance window of opportunity for Navy surface combatant ship classes (CG 47 and DDG 51).  Work will be performed in Virginia Beach, Virginia (60 percent); and San Diego, California (40 percent), and is expected to be completed by July 2017.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $863,734 will be obligated at time of award and will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Space Systems Co., Sunnyvale, California, is being awarded a $21,750,000 unpriced-letter contract for long lead material and the labor, planning and scheduling necessary to support the fiscal 2017 Trident II D5 missile production schedule.  Work will be performed at Sunnyvale, California, with an expected completion date of Sept. 30, 2021.  Fiscal 2016 weapons procurement (Navy) contract funds in the amount of $21,750,000 are being obligated at time of award.  The contract funds will not expire at the end of the current fiscal year.   This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1).  Strategic Systems Program, Washington, District of Columbia, is the contracting activity (N00030-16-C-0100).

The Boeing Co., Seattle, Washington, is being awarded a $16,332,383 modification to a previously awarded firm-price-incentive-firm-target contract (N00019-14-C-0067).  This modification provides for the procurement and installation of additional fiber optic wiring and fiber connector savers in support of 35 P-8A aircraft for the Navy (27); and Royal Australian Air Force (8).  Work will be performed at Seattle, Washington (62 percent); Glendale, California (32 percent); and other various location within the U.S. (6.0 percent), and is expected to be complete by February 2019.  Fiscal 2014, 2015 and 2016 aircraft procurement (Navy); and international partner funds are being obligated in the amount of $13,329,927, of which $417,483 will expire at the end of the current fiscal year.  This contract combines the purchase of Navy ($11,999,927; 73.47 percent), and the Government of Australia ($4,332,456; 26.53 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

CORRECTION:  Contracts awarded on July 12, 2016, to Cowan & Associates Inc.,* Arlington, Virginia (N00189-16-D-Z031); Cydecor Inc.,* Arlington, Virginia (N00189-16-D-Z032); Innovative Aviation Services*, Newnan, Georgia (N00189-16-D-Z033); and Synchron LLC,* Fairfax Station, Virginia (N00189-16-D-Z034), should have stated the contract was awarded as small business set-aside, not an 8(a) set-aside requirement.

Defense_Health_AgencyDEFENSE HEALTH AGENCY

EHR Total Solutions LLC, Arlington, Virginia, was awarded a potential $70,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, single award contract (HT0011-16-D-0001) to provide Next Generation Tri-Services workflow services for current Military Treatment Facilities with Tri-Service workflow products, including legacy and modern electronic health record systems.  Support includes the Army, Navy, and Air Force. The period of performance is for a 12-month base period with four one-year option periods, and has an estimated completion date of July 13, 2021.  Work location is task order dependent but primarily will occur in Falls Church, Virginia. Task orders will be funded with operations and maintenance funds. This contract was competitively solicited via Federal Business Opportunity website, with six proposals received. The Defense Health Agency, Falls Church, Virginia, is the contracting activity.

ARMY

Northrup Grumman Systems Corp., Herndon, Virginia, was awarded a $14,293,010 cost-plus-fixed-fee, incrementally funded contract with options for information technology support for the Army Planning, Programming, and Budgeting Business Operating System.  Bids were solicited via the Internet with one received.  Work will be performed in Washington, District of Colombia, with an estimated completion date of July 28, 2021.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $7,544,183 were obligated at the time of the award. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91CRB-16-F-0012).

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $10,511,518 cost-plus-fixed-fee contract for system technical support and system sustainment technicalDepartment of the Army support the for mine protected clearance vehicle M1272 Buffalo.  One bid was solicited with one received. Funding and work location will be determined with each order with an estimated completion date of July 14, 2019.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-D-0091).

Tetra Tech-Maytag Aircraft Corp. JV, Pasadena, California, was awarded a $7,344,401 modification (000409) to contract W912DY-13-G-0010 for inspections, recurring preventive maintenance, minor repair, and minor construction on the Defense Logistics Agency Energy capitalized petroleum facilities at various military sites across the U.S.  The contract has an estimated completion date of July 27, 2017.  Bids were solicited via the Internet with two received. Fiscal 2016 military construction funds in the amount of $7,344,401 were obligated at the time of the award.  Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

UPDATE: Terex Corp., Fredericksburg, Virginia (SPE8EC-16-D-0010), has been added as an awardee to the multiple award contract issued against solicitation SPM8EC-11-R-0001 announced Aug. 1, 2011.

*Small business

160px-Special_Operations_Specops_Army.svgU.S. SPECIAL OPERATIONS COMMAND

Battelle Memorial Institute, Columbus, Ohio, is being awarded a seven-year, indefinite-delivery/indefinite-quantity, firm-fixed-price, and cost-plus-fixed-fee contract (H92222-16-D-0043) for the purchase of non-standard commercial vehicles in support of U.S. Special Operations Command.  This contract supports requirements for modified commercial off the shelf trucks and sport utility vehicles that retain the original equipment manufacturer’s profile while supporting the integration of armor, heavy-duty suspension and brakes, run flat tires/wheels, and communication equipment.  The estimated contract value is $170,000,000 with fiscal2016 procurement funds in the amount of $709,765 being obligated at time of award. This contract was awarded through full and open competition, and five proposals were received.  This contract will be funded at the delivery order level with procurement appropriation.  Delivery order 0001 will be issued using fiscal 2016 appropriations. The majority of work will be performed in Columbus, Ohio, and is expected to be completed by July 2023.  Special Operations Command, Tampa, Florida, is the contracting activity.

Lockheed Martin Mission Systems and Training, Riviera Beach, Florida, is being awarded a $166,000,000, “C” type contract (H92222-16-C-0096), for the design, development, construction, test, production and sustainment of the dry combat submersible system in support of U.S. Special Operations Command.  This contract is necessary to fill a capability gap for surface launched dry submersibles which will be used in harsh maritime environments by leveraging commercial submersible technologies and international classing safety certification. The work will be performed in Riviera Beach, Florida; and the United Kingdom, and is expected to have a period of performance of 66 months. This contract was awarded through full and open competition. Thirty-four companies received access to the solicitation which was posted on the Federal Business Opportunities website. Of the 34 companies receiving access to the solicitation, one offer was received. Fiscal 2016 research, development, test, and evaluation funds in the amount of $26,845,792 are being obligated at time of award. This contract will be funded with fiscal 2016 through 2020 research, development, test and evaluation; fiscal 2018 and 2019 procurement; and fiscal 2019 through 2021 operations and maintenance funds. Special Operations Command, Tampa, Florida, is the contracting activity.

Department of the ArmyARMY

Safran Optics 1 Inc., Bedford, New Hampshire, was awarded a $304,522,367 firm-fixed-price, multi-year contract for Laser Target Locator Module II.  Bids were solicited via the Internet with five received, with an estimated completion date of July 11, 2015.  Funding and work location will be determined with each order. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91CRB-16-D-0018).

NAVY

Out of the Fog Research LLC,* Mountain View, California, is being awarded a $53,435,866 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide systems acquisition support, systems engineering, project management, basic research, development, evaluation and implementation of cryogenic radio frequency systems, and advanced cryogenic core digital and quantum memory technologies, exploiting superconducting quantum interference device, tactical signals intelligence systems, and other military platforms. This is one of two multiple award contracts. Both awardees will compete for task orders during the ordering period.  This three-year contract includes one two-year option period which, if exercised, would bring the potential value600px-US-DeptOfNavy-Seal.svg of this contract to $91,366,648. Work will be performed in San Diego (90 percent) and Mountain View (10 percent), California, and work is expected to be completed July 12, 2019.  If the options are exercised, work will continue through July 2021. No funds will be obligated at the time of award, and no funds will expire at the end of the current fiscal year. Research, development, test and evaluation funding will be obligated as individual task orders are issued.  This contract was competitively procured via request for proposal N66001-16-R-0062 for total small business set-aside via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Three proposals were received and two were selected for award.  Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0290).

Hypres Inc.,* Elmsford, New York, is being awarded a $40,387,367 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award contract to provide systems acquisition support, systems engineering, project management, basic research, development, evaluation and implementation of cryogenic radio frequency systems, and advanced cryogenic core digital and quantum memory technologies, exploiting superconducting quantum interference device, tactical signals intelligence systems, and other military platforms.  This is one of two multiple award contracts. Both awardees will compete for task orders during the ordering period.  This three-year contract includes one two-year option period which, if exercised, would bring the potential value of this contract to $67,699,661.  Work will be performed in San Diego, California (90 percent); and New York, New York (10 percent). Work is expected to be completed July 12, 2019.  If the options are exercised, work will continue through July 2021.  No funds will be obligated at the time of award, and no funds will expire at the end of the current fiscal year. Research, development, test and evaluation funding will be obligated via task orders.  This contract was competitively procured via request for proposal N66001-16-R-0062 for total small business set-aside via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central web site.  Three proposals were received and two were selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0289).

Raytheon Co., Largo, Florida, is being awarded a $30,309,312 firm-fixed-price modification to a previously awarded contract (N00024-12-C-5231) for planar array antenna assemblies with radar absorbing material in support of the Cooperative Engagement Capability (CEC) transmission processing sets.  CEC is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information such that the superset of this data is available to all participating CEC units. CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies.  This contract combines purchases for the Navy (64 percent); and the government of Japan (36 percent), under the Foreign Military Sales program.  Work will be performed in Largo, Florida, and is expected to be completed by February 2018.  Fiscal 2016 shipbuilding and conversion (Navy); fiscal 2016 other procurement (Navy); and foreign military sales funding in the amount of $30,309,312 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity

Sodexo Management Inc., Gaithersburg, Maryland, is receiving $14,535,270 for modification P00070 under a previously awarded firm-fixed price, incentive and award fee provisions contract (M00027-11-C-0003).  This modification provides for the following changes being produced under the basic contract: 1) increases the number of meals served quantity by 1,750,000 from 12,650,000 to 14,400,000 at a rate of $7.56 for a total amount of $13,230,000; 2) increases the quantity of fruit support by 25,000 from 160,000 to 185,000 for a total amount of $12,250; 3) increases the quantity of estimated repair parts and materials by 200,000 from 500,000 to 700,000 for a total amount of $200,000;  4) create two new sub contract line item numbers (SubCLINs) — SubCLIN 5009AD (period one) and SubCLIN 5009AG (period two) — to capture the estimated pricing for cooking oil for mess halls at Cherry Point, North Carolina; Bogue, North Carolina; and Camp Lejeune, North Carolina, in the amount of $78,000 each; 5) increases the unit price of incentive award fee for period one for a total amount of $363,684 based on the above increases; and 6) increases the unit price of incentive award fee for period two for a total amount of $573,336 based on the above increases.  This modification increases the basic value of the contract to $640,458,710.  Work will be performed in Camp Lejeune, North Carolina (50.15 percent); Parris Island, South Carolina (33.44 percent); Quantico, Virginia (6.87 percent); Cherry Point, North Carolina (5.04 percent); Beaufort, South Carolina (2.3 percent); Washington, District of Columbia (1.29 percent); Norfolk, Virginia (0.78 percent); and Bogue, North Carolina (0.13 percent).  Work is expected to be completed by September 2016.   Fiscal 2016, 1105 subsistence-in-kind funds in the amount of $14,535,270 will be obligated at the time of award and will expire at the end of the current fiscal year.  Marine Corps Installation Command Headquarters, Washington, District of Columbia, is the contracting activity.

DRS Laurel Technologies, Johnstown, Pennsylvania, is being awarded an $11,464,767 firm-fixed-price modification to a previously awarded contract (N00024-15-C-5228) for Cooperative Engagement Capability (CEC) transmission processing sets and spares.  CEC is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information such that the superset of this data is available to all participating CEC units.  CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies.  This contract combines purchases for the Navy (93 percent); and the government of Australia (7 percent), under the Foreign Military Sales program.  Work will be performed in Largo, Florida, and is expected to be completed by January 2018.  Fiscal 2016 aircraft procurement (Navy); fiscal 2016 shipbuilding and conversion (Navy); fiscal 2016 other procurement (Navy), and foreign military sales funding in the amount of $11,464,767 will be obligated at time of award, and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

CORRECTION:  The contract awarded June 29, 2016, to the Boeing Co., Seattle, Washington, for $18,116,915, should have stated the contract number as  N00019-16-G-0001, not N00019-11-G-0001.

*Small business

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

AM General, South Bend, Indiana, was awarded a $356,213,318 modification (P00019) to contract W56HZV-15-C-0155 for 1,259 M1151A1B1 High Mobility Multipurpose Wheeled Vehicles (HMMWVs); and 414 M1152A1B2 Troop Enclosure HMMWVs in support of Afghanistan.  Work will be performed in Mishawaka, Indiana, with an estimated completion date of July 29, 2017.  Fiscal 2015 other procurement funds in the amount of $356,213,318 were obligated at the time of the award.  Army Contracting Command Warren, Michigan, is the contracting activity.

Source America, Vienna, Virginia, was awarded a $43,427,857 firm-fixed-price, incrementally funded contract with options for installation facilitiesDepartment of the Army maintenance.  One bid was solicited with one received.  Work will be performed at Ft. Knox, Kentucky, with an estimated completion date of July 31, 2019.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $8,246,467 were obligated at the time of the award.  Army Contacting Command, Ft. Knox, Kentucky, is the contracting activity (W9124D-16-C-0014).

L&S Services LLC, Tucker, Georgia, was awarded a $32,828,048 firm-fixed-price, multi-year contract with options for a food service contract.  Bids were solicited via the Internet with four received. Work will be performed at Ft. Benning, Georgia, with an estimated completion date of June 28, 2019.  Funding and work location will be determined with each order. Army Contracting Command, Ft. Benning, Georgia, is the contracting activity (W911SF-16-D-0004).

Tatitlek Services, Anchorage, Alaska, was awarded a $24,418,070 modification (P0001) to contract W9124J-12-D-0003 to support base services, and to manage the joint mobilization sites, power generation platforms and mobilization-training center.  Work will be performed at Ft. Bliss, Texas, with an estimated completion date of Sept. 29, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $24,418,070 were obligated at the time of the award.  Army Contracting Command, Ft. Bliss, Texas, is the contracting activity.

R.C. Construction Co. Inc., Greenwood, Mississippi, was awarded a $9,531,588 firm-fixed-price contract with options for expanding the tanker apron, Seymour Johnson Air Force Base, North Carolina, with an estimated completion date of Oct. 22, 2017.  Bids were solicited via the Internet with four received.  Fiscal 2013-2015 military construction funds in the amount of $9,531,588 were obligated at the time of the award.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-C-0016).

Missouri Department of Social Services, Jefferson City, Missouri, was awarded a $7,825,706 modification (P0004) to contract W911S7-16-C-0006 for dining facility food service.  Work will be performed in Ft. Leonard Wood, with an estimated completion date of Nov. 10, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $7,825,706 were obligated at the time of the award.  Army is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Herndon Products Inc., O’Fallon, Missouri, has been awarded a maximum $108,000,000 fixed-price with economic-price-adjustment contract for industrial hardware for aviation maintenance. This was a competitive acquisition with five responses received. This is a four-year base contract with two three-year option periods. Locations of performance are Missouri and Texas, with a July 31, 2020, performance completion date. Using military service is Army. 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 (SPE5EY-16-D-0547).

Doyon Utilities LLC, Fairbanks, Alaska, has been awarded a maximum $28,500,044 modification (P00092) to a 50-year contract (SP0600-07-C-8261) incorporating interim tariff rates as ordered by the Regulatory Commission of Alaska. This is a regulated tariff contract. Location of performance is Alaska, with an Aug. 14, 2058, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through fiscal 2058 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

URS Federal Services Inc., Germantown, Maryland, has been awarded a maximum $12,992,825 modification (P00072) exercising the fourth one-year option period of a one-year base contract (SP3300-12-C-5003) with four one-year option periods for warehousing and distribution support services. This is a fixed-price incentive firm target contract with cost reimbursement and labor hour line items. Locations of performance are Maryland, and Utah, with a July 31, 2017, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania.

AIR FORCE

Lockheed Martin Corp., Marietta, Georgia, has been awarded a $71,383,146 firm-fixed-price, time and material, cost-plus-incentive-fee, indefinite-delivery/ indefinite-quantity contract for C-130J long term sustainment.  Contractor will provide program sustainment support, inventory control point management, consumable spares replenishment, repair work, sustaining engineering support, technical data, and depot activation in support of the C‐130J weapon system. Work will be performed at Marietta, Georgia, and is expected to be complete by July 31, 2017. This award is the result of a sole-source acquisition. Fiscal 2016 operations and maintenance funds in the amount of $42,033,481 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-16-D-0001).

BAE Systems, Rockville, Maryland, has been awarded a $51,250,135 fixed-price level of effort modification (P00146) to exercise an option on previously awarded contract FA8214-13-C-0001 for integration support contract. 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, 2017. Fiscal 2016 operations and maintenance; and research and development funds in the amount of $32,460,163 are being obligated at the time of award. Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity.

Duke Energy Progress LLC; Raleigh, North Carolina, has been awarded a $45,187,307 indefinite term contract for electric utility service. Contractor will provide all labor, materials, tools, equipment and supervision necessary to supply and deliver electrical energy to meet the required delivery point capacities and peak demands. Work will be performed at Shaw Air Force Base, South Carolina, and is expected to be complete by July 31, 2026. This award is the result of a sole-source acquisition. Fiscal 2016 operations and maintenance funds in the amount of $825,000 are being obligated at the time of award. The 20th Contracting Squadron, Shaw Air Force Base, South Carolina, is the contracting activity (FA4803-16-F-0008).

Trade Products Corp., Fairfax, Virginia, has been awarded a $24,500,000 firm-fixed-price, cost-plus-fixed-fee and cost reimbursement contract for facility furnishings, fit-out and support. Contractor will provide material and services to procure and install furnishings required to support U.S. Strategic Command transition to a new facility, with coordination and oversight provided by a professional project management team. Work will be performed at Offutt Air Force Base, Nebraska, and is expected to be complete by Aug. 31, 2021. This award is the result of a competitive acquisition with three offers received. Fiscal 2016 operations and maintenance funds in the amount of $15,000,000 (estimated) are being obligated at the time of award. The 55th Contracting Squadron, Offutt Air Force Base, Nebraska, is the contracting activity (FA4600-16-D-0013).

Sierra Nevada Corp., Sparks, Nevada, has been awarded a not-to-exceed $10,224,545 undefinitized contract action for the modification of an M-28356px-Seal_of_the_US_Air_Force.svg aircraft. Contractor will provide modification of one aircraft, aircraft ferry, spares, and field service representative support for 12 months after aircraft delivery. Work will be performed at Centennial, Colorado; and Amman, Jordan, and is expected to be complete by July 31, 2018. This contract is 100 percent Foreign Military Sales to the country of Jordan. This award is the result of a sole-source acquisition. The 645th Aeronautical Systems Group, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8620-16-F-4027).

Pacific Scientific Energetic Material Co., Hollister, California, has been awarded a $9,755,179 firm-fixed-price contract for C-17 egress panel production. The egress panels aid in passengers and air crew disembarking of the C-17 during an emergency. Work will be performed at Hollister, California, and is expected to be complete by Dec. 31, 2018. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Fiscal 2014 and 2015 procurement of ammunition funds and foreign military sales funds in the amount of $9,755,179 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-0015).

Vencore Labs Inc., doing business as Applied Communication Sciences; Basking Ridge, New Jersey, has been awarded a $9,021,383 cost-plus-fixed-fee contract for software development. Contractor will provide research, development, demonstration and delivery of a Scalable and Holistic Energy CybeR-weapon Localization and Characterization (SHERLOC) system that is capable of rapidly localizing and characterizing cyber-weapons that have gained access to power grid infrastructure and able to map industrial control systems, gather configuration data, determine which devices are behaving incorrectly, and discover and characterize malware. Work will be performed at Basking Ridge, New Jersey, and is expected to be complete by July 28, 2020. This award is the result of a competitive acquisition with 70 offers received. Fiscal 2016 research, development, test and evaluation funds in the amount of $1,568,315 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-16-C-0178).

BAE Systems Information and Electronic Systems Integration Inc., Burlington, Massachusetts, has been awarded an $8,688,675 cost-plus-fixed-fee completion contract for software. Contractor will provide research, develop, demonstrate, and deliver a PHOENIX software system that allows first responders to entirely disconnect a non-cooperative organization from its network infrastructure and then selectively reform on a separate secure emergency network. Work will be performed at Burlington, Massachusetts, and is expected to be complete by July 29, 2020. This award is the result of a competitive acquisition with 70 offers received. Fiscal 2016 research, development, test and evaluation funds in the amount of $1,498,588 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-16-C-0177).

SRI International, Menlo Park, California, has been awarded a $7,346,989 cost-plus-fixed-fee contract for software. The Threat Intelligence for Grid Recovery is a project under Technical Area 3 of the Defense Advanced Research Projects Agency’s Rapid Attack Detection, Isolation and Characterization Systems (RADICS) program.  The goal of the RADICS program is to enable skilled cyber and power engineers to restore electrical service within seven days of an attack that overwhelms the recovery capabilities of the impacted organizations. RADICS will develop innovative automated systems to detect indications and warning of an impending attack, provide situational awareness, and accelerate recovery actions by enabling first responders to isolate affected systems from the Internet, establish a secure communications network and characterize the nature of the threat. Work will be performed at Menlo Park, California, and is expected to be complete by July 28, 2020. This award is the result of a competitive acquisition with 70 offers received. Fiscal 2016 research, development, test and evaluation funds in the amount of $1,306,578 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-16-C-0179).

600px-US-DeptOfNavy-Seal.svgNAVY

Excet Inc., Springfield, Virginia, is being awarded a maximum value $48,590,709 indefinite-delivery/indefinite-quantity, cost-plus fixed-fee contract for scientific, engineering, technical, and analytical research and development for a wide range of Naval Research Laboratory research projects supporting the Navy’s corrosion mitigation, coatings, environmental and prevention programs.  The initial task order, having a cumulative face value of $2,044,872, is being awarded concurrent with the contract, and will be incrementally funded in the amount of $504,500.  Work will be performed in Washington, District of Columbia (45 percent); Key West, Florida (45 percent); and Springfield, Virginia (10 percent).  The work is expected to be completed July 28, 2021.  Fiscal 2016 working capital funds (Navy) in the amount of $504,500 will be obligated at the time of award.  No funds will expire at the end of the current fiscal year.  This contract was competitively procured as a small business set-aside under solicitation N00173-16-R-RE01, with one offer received.  The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity (N00173-16-D-2014).

Engility Corp., Andover, Massachusetts, is being awarded a $40,172,869 cost-plus-fixed-fee, cost-reimbursable contract to provide engineering and technical support services in support of the Naval Air Systems Command Systems Engineering Department.  Services to be provided include systems engineering management, air/ship integration, systems safety, mass properties, survivability, manufacturing and quality, reliability and maintainability, electromagnetic environmental effects, anti-tamper, and mission engineering and interoperability.  These efforts are focused across a broad business base comprised of Integrated Program Teams, Externally Directed Teams and Enterprise Teams, which support all Naval Air Programs.  Work will be performed at Naval Air Station (NAS) Patuxent River (98 percent); NAS Jacksonville (1.4 percent); and Marine Corps Air Station Cherry Point (.6 percent), and is expected to be complete by July 2017.  Fiscal 2014 aircraft procurement (Navy); fiscal 2016 aircraft procurement (Navy and Air Force); fiscal 2015 and 2016 weapons procurement (Navy); fiscal 2016 working capital funds; fiscal 2016 research, development, test and evaluation;  fiscal 2016 operations and maintenance (Navy); and foreign military sales funds are being obligated in the amount of $10,498,546, of which $1,084,583 will expire at the end of the current fiscal year.  This contract combines purchase for the  Navy ($39,006,761; 97.10 percent); the government of Japan ($536,028, 1.33 percent); the government of Australia ($271,440, 0.68 percent); the government of Saudi Arabia ($169,360, 0.42 percent); the government of Denmark ($99,760, 0.25 percent); the government of Norway ($77,920, 0.19 percent); and the government of Spain ($11,600, 0.03 percent).  This contract was not competitively procured pursuant to 10 U.S Code 2304(c)(1) and Federal Acquisition Regulation 6.302-1(a)(2).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00421-16-C-0048).

Cape Environmental Management Inc.,* Honolulu, Hawaii 96819-1806 (N62742-16-D-1809); EATC JV,* Honolulu, Hawaii 96814-3177 (N62742-16-D-1810); Engineering/Remediation Resources Group Inc.,* Martinez, California 94553-2228 (N62742-16-D-1811); Insight-ESI LLC,* Brea, California 92821-6705 (N62742-16-D-1812); and CKY Inc.,* San Pedro, California 90731-2750 (N62742-16-D-1813), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, fixed-price, remedial action contract for various sites in 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 $40,000,000.  The work to be performed provides for remedial action services that include, but are not limited to the following:  performing remedial actions, removal actions, soil excavation, hauling and disposal of contaminated soil, closure and/or replacement of underground storage tanks or above ground storage tanks, long-term management and preparing appropriate documentation of planned and completed actions.  No task orders are being issued at this time.  Work will be performed primarily within the NAVFAC Pacific AOR which includes Hawaii (65 percent); Guam (30 percent); and the Commonwealth of the Northern Mariana Islands (5 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of July 2021.  Fiscal 2016 environmental restoration (Navy) contract funds in the amount $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 environmental restoration (Navy); and operations and maintenance, (Navy and Marine Corps).  These contracts were competitively procured via the Navy Electronic Commerce Online website, with six proposals received.  These five contractors may compete for task orders under the terms and conditions of the awarded contracts.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

BL Harbert International LLC, Birmingham, Alabama, is being awarded a $37,909,250, firm-fixed-price contract for design and construction of a simulator integration and range control facility at Marine Corps Base, Camp Lejeune.  The complex will include virtual training systems, administrative spaces, high-bay simulator space, classrooms, storage space, conference/training rooms and telecommunication rooms.  This project will also construct a single-story boat shop and warehouse, a covered training area to provide a covered shelter for outdoor training exercises to support equipment training for the tactical engagement simulator systems, and provide renovations to Building 26 to all mechanical, plumbing, electrical, communication, and fire protection.  The contract also contains two unexercised planned modifications, which if exercised would increase cumulative contract value to $43,661,780.  Work will be performed in Jacksonville, North Carolina, and is expected to be completed by August 2018.  Fiscal 2016 military construction (Navy) contract funds in the amount of $37,909,250 are obligated on this award; of which $9,776,039 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 10 proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-16-C-5500).

General Dynamics Advanced Information Systems Inc., Fairfax, Virginia, is being awarded a $36,037,472 cost-plus-incentive-fee modification to previously awarded contract (N00024-09-C-6250) for the AN/BYG-1 Tactical Control System (TCS) Technology Insertion and Advanced Processing Build software modernization.  This option exercise is for the TCS program. General Dynamics Advanced Information Systems Inc. will continue development of AN/BYG-1 TCS Technology Insertions (TI-14, TI-16 and TI-18) Advanced Processing Builds (APB-15 and APB-17) software, for delivery to multiple  Navy and Royal Australian Navy submarines.  Work will be performed in Fairfax, Virginia, and is expected to be completed by July 2017.  Armaments cooperative program (Royal Australian Navy); fiscal 2014 and 2016 other procurement (Navy); fiscal 2016 research, development, test and evaluation (Navy); and fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $12,112,072 will be obligated at time of award and funds in the amount of $12,735 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

General Dynamics NASSCO-Norfolk, Norfolk, Virginia, is being awarded a $23,442,136 modification to a previously awarded cost-plus-award-fee/incentive-fee contract (N00024-11-C-4303) for USS Harry S Truman (CVN-75) fiscal 2016 Planned Incremental Availability (PIA).  A PIA 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 Portsmouth, Virginia, and is expected to be completed by May 2017. Fiscal 2016 operations and maintenance (Navy); and fiscal 2016 other procurement (Navy) funds in the amount of $23,177,053 will be obligated at time of award with $18,782,730 expiring at the end of the current fiscal year. Mid Atlantic Regional Maintenance Center, Norfolk, Virginia, is the administrative contracting activity.

Lockheed Martin Global, Inc., Owego, New York, is being awarded a $10,990,708 firm-fixed-price contract for the procurement of peculiar support equipment and specialized test equipment to perform depot level repairs to identified common cockpit avionics suite components in support of the H-60 aircraft.  Work will be performed in Owego, New York, and is expected to be completed in October 2018.  Fiscal 2014 aircraft procurement (Navy) funds in the amount of $10,990,708 will be 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 Federal Acquisition Regulation 6.302.1.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-16-C-0002).

BAE Systems Southeast Shipyards Mayport LLC, Jacksonville, Florida, is being awarded a $9,658,407 firm-fixed-price contract, for Selected Restricted Availability (SRA) repair work onboard USS The Sullivans (DDG 68).  The SRA work consists of structural and tank repairs, propulsion systems repairs, ventilations and auxiliary systems repairs, temporary services habitability preservations, structural preservations, ship alterations, and miscellaneous repairs.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $9,998,217.  Work will be performed in Jacksonville, Florida, and is expected to be completed by March 2017.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $9,658,407 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract was competitively procured with five proposals solicited via the Federal Business Opportunities website, with three offers received. The Southeast Regional Maintenance Center, Mayport, Florida, is the contracting activity (N40027-16-C-0045).

Coastal Enterprises of Jacksonville Inc., Jacksonville, North Carolina, is being awarded a $7,520,961 indefinite-delivery/indefinite-quantity contract for grounds maintenance services at Marine Corps Base Camp Lejeune, Marine Corps Air Station New River, and other outlying locations.  The work to be performed provides for grounds maintenance services that will maintain landscaping, mowing and trimming grass, weed control, and fire ant treatment for the Camp Lejeune Complex which include commands such as the Naval Hospital, Marine Corps Special Operations Command, and Department of Defense Dependent Schools.  The maximum dollar value including the base period and four option years is $37,885,156.  Work will be performed in Jacksonville, North Carolina, and is expected to be completed by July 2017.  No funds will be obligated at time of award.  Fiscal 2016 operations and maintenance (Marine Corps) contract funds in the amount of $4,059,253 for recurring work will be obligated on individual task orders issued during the base period.  These services were procured directly from the Procurement List with Source America under Federal Acquisition Regulation Part 8.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-16-D-6318).

NORDAM Group Inc., Tulsa, Oklahoma, is being awarded $7,518,295 for firm-fixed-price delivery order 7007 under previously awarded basic ordering agreement (N00383-13-G-001H) for the repair of the inner wing panel used on the F/A-18.  Work will be performed in Tulsa, Oklahoma, and is expected to be completed by December 2016.  Working capital funds (Navy) in the amount of $7,518,295 will be obligated at 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)(1) and Federal Acquisition Regulation 6.320-1.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

DEFENSE INFORMATION SYSTEMS AGENCY

CORRECTION: Contract HC1047-16-D-4041, awarded to Raytheon Co., Arlington, Virginia, on July 28, 2016, was inadvertently included in contract announcements posted on July 27, 2016. All other information in the announcement was accurate.

*Small business

NAVY

Tetra Tech Inc., Norfolk, Virginia, is being awarded a maximum amount $200,000,000 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 principle geographic areas covered by this contract include NAVFAC Mid-Atlantic North Integrated Product Team, Southeast, and Base Realignment and Closure East.  Task order 0001 is being awarded at $592,325 for architect engineering services at the Program Management Office in Virginia Beach,600px-US-DeptOfNavy-Seal.svg Virginia.  Work for this task order is expected to be completed by March 2017.  All work on this contract will be performed within the NAVFAC Atlantic AOR including, but not limited to, Maine (14 percent); Florida (11 percent); Massachusetts (11 percent); Indiana (10 percent); New Jersey (10 percent); Rhode Island (7 percent); Texas (7 percent); Pennsylvania (6 percent); New York (6 percent); South Carolina (6 percent); Illinois (3 percent); Mississippi (3 percent); Connecticut (2 percent); Georgia (1 percent); Louisiana (1 percent); Tennessee (1 percent); and Alabama (1 percent), and is expected to be completed by July 2021.  Fiscal 2016 environmental restoration (Navy) contract funds in the amount of $592,325 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-9008).

Northrop Grumman Systems Corp., Military Aircraft Systems, Melbourne, Florida, is being awarded a $163,957,953 modification to a previously awarded fixed-price-incentive (firm target) contract (N00019-13-C-9999) for one E-2D Advanced Hawkeye aircraft configured for the Government of Japan.  Work will be performed in St. Augustine, Florida (24.9 percent); Syracuse, New York (20.59 percent); Melbourne, Florida (7.60 percent); El Segundo, California (4.56 percent); Indianapolis, Indiana (4.05 percent); Menlo Park, California (3.90 percent); Rolling Meadows, Illinois (2.30 percent); and various locations within the continental U. S. each under 2 percent (32.10 percent), and is expected to be completed in March 2018.  Foreign military sales funds in the amount of $163,957,953 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.

Lockheed Martin Mission Systems and Training, Owego, New York, is being awarded a $67,600,195 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the non-recurring engineering, manufacture, and delivery of up to 103 AN/APS-153(V)1 automatic radar periscope detection and discrimination multi-mode radar kits to upgrade the MH-60R fleet aircraft.  Work will be performed at Farmingdale, New York (82.77 percent); Owego, New York (17.10 percent); Oldsmar, Florida (0.11 percent); and Syracuse, New York (0.02 percent), and is expected to be complete by September 2020.  Fiscal 2015 and 2016 aircraft procurement (Navy) funds in the amount of $39,783,915 will be obligated at the 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) and Federal Acquisition Regulation 6.302-1(a)(2).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-16-D-0051).

The Boeing Co., St. Louis, Missouri, is being awarded $41,420,991 for firm-fixed-price delivery order 0026 against a previously issued basic ordering agreement (N00019-16-G-00001), to procure 80 advanced capability mission computers and associated non-recurring engineering in support of the F/A-18E/F and EA-18G aircraft for the Navy and the government of Australia.   Work will be performed at St. Louis, Missouri, and is expected to be complete by August 2018.  Fiscal 2014, 2015 and 2016 aircraft procurement (Navy); and foreign military sales funds in the amount of $41,420,991 are being obligated at the time of award, $3,958,845 of which will expire at the end of the current fiscal year.  This contract combines purchase for the  Navy ($22,743,983; 54.91 percent); and government of Australia ($18,677,008; 45.09 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Space Systems Co., Sunnyvale, California, is being awarded a maximum value $28,240,307 for modification P00013 to a previously awarded cost-plus-fixed-fee contract (N00030-15-C-0005) for Common Missile Compartment /Ohio Replacement, Missile Service Unit, XPod Refresh, and Strategic Weapons Systems Ashore efforts.  The work will be performed in Cape Canaveral, Florida, and is expected to be completed July 31, 2018.  Fiscal 2015 weapons procurement (Navy) funds in the amount of $23,137,000; and fiscal 2016 weapons procurement (Navy) funds in the amount $5,103,307 are being obligated on this award.  No contract funds will expire at the end of the current fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

L-3 Chesapeake Science Corp.,* Millersville, Maryland, is being awarded a $26,750,000 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for technical engineering services and material associated with Towed Array Integrated Product Team telemetry.  Fiscal 2016 service cost center funding in the amount of $97,308 will be obligated at the time of award and will not expire at the end of the current fiscal year.  Work will be performed in Millersville, Maryland, and is expected to be completed by September 2017.  This contract was not competitively procured in accordance with 15 U.S. Code 638(r)(1)(4).  The Naval Undersea Warfare Center, Division Newport, Newport, Rhode Island, is the contracting activity (N66604-16-D-0845).

Environet Inc.,* Kamuela, Hawaii, is being awarded $15,598,341 for firm-fixed-price task order 0006 under a previously awarded multiple award construction contract (N62478-14-D-4005) to repair spalls and deck on Wharves B25-B26 at Joint Base Pearl Harbor-Hickam.  The work will include replacing the top four inches of concrete deck and repairing spalls and cracks in concrete members, to maintain the structural integrity and prevent further major deterioration of the wharves.  Work will be performed in Oahu, Hawaii, and is expected to be completed by August 2018.  Fiscal 2016 operations and maintenance (Navy) contract funds in the amount of $15,598,341 are being obligated on this award and will not expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

TEC-AECOM Pacific JV, Charlottesville, Virginia, is being awarded $14,499,214 for firm-fixed-price task order 0023 under a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-11-D-1801) for architect-engineering services for the preparation of National Environmental Policy Act documents and environmental studies at various Navy and Marine Corps activities located within the Pacific Basin and Indian Ocean areas.  Work will be performed in Honolulu, Hawaii, and is expected to be completed by September 2019.  Fiscal 2016 operations and maintenance (Marine Corps) contract funds in the amount of $14,499,214 are being obligated on this award and will expire at the end of the current fiscal year.  One proposal was received for this task order.  The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Marine Hydraulics International LLC, Norfolk, Virginia, is being awarded a $14,185,366 firm-fixed-price contract for the fiscal 2016 selected restricted availability for USS Gravely (DDG 107).  Work will involve ship repair, maintenance, and modernization.  The work consists of structural repairs, non-skid replacement, ventilation repairs, temporary services, ship alterations, and miscellaneous repairs.  Work will be performed in Norfolk, Virginia, and is expected to be completed by March 2017.  Fiscal 2016 operations and maintenance (Navy); and fiscal 2016 other procurement (Navy) funding in the amount of $14,185,366 will be obligated at the time of award and $9,354,077 will expire at the end of the current fiscal year.  This contract was competitively procured under full and open competition with three offers received.  The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity (N00024-16-D-4407-0004).

Sauer Inc., Jacksonville, Florida, is being awarded a $10,040,700 firm-fixed-price contract for fire protection system replacement and structural supports superstructure repair of Hangar 111 at Naval Air Station Oceana.  The work to be performed will replace the fire protection system and repair the structural supports superstructure, replace hangar bay insulation, clean and paint interior hangar bay, refurbish hangar bay doors, repair exterior door frames, replace exterior doors, replace aircraft power distribution, replace air compressors and dryers, and replace main air handlers in Hangar 111.  Work will be performed in Virginia Beach, Virginia, and is expected to be completed by February 2019.  Fiscal 2016 operations and maintenance (Navy) contract funds in the amount of $10,040,700 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 five proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-16-C-6140).

Department of the ArmyARMY

General Dynamics Ordnance and Tactical Systems, Garland, Texas, was awarded a $167,436,000 firm-fixed price contract with options for MK84-4 tritonal-filled general purpose bomb components procured by the Air Force.  One bid was solicited with one received. Work will be performed in Garland, Texas, with an estimated completion date of March 31, 2019.  Fiscal 2016 other procurement funds in the amount of $ 83,718,000 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-16-C-0058).

Dynamic Animation Systems Inc.,* Fairfax, Virginia (W911NF-16-D-0019); Cole Engineering Services Inc.,* Orlando, Florida (W911NF-16-D-0020); Dignitas Technologies LLC,* Orlando, Florida (W911NF-16-D-0021); Intelligent Decision Systems Inc.,* Centreville, Virginia (W911NF-16-D-0022); VCOM3D, Orlando, Florida (W911NF-16-D-0023); Cole Engineering Services Inc.,* Orlando, Florida (W911NF-15-D-0024); STS International Inc.,* Berkeley Springs, West Virginia (W911NF-16-D-0025); Intelligent Decision Systems Inc.,* Centreville, Virginia (W911NF-16-D-0026); Engineering & Computer Simulation, Orlando, Florida (W911NF-16-D-0027); Cole Engineering Services Inc.,* Orlando, Florida (W911NF-16-D-0028); Digintas Technologies LLC,* Orlando, Florida (W911NF-16-D-0029); Intelligent Decision Systems Inc.,* Centreville, Virginia (W911NF-16-D-0030); and Engineering & Computer Simulation, Orlando, Florida (W911NF-16-D-0031), were awarded a $135,000,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award task order contract with options for research and development technology.  Bids were solicited via the Internet with 19 received with an estimated completion date of July 27, 2021.  Funding and work location will be determined with each order.  Army Contracting Command, Research Triangle Park, North Carolina, is the contracting activity.

San Juan Construction Inc., Montrose, Colorado, was awarded a $54,844,009 firm-fixed-price contract with options for Echo Pier Restoration, U.S. Army Kwajalein Atoll (USAKA).  Bids were solicited via the Internet with two received. Work will be performed in the Marshall Islands, with an estimated completion date of July 9, 2020.  Fiscal 2014-2016 military construction funds in the amount of $54,844,009 were obligated at the time of the award.  Army Corps of Engineers, Ft. Shafter, Hawaii, is the contracting activity (W9128A-16-C-0006).

Vectrus Systems Corp., Reston, Virginia, was awarded a $46,625,722 modification (P00015) to contract W52P1J-16-C-0005 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.  Work will be performed in Kuwait, with an estimated completion date of Feb. 28, 2017.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $34,487,156 were obligated at the time of the award.  Army Contracting Command, Rock Island, Illinois, is the contracting activity.

Korte Construction Co., St. Louis, Missouri, was awarded a $44,083,201 firm-fixed-price contract for the renovate propulsion maintenance wing plating shop at Tinker Air Force Base.  Bids were solicited via the Internet with four received. Work will be performed in Oklahoma City, Oklahoma, with an estimated completion date of March 1, 2020.  Fiscal 2015 other funds in the amount of $44,083,201 were obligated at the time of the award.  Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-16-C-0035).

Environmental Systems Research Institute, Redlands, California, was awarded a $41,538,000 firm-fixed-price contract for Arc geographic information system computer software products and services.  Bids were solicited via the Internet with one received. Work location and funding will be determined with each order, with an estimated completion date of Aug. 2, 2019.  Army Corps of Engineers, Alexandria, Virginia, is the contracting activity (W5J9CQ-16-A-0001).

Honeywell Technology Solutions Inc., Columbia, Maryland, was awarded a $24,009,471 modification (P000214) to contract W52P1J-12-G-0061 for supply of the functions required to support what is currently known as maintenance, supply, transportation and other logistics functions for the Army Prepositioned Stocks 3 Charleston Afloat program.  Work will be performed in Charleston, South Carolina, with an estimated completion date of Aug. 14, 2017.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $24,009,471 were obligated at the time of the award.  Army Contracting Command, Rock Island, Illinois, is the contracting activity.

Philips Healthcare, a division of Penac, Bothell, Washington, was awarded an $18,802,500 modification (P00013) to contract W81K04-11-D-0016) for biomedical equipment maintenance at various Army and Air Force military treatment facilities.  Base plus four one-year options.  This is the extension of services option.  Work location and funding will be determined with each order, with an estimated completion date of Sept. 30, 2017. Army Medical Command, Fort Sam Houston, Texas, is the contracting activity.

Argo Systems LLC, Hanover, Maryland, was awarded a $14,900,000 firm-fixed-price contract for construction of a vehicle control point located at Fort Meade, Maryland.  Bids were solicited via the Internet with six received. Work will be performed in Fort Meade, Maryland, with an estimated completion date of Oct. 10, 2017.  Fiscal 2015 military construction funds $7,450,000; and fiscal 2016 military construction funds in the amount of $7,450,000, were obligated at the time of the award.  Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DF-16-C-0021).

Alstom Power Inc., Littleton, Colorado, was awarded a $9,500,000 firm-fixed-price contract for rehabilitation and/or replacement of components of generators and hydroelectric turbines for  Army Corps of Engineers power plant facilities primarily at Hartwell, Russell, and Thurmond hydropower dams.  Bids were solicited via the Internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of July 27, 2021.  Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-16-D-0005).

Macro-Z Technology,* Santa Ana, California, was awarded an $8,580,000 firm-fixed price contract with options to construct an administration abuilding and warehouse for the U.S. Forest Service.  Bids were solicited via the Internet with two received. Work will be performed in Kernville, California, with an estimated completion date of July 27, 2017.  Fiscal 2014-2016 other procurement funds in the amount of $8,580,000 were obligated at the time of the award.  Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-16-C-0021).

DEFENSE LOGISTICS AGENCY

Brothers Produce of Dallas,* Garland, Texas, has been awarded a maximum $62,128,910 fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh fruits and vegetables in the San Antonio south zone. This was a competitive acquisition with four responses received. This isDefense_Logistics_Agency an 18-month base contract with two 18-month option periods. Location of performance is Texas, with a Jan. 27, 2018, performance completion date. Using customers are non-Department of Defense school customers. 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-S676).

Brothers Produce of Dallas,* Garland, Texas, has been awarded a maximum $30,688,691 fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh fruits and vegetables in the San Antonio north zone. This was a competitive acquisition with four responses received. This is an 18-month base contract with two 18-month option periods. Location of performance is Texas, with a Jan. 27, 2018, performance completion date. Using customers are non-Department of Defense school customers. 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-S675).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Pyrotechnic Specialties Inc., Byron, Georgia (FA8213-16-D-0007); and CAPCO LLC, Grand Junction, Colorado (FA8213-16-D-0008), have each been awarded an indefinite-delivery/indefinite-quantity, firm fixed price contract with a combined contractual ceiling of $37,000,000 for the replenishment of BBU-35 A/B Impulse Cartridges.  Work will be performed at Byron, Georgia, and Grand Junction, Colorado, and is expected to be complete by Dec. 27, 2022.  These contracts involve Foreign Military Sales to Pakistan, Belgium, Oman, Singapore, Romania, NATO-Hungary, Tunisia, and the United Arab Emirates. This award is the result of a competitive acquisition with three offers received.  Fiscal 2016 Ammunition Procurement funds in the amount of $3,475,590 will be obligated on FA8213-16-F-0021 and $1,157,738 will be obligated on FA8213-16-F-0022.  Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

University of Illinois, Urbana, Illinois, has been awarded an $18,699,100 cost contract for Cyber-Physical Experimentation Environment (CEER) for Rapid Attack Detection, Isolation Characterization Systems (RADICS) software system and report. Contractor will provide research, development and demonstration of a CEER hardware and software system to enable RADICS research, development, testing and evaluation. Work will be performed at Champaign, Illinois, and is expected to be complete by Aug. 1, 2020. This award is the result of a competitive acquisition with 70 offers received. Fiscal 2016 research, development, test and evaluation funds in the amount of $2,774,714 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-16-C-0181).

Radiance Technologies Inc.*, Huntsville, Alabama, has been awarded a $17,948,212 cost-plus-fixed-fee completion contract for research and development. Contractor will design, develop and evaluate high-fidelity models of multiple specific sensors and the communication links and command and control nodes associated with them. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by July 28, 2021. This award is the result of a competitive acquisition under the Small Business Innovation Research program. Fiscal 2016 research, development test and evaluation funds in the amount of $404,630 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-1744).

Innovative Signal Analysis Inc., Richardson, Texas, has been awarded a $16,179,482 cost-plus-fixed-fee contract for software, hardware, and reports. Contractor will provide enablement of real-time detection, tracking, and geo-location of emerging radar systems. Work will be performed at Richardson, Texas, and is expected to be complete by July 27, 2021. This award is the result of a competitive acquisition with two offers received. Fiscal 2016 $3,512,144 funds in the amount of $3,512,144 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-16-C-0091).

Lockheed Martin Corp. – Lockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded a $14,879,315 delivery order (000717) to previously awarded contract FA8625-04-D-6452 for C-130J Block 7.0/8.1 combined trial kit installations. Contractor will provide incorporation of combined block 7.0/8.1 TKIs on Air Force C-130J variants and the Marine Corps KC-130J variant. This includes 7.0/8.1 time compliance technical orders, technical publications, differences training courseware and classes. The location of performance is Marietta, Georgia. The work is expected to be completed by May 31, 2019. 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.

Lockheed Martin Corp. – Lockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded a $14,733,376 delivery order (000729) to previously awarded contract FA8625-04-D-6452 for C-130J Block 7.0/8.1 combined trial kit installations. Contractor will provide incorporation of combined block 7.0/8.1 TKIs on the Coast Guard HC-130J Variant. This includes time compliance technical orders, technical publications, differences training courseware, and classes. The location of performance is Marietta, Georgia. The work is expected to be completed by Aug. 31, 2017; $5,500,000.00 of fiscal year 2016(Coast Guard) funding is being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Vencore Labs, Inc. – Applied Communication Sciences, Basking Ridge, New Jersey, has been awarded an $8,169,720 cost-plus-fixed-fee contract for software and reports. Contractor will provide research, development, demonstration, and delivery of a machine-intelligence for advance notification of threats and energy-grid survivable situational awareness software system. Work will be performed at Basking Ridge, New Jersey, and is expected to be complete by July 27, 2020. This award is the result of a competitive acquisition with 70 offers received. Fiscal 2016 research, development, test and evaluation funds in the amount of $1,353,354 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-16-C-0054).

*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

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

Utah State University Research Foundation, Logan, Utah, is being awarded a $99,400,000 ceiling cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. Under this contract, the contractor will perform research, development, engineering, state of-the-art and proof-of-concept spaced-based sensor systems, and advanced technology research and development. No task orders are being issued at this time. The work will be performed in Logan, Utah. The ordering period is from Aug. 17, 2016 through Aug. 16, 2021. One offer was solicited and one offer was received. Research, development, test and evaluation funds will be used, with no funds being obligated at the time of award. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-16-D-0002).

Raytheon Missile Systems Co., Tucson, Arizona, is being awarded an $18,218,497 sole-source cost-plus-fixed-fee completion modification. This award is for the planning, development and implementation of an acceptance test solution for circuit card assemblies (CCA) and CCA stack assembly level testing using the Presidio Gen 2 Block IV/V automated test architecture.  This modification will add contract line item number 0019 to contract HQ0276-10-C-0005.  The efforts executed under HQ0276-10-C-0005 vary from the preliminary design of the SM-3 Block IIA missile to the development and integration of the missile.  The scope of work covers the definition of performance requirements and the phased engineering development of the SM-3 Block IIA missile.  This modification increases the total contract ceiling from $1,848,720,291 to $1,866,938,788. The effort will be performed in Tucson, Arizona, with an expected completion date of May 18, 2018.  Fiscal 2016 research, development test and evaluation funding in the amount of $5,000,000 is being obligated at the time of award of this modification.  The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ0276-10-C-0005).

NAVY

Superior Electric, Plainville, Connecticut, is being awarded a $39,422,099 indefinite-delivery/indefinite-quantity contract for the supply of automatic voltage regulators.  Automatic voltage regulators are used aboard ships to automatically regulate alternate current and direct current voltages intended for Navy shipboard application.  Work will be performed in Plainville, Connecticut, and is expected to be completed by August 2021.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $533,669 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 one offer received.  The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-16-D-0004).

Imagine One Technology & Management Ltd., Colonial Beach, Virginia, is being awarded $33,637,439 for cost-plus-incentive-fee, level-of-effort600px-US-DeptOfNavy-Seal.svg Seaport task order EH03 under previously award contract N00178-14-D-7755 for Navy Maritime Maintenance Enterprise Solution Sustainment and Modernization support.  The objective of this procurement is to provide operations support and sustainment services for systems engineering, testing, and evaluation of hardware and software information technology systems, hardware design, procurement assistance, system integration, software maintenance (i.e. upgrades, fixes, and coding repairs), data center operations support, and information technology facility management.  Work will include program and project management support, development of end items resulting from maintenance activities, and life-cycle support for existing or proposed solutions.  The contractor shall provide support services to ensure the successful programming (for the purpose of sustainment), testing, training, deployment, implementation, and operation of Navy Shore Based Maintenance systems managed by NAVSEA 04.  This task order contains options which, if exercised, would bring the cumulative value of this contract to $174,975,161.  Work will be performed in Norfolk, Virginia (85 percent); Washington, District of Columbia (5 percent); Rocket Center, West Virginia (5 percent); and at various Navy shore maintenance facilities (5 percent), and is expected to be completed by July 2017.  Fiscal 2016 operations and maintenance (Navy) funds in the amount of $5,056,855 will be obligated at the time of award and will expire at the end of the current fiscal year.  This task order was competitively procured via the Seaport-e-portal, with 14 offers received.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is being awarded $7,183,247 for modification P00012 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-15-D-0028) to procure additional AIM-9X Sidewinder repairs for the Air Force, and Navy, and the governments of South Korea, Singapore, Finland, Denmark, Switzerland, Poland, Oman, Netherlands, Australia, Kuwait, Morocco, Belgium, and Turkey under the Foreign Military Sales program.  Work will be performed in Tucson, Arizona, and is expected to be completed in September 2018.  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 Air Force ($2,973,100, 41.39 percent); Navy ($2,556,866; 35.59 percent); and the governments of South Korea ($302,312, 4.21 percent); Singapore ($301,052, 4.19 percent); Finland ($252,274, 3.51 percent); Denmark ($155,551, 2.17 percent); Switzerland ($138,174, 1.93 percent); Poland ($98,816, 1.38 percent); Oman ($81,439, 1.13 percent); Netherlands ($81,439, 1.13 percent); Australia ($79,346, 1.10 percent); Kuwait ($74,112, 1.03 percent); Morocco ($32,031, .45 percent); Belgium ($32,031, .45 percent), and Turkey ($24,704, .34 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Department of the ArmyARMY

Raytheon Co., McKinney, Texas, was awarded a $30,104,580 modification (P00055) to contract W56HZV-12-C-0046 for a quantity of 20 turrets for the Marine Corps armored vehicle anti-tank variant.  Work will be performed in McKinney, Texas, with an estimated completion date of Feb., 28, 2019.  Fiscal 2016 other funds in the amount of $30,104,580 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

*Small business

ARMY

Connectec Company Inc.,* Irvine, California, was awarded a $96,700,000 firm-fixed-price contract for 60mm mortar weapon components, 81mm lightweight mortar weapon components, and 60mm, 81mm and 120mm support equipment to include mortar mounts, baseplates, direct support tools, basic issue items, and additional authorized list items.  Bids were solicited via the Internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 16, 2021.  Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-16-D-0055).

Foster-Miller, Waltham, Massachusetts, was awarded a $35,400,000 modification (P00013) to contract W56HZV-11-D-0057 for tactically adaptable light ordnance neutralization, family of robots, sustainment, maintenance, and repair parts.  Work locations and funding will be determinedDepartment of the Army with each order, with an estimated completion date of Sept. 14, 2016.  Army Contracting Command, Warren, Michigan, is the contracting activity.

Kearfott Corp.,* Black Mountain, North Carolina, was awarded a $7,709,471 firm-fixed-price contract for procuring overhaul and repair of the UH-60 servo, roll trim for a minimum quantity of 150 each and a maximum quantity of 1,140 each.  Bids were solicited via the Internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 15, 2021.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-16-D-0059).

Manson Construction Co., Seattle, Washington, was awarded a $7,629,200 firm-fixed-price contract for hopper dredging for Freeport Harbor, Texas, entrance and jetty channel in Brazoria County, Texas.  Bids were solicited via the Internet with two received. Work will be performed in Brazoria, Texas, with an estimated completion date of March 31, 2017.  Fiscal 2016 operations and maintenance, funds in the amount of $7,629,200 were obligated at the time of the award.  Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912G-16-C-0050).

600px-US-DefenseThreatReductionAgency-Seal.svgDEFENSE THREAT REDUCTION AGENCY

CENTRA Technology Inc., Burlington, Massachusetts, was awarded a cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HDTRA1-16-D-0004) with a five-year ordering period and a ceiling of $70,000,000 for advisory and assistance services. This contract provides non-personal services, technical support services to the Defense Threat Reduction Agency (DTRA) Intelligence, Plans, and Resource Integration Directorate and Standing Joint Forces Headquarters-Elimination. Technical support will fall into the following six organizations: Strategic Planning and Policy Integration Office;  Standing Joint Force Headquarters for Elimination; Front Office, Administrative Support;  Advisory Committees and Programs; Synchronization and Plans Department; and the Requirements Integration Department. Work will be performed at DTRA Headquarters, Fort Belvoir, Virginia, with an expected completion date of Aug. 18, 2021.  Fiscal 2016 operations and maintenance funds in the amount of $864,925 are being obligated at time of award on task order 0001 for Synchronization and Plans Department Support.  This contract was a competitive acquisition and three offers were received.  DTRA-Headquarters, Fort Belvoir, Virginia, is the contracting activity.

NAVY

General Dynamics, National Steel and Shipbuilding Co. (NASSCO), San Diego, California, is being awarded a $24,385,582 modification to previously awarded contract N00024-14-C-2409 for LX(R) Amphibious Ship Replacement program design acceleration and contract design engineering support.  LX(R) contract design efforts were previously awarded as an option under contract N00024-16-C-2229 (T-AO 205) and are being transferred and exercised under the existing LX(R) Early Industry Involvement contract for administrative purposes.  LX(R) Amphibious Ship600px-US-DeptOfNavy-Seal.svg Replacement program awarded early industry involvement contracts to two U.S. Shipyards (Huntington Ingalls Industries Inc., Ingalls Shipbuilding Division; and General Dynamics NASSCO) that have the facilities and resources to build a large amphibious ship without major re-capitalization.  NASSCO will be required to perform design efforts, special studies, analyses, and reviews in support of the LX(R) Amphibious Ship Replacement program acceleration and contract design.  The tasking may include efforts related to systems engineering, marine engineering, naval architecture, cost estimating and computer modeling.  Work will be performed in San Diego, California (77 percent); Bath, Maine (19 percent); and Pittsfield, Massachusetts (4 percent), and is expected to be completed by the end of September 2017.  Fiscal 2016 research, development, test and evaluation funding in the amount of $5,369,000 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.

Cape Environmental Management Inc., Norcross, Georgia, is being awarded a $17,178,089 firm-fixed-price contract for the construction of the Hydrant Fuel Facility at Joint Base Andrews.  The work to be performed provides for construction of two outlet direct fueling systems, two above-ground fuel storage tanks, a pump house and fuel filter/separator facility, transfer pipeline, and fueling apron.  Work includes all necessary pumps, control systems, cathodic protection, automatic tanks gauging, site work, blast deflectors, utility connections, and security lighting.  The contract also contains one unexercised option, which if exercised, would increase cumulative contract value to $17,772,494.  Work will be performed in Camp Springs, Maryland, and is expected to be completed by January 2018.  Fiscal 2015 military construction (Defense-wide) contract funds in the amount of $17,178,089 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 seven proposals received.  The Naval Facilities Engineering Command Washington, Washington, District of Columbia, is the contracting activity (N40080-15-C-0161).

*Small business

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

General Atomics – Aeronautical Systems Inc., Poway, California, has been awarded a $370,932,862 firm fixed-price, incentive firm contract for fiscal 2015 MQ-9 Reaper production. Contractor will provide 30 aircraft for fiscal 2015 MQ-9 Reaper production configuration aircraft. Work will be performed at Poway, California, and is expected to be completed by May 31, 2019. This award is the result of a sole-source acquisition. Fiscal 2014 and 2015 aircraft procurement funds in the amount of $$370,932,862 are being obligated at the time of the award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-15-G-4040 0007).

CSC Government Solutions LLC, Fairview Heights, Illinois, has been awarded an indefinite-delivery/indefinite-quantity contract with a not-to-exceed $88,085,627 for logistics integration and weapon systems logistics network support. Contractor will provide the support for the services necessary to perform four separate interoperability roles. The interoperability roles include supporting information technology infrastructure at headquarters Air Mobility Command, at the wing-level for sortie generation, and for G081 Program Management Office staff, as well as providing G081 functional programming support, training and subject matter expertise for technology, policy, and system integration recommendations.  Work will be performed at Scott Air Force Base, Illinois, and is expected to be complete by Aug. 20, 2021. This award is a result of competitive acquisitions and three offers were received. Fiscal 2016 transportation working capital; and operational and maintenance funds in the amount of $4,511,442 are being obligated at the time of the award. The 763rd Specialized Contracting Squadron, Scott Air Force Base, Illinois, is the contracting activity (FA4452-16-D-0001).

NAVY

Logistics Services International Inc., Jacksonville, Florida (N00189-16-D-Z047); and Technical Software Services Inc., Pensacola, Florida (N00189-16-D-Z048), are being awarded an estimated $167,168,947 in multiple award, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price task order contracts to provide reengineering, development, and personal computer-simulation services in support of Naval Education Training Command’s Naval Training Products and Services program.  Each contract will run concurrently and includes a 33-month base ordering period and 36-month option period.  If all options are exercised, the total estimated value of all seven contracts combined will be $344,541,804.  Work will be performed 100 percent in contractor facilities in response to awarded task orders and cannot be reasonably estimated at600px-US-DeptOfNavy-Seal.svg the time of contract award.  Work is expected to be completed by May 2019; if all options are exercised, work will be completed by May 2022.  Fiscal 2016 operations and maintenance (Navy) funds in the amount of $5,000 will be obligated on each of the contracts to fund the contract’s minimum amount, and will expire at the end of the current fiscal year.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities online website, with nine offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk Contracting Department, Philadelphia, Pennsylvania, is the contracting activity.

Vigor Marine LLC, Portland, Oregon, is being awarded a $9,319,391 firm-fixed-price contract for a 71-calendar day shipyard availability for the regular overhaul and dry docking of USNS Henry J. Kaiser (T-AO 187).  Work will include general services, clean and gas free tanks, ballast tank blast and paint, cargo tank blast and paint, cargo and ballast tank close up survey, expansion joint structural steel replacement, port and starboard main engine 72,000-hour overhaul, starboard main engine coupling and shaft brake replacement, dry docking, underwater hull blast and paint, propeller maintenance, 15-year tailshaft inspection, and repair underway replenishment quad cargo gear survey blocks and sheaves.  The contract includes options which, if exercised, would bring the total contract value to $9,638,090.  Work will be performed in Portland, Oregon, and is expected to be completed by Dec. 19, 2016.   Subject to availability of funds, fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $9,319,391 are being obligated at the time of award and 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 one offer received.  The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-16-C-4008).

Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is being awarded $8,374,194 for modification P00029 to a previously awarded cost-plus-incentive-fee contract (N00019-13-C-0135) for design and development of a controlled breakpoint (CBP) for the aerial refueling (AR) program in support of the E-2D Advanced Hawkeye (AHE) program.  The E-2D CBP will be a line replaceable assembly integrated onto the AR probe forward mast assembly to mitigate the hazard of potential foreign object damage to the E-2D during air-to-air refueling operations.  The contractor will be responsible for the design, development, test, documentation, and integration of the CBP into the AR baseline.  Work will be performed at Melbourne, Florida (52 percent); Wimborne, United Kingdom (39 percent); Bohemia, New York (7 percent); and St. Augustine, Florida (2 percent), and is expected to be completed in January 2019.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $2,600,000 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.

Vigor Marine LLC, Portland, Oregon, is being awarded an $8,095,057 firm-fixed-price contract for a 45-calendar day shipyard availability for the regular overhaul and dry docking of USNS Wally Schirra (T-AKE 8).  Work will include clean and gas-free tanks, voids, cofferdams and spaces, sulfur dioxide detection system, main generator maintenance and cleaning, HV-SS and emergency switchboard cleaning, aqueous film-forming foam bilge sprinkler system piping, dry-docking and undocking, propeller shaft and stern tube inspect waft seal, forward and aft stern tube seal inspection and overhaul, underwater hull cleaning and painting, freeboard cleaning and painting, sea valve replacements, renew flight deck nonskid, and ram tensioner refurbishment.  The contract includes options which, if exercised, would bring the total contract value to $8,242,580.  Work will be performed in Portland, Oregon, and is expected to be completed by Dec. 15, 2016.  Subject to availability, fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $8,095,057 are obligated at the time of award.  This contract was competitively procured with proposals solicited 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-4307)

Department of the ArmyARMY

Odyssey International Inc.,* Lancaster, Pennsylvania, was awarded a $15,000,000 modification (P00007) to contract W911N2-12-D-0040 for construction, renovations, maintenance and repair at Letterkenny Army Depot.  Work will be performed in Chambersburg, Pennsylvania, with an estimated completion date of Aug. 26, 2017.  Fiscal 2017 other funds in the amount of $15,000,000 were obligated at the time of the award.  Army Contracting Command, Chambersburg, Pennsylvania, is the contracting activity.

Mandus Group,* Rock Island, Illinois, was awarded a $7,810,506 modification (P0012) to contract W56HZV-12-D-0004 for hydraulic system test and repair unit providing field maintainers the ability to fabricate high pressure hoses at the point of need.  Work will be performed in Rock Island, Illinois, with an estimated completion date of Aug. 4, 2017.  Fiscal 2015 other procurement, Army funds in the amount of $828,387; and fiscal 2016 other procurement, Army funds in the amount of $6,982,119 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, 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

NAVY

Northrop Grumman Corp., Electronic Systems, Linthicum Heights, Maryland, is being awarded a $375,582,523 four-year, fixed-price-incentive contract for the procurement of nine Ground/Air Task-Oriented Radar (G/ATOR) low-rate initial production systems.  G\ATOR is managed by Program Executive Officer Land Systems, Quantico, Virginia.  Work will be performed in Linthicum Heights, Maryland (55 percent); East Syracuse, New York (29 percent); Stafford Springs, 600px-US-DeptOfNavy-Seal.svgConnecticut (4 percent); Tulsa, Oklahoma (2 percent); San Diego, California (2 percent); Wallingford Center, Connecticut (1 percent); Farmingdale, New York (1 percent); Gilbert, Arizona (1 percent); East Aurora, New York (1 percent); Saint Paul, Minnesota (1 percent); Londonderry, New Hampshire (1 percent); Durham, North Carolina (1 percent); and Shelby, North Carolina (1 percent), and is expected to be completed by September 2020.  Fiscal 2014 procurement (Marine Corps) funds in the amount of $607,950; fiscal 2016 procurement (Marine Corps) funds in the amount of $117,944,307; and fiscal 2016 research, development, test and evaluation funds in the amount of $621,794 will be obligated at the time of award. Contract funds in the amount of $607,950 will expire at the end of the current fiscal year.  This contract is awarded as a sole-source contract in accordance with 10 U.S. Code 2304(c)(1)(B).  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-C-2011).

Progeny Systems Corp., Manassas, Virginia, is being awarded a $66,413,466 cost-plus-fixed-fee, cost-only Small Business Innovation Research Phase III contract action for MK 54 Mod 1 lightweight torpedo (LWT) sonar assembly kits and related test equipment, spares, and engineering and hardware support services.  These sonar assembly kits will be used to build MK54 Mod 1 LWTs and commence operational test and evaluation.  The MK54 Mod 1 LWT will be used by all Navy surface and air anti-submarine warfare forces, improving weapon effectiveness against current and future submarine threats in littoral environments beyond the MK54 Mod 0 LWT.  Work will be performed in Charleroi, Pennsylvania (55 percent); Salt Lake City, Utah (41 percent); and Manassas, Virginia (4 percent), and is expected to be completed by August 2020.  Fiscal 2014 and 2016 weapons procurement (Navy); and fiscal 2016 research, development, test, and evaluation (Navy) funds of $58,772,320 will be obligated at time of award, and $25,779,278 will expire at the end of the current fiscal year.  This contract was not competitively awarded 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-6415).

Huntington Ingalls Industries, Newport News Shipbuilding Inc., Newport News, Virginia, is being awarded a not-to-exceed $65,321,318 undefinitized modification to previously awarded contract N00024-16-C-2116 for the purchase of long lead-time material in support of the USS Enterprise (CVN 80).  Work will be performed in Newport News, Virginia, and is expected to be completed by December 2018.  Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $65,321,318 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 Navy Yard, Washington, District of Columbia, is the contracting activity.

CB&I Federal Services LLC, Alexandria, Virginia, is being awarded a $20,437,942 firm-fixed-price task order 0005 under a multiple award construction contract for cleaning, inspecting, and repairing three fuel tanks at the Red Hill Underground Fuel Storage Complex, Joint Base Pearl Harbor-Hickam, Hawaii.  Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by December 2019.  Fiscal 2016 Defense working capital (Defense Logistics Agency) contract funds in the amount of $20,437,942 are obligated on this award and will not expire at the end of the current fiscal year.  Two proposals were received for this task order.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-15-D-1632).

Mortenson Construction, Minneapolis, Minnesota, is being awarded a $25,425,000 firm-fixed-price contract for design and construction of an unmanned aircraft system facilities expansion at Marine Corps Air Station Cherry Point.  The work to be performed provides for the design and construction of an unmanned aircraft facility expansion.  The project provides a maintenance hangar comprised of reinforced concrete foundation, reinforced exterior walls and standing seam metal roofing over metal deck.  The hangar will provide maintenance space, administration space, and additional supplementary space in support of the unmanned aircraft system.  The contract also contains one unexercised option, which if exercised, would increase cumulative contract value to $25,600,000.  Work will be performed in Havelock, North Carolina, and is expected to be completed by September 2018.  Fiscal 2016 military construction, (Navy) contract funds in the amount of $25,425,000 are obligated on this award, of which $1,987,013 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with 10 proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-16-C-5506).

Lockheed Martin Corp., Mission Systems and Training, Moorestown, New Jersey, is being awarded a $19,569,891 modification to previously awarded contract N00024-15-C-5151 to exercise an option for ship integration and test of the Aegis Weapon System (AWS) for AWS Baselines through Advanced Capability Build (ACB) 16.  Work will be performed in Moorestown, New Jersey (76 percent); Norfolk, Virginia (15 percent); Washington, District of Columbia (5 percent); Bath, Maine (2 percent); and Pascagoula, Mississippi (2  percent), and is expected to be completed by August 2017.  Fiscal 2015 shipbuilding and conversion (Navy); fiscal 2016 other procurement (Navy); and fiscal 2016 operations and maintenance (Navy) funding in the amount of $7,454,217 will be obligated at time of award. Contracts funds in the amount of $2,385,842 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

CB&I Federal Services LLC, Alexandria, Virginia, is being awarded a $14,718,398 firm-fixed-price task order 0004 under a multiple award construction contract for cleaning, inspecting, and repairing two fuel tanks at the Red Hill Underground Fuel Storage Complex Joint Base Pearl Harbor-Hickam, Hawaii.  Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by August 2018.  Fiscal 2016 Defense working capital (Defense Logistics Agency) contract funds in the amount of $14,718,398 are obligated on this award and will not expire at the end of the current fiscal year.  Three proposals were received for this task order. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-15-D-1632).

AT&T Government Solutions Inc., Oakton, Virginia, is being awarded a $11,298,180 firm-fixed-price contract for design and construction of five new enhanced land mobile radio communication towers in various locations throughout the Marine Corps Mountain Warfare Training Center, Bridgeport.  The work to be performed provides for each communication tower to be constructed as a standalone facility in remote locations within the Sierra Nevada Mountains.  Towers will range from 70 to 150 feet in height, and each tower will consist of a foundation, propane generator, solar panels and batteries, equipment shelter, fence and associated support features like halo grounding, ice bridge system and propane tanks.  This project will provide a safety and communications network for personnel, training, mission critical users, and first responders.  This project will provide radio frequency and cellular coverage between the installation and Coleville Military Housing area.  This project fulfills critical needs in supporting the increased communications requirements for the installation and surrounding areas.  Work will be performed in Bridgeport, California, and is expected to be completed by March 2019.  Fiscal 2015 military construction, (Navy) contract funds in the amount of $11,298,180 are obligated on this award, of which $4,800,856 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with eight proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-16-C-0601).

Lockheed Martin, Mission Systems and Training, Moorestown, New Jersey, is being awarded a $10,452,318 modification to a previously awarded contract N00024-13-C-5132 to activate development equipment suites for future advanced capability builds in support of computer program development at the Naval Systems Computer Center and Combat System Engineering Development Site. This contract modification provides technical engineering, configuration management, associated equipment/supplies, quality assurance, information assurance, and other operation and maintenance efforts required to provide the Combat Systems Engineering Development Site, SPY-1A Test Facility, and the Naval Systems Computing Center.  These facilities, which are also collectively referred to as the “Aegis Sites,” incorporate highly integrated, classified, real-time networks that connect numerous contractor and U.S. government facilities required to build, integrate, test, and deliver computer code baselines.  This contract also provides for the continuing site maintenance and planned improvements of the sites for Aegis Combat System and Aegis Weapon System upgrades to Ticonderoga and Arleigh Burke class ships through the completion of Advanced Capability Build 12 and Technology Insertion 12 (ACB 12/TI 12), in addition to Aegis Ballistic Missile Defense and Foreign Military Sales requirements.  Work will be performed in Moorestown, New Jersey, and is expected to be completed by June 2018. Fiscal 2016 research, development, test and evaluation funding in the amount of $5,843,410 will be obligated at 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.

Pave-Tech Inc.,* Vista, California, is being awarded a $9,993,268 firm-fixed-price modification to increase the maximum dollar value of a multiple award construction contract task order for the repairs to Delta Taxiway and lighting at Naval Air Station Fallon.  After award of this modification, the total cumulative task order value will be $30,034,081.  The work to be performed provides for the removal of existing asphalt pavement and replacement with portland cement concrete pavement, expansion of the width of the taxiway, the retrofitting of all Delta Taxiway lighting with Federal Aviation Administration compliant light-emitting diodes and upgrades of direct burial cable to the concrete trench duct system and new hand-hole/vaults.

Work will be performed in Fallon, Nevada, and is expected to be completed by November 2017.  Fiscal 2016 operation and maintenance, (Navy) contract funds in the amount of $9,993,268 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-15-D-2441).

Insitu Inc., Bingen, Washington, is being awarded a $9,896,412 modification (0007) to a previously awarded firm-fixed-price contract (N00019-14-C-0070) to procure intelligence, surveillance, and reconnaissance services using its unmanned aircraft system in support of the Navy.  Work will be performed at locations outside the continental U.S., and is expected to be complete in September 2019.  Fiscal 2016 operations and maintenance (OCO) funds in the amount of $9,896,412 are being obligated at time of award, all of which will expire at the end of the fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Reel Power Wire and Cable Inc.,* Oklahoma City, Oklahoma, is being awarded a $8,784,076 fixed-price contract for the procurement of cable tension systems for the Navy, including installation and government-furnished peculiar support equipment, training and technical data.  In addition, this contract provides for the procurement of three shore-based reel and cable tension machines for the Navy (2) and government of Australia (1), including installation, training and technical data.  This equipment is in support of the Airborne Low Frequency Sonar on the MH-60R helicopter.  Work will be performed in Oklahoma City, Oklahoma, and is expected to be completed in March 2018.  Fiscal 2014 and 2015 aircraft procurement (Navy); and foreign military sales funds in the amount of $8,784,076 will be obligated at time of award, $6,815,126 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.  This contract combines purchases for the Navy ($6,980,190; 80 percent); and government of Australia ($1,803,886; 20 percent) under the Foreign Military Sales program.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-16-C-0387).

AUSTAL, Mobile, Alabama, is being awarded a $8,629,606 cost-plus-award-fee order against a previously awarded basic ordering agreement (N00024-15-G-2304) to provide engineering and management services for advance planning and design in support of the post shakedown availability for the littoral combat ship USS Jackson (LCS-6).  Work will be performed in Mobile, Alabama (75 percent); and San Diego, California (25 percent), and is expected to be completed by September 2017.  Fiscal 2016 shipbuilding and conversion (Navy); and fiscal 2010 shipbuilding and conversion (Navy) funding in the amount of $8,629,606 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 Gulf Coast, Pascagoula, Mississippi, is the contracting activity.

Modutech Marine Inc.,* Tacoma, Washington, is being awarded a $8,584,032 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Workboat Medium Boats. This contract includes options, which if exercised, would bring the cumulative value of this contract to $17,698,273. Work will be performed in Tacoma, Washington, and is expected to be completed by November 2018. Fiscal 2016 other procurement (Navy) funding in the amount of $8,584,032 will be obligated at time of award, and no contract funds will not expire at the end of the current fiscal year. This contract is for the construction of 12 Workboat Medium Boats, with the option to construct 12 additional Workboat Medium Boats . This contract was competitively procured as a Small Business Set Aside via Federal Business Opportunities with five offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-D-2211).

CB&I Federal Service LLC, Alexandria, Virginia, is being awarded a $7,464,131 firm-fixed-price task order 0003 under a multiple award construction contract for cleaning, inspecting, and repairing of four fuel tanks at the Defense Fuel Support Point (DFSP) Guam.  Work will be performed in Tenjo Vista, Guam, and is expected to be completed by March 2019.  Fiscal 2016 Defense working capital (Defense Logistics Agency) contract funds in the amount of $7,464,131 are obligated at the time of award, and will not expire at the end of the current fiscal year.  Two proposals were received for this task order. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-15-D-1632).

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded a $7,395,958 modification (00008) to a previously awarded cost-plus-incentive-fee, fixed-price-incentive-fee contract (N00019-15-C-0004).  This modification procures advanced spare parts and deployment spare part packages and initial spare 3BSM modules in support of the F-35 Lightening II for the Marine Corps and Navy. Work will be performed in Hartford, Connecticut (62 percent); and Indianapolis, Indiana (38 percent), and is expected to be completed in August 2019.  Fiscal 2016 aircraft procurement (Marine Corps and Navy) funds in the amount of $7,395,958 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Marine Corps $6,261,526 (85 percent); and the Navy $1,134,432 (15 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

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

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, has been awarded a $204,303,604 cost-plus-incentive-fee, sole-source modification to previously awarded contract HQ0276-10-C-0001 for Aegis Ballistic Missile Defense (ABMD) Continuation of Baseline 5.1, Increment-2 development, and the Adaptation of Aegis Ashore efforts (Contract Line Item Number 0127). Upon completion, these efforts will provide a certified ABMD 5.1 baseline.  This modification increases the total cumulative contract value to $2,442,293,513 from $2,237,989,909.  Work will be performed in Moorestown, New Jersey, with an expected completion date of Sept. 30, 2018. Fiscal 2016 research, development, Test and evaluation funds in the amount of $61,017,741 are being obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity. (Awarded on Aug. 30, 2016)

ARMY

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $135,400,000 modification (P00101) to foreign military sales contract W58RGZ-12-C-0008 (Taiwan) for 24 UH-60M uniquely configured Black Hawk aircraft.  Work will be performed in Stratford, Connecticut, with an estimated completion date of Oct. 8, 2018.  Fiscal 2016 other funds in the amount of $135,400,000 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

URS Federal Services Inc., Germantown, Maryland, was awarded a $70,350,941 modification (P0003) to contract W52P1J-12-G-0028 for enhanced Army global logistics enterprise Army Prepositioned Stock-5 for maintenance, supply and transportation logistics support services.  Work will be performed in Kuwait and Qatar, with an estimated completion date of Sept. 26, 2017.  Fiscal 2016 operations and maintenance, Army funds in the amount of $70,350,941 were obligated at the time of the award.  Army Contracting Command, Rock Island, Illinois, is the contracting activity.

Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $48,259,165 firm-fixed-price, foreign military sales contract (Australia, Czech Republic,Department of the Army Estonia, France, Iceland, Indonesia, Jordan, Lithuania, New Zealand, Norway, Oman, Qatar, Taiwan, and United Arab Emirates), for life cycle support repair and support the Javelin hardware.  Bids were solicited via the Internet with one received. Work will be performed in Tucson, Arizona, with an estimated completion date of Feb. 28, 2018.  Fiscal 2016 and 2010 other; and operations and maintenance, Army funds in the collective amount of $48,259,165 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-16-C-0133).

Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $38,649,867 modification (P00076) to contract W15QKN-10-C-0050 for award of option four for the production and delivery of M829A4 cartridges, and a negotiated cartridge unit price increase to account for increased costs of the material used to produce the composite sabot.  Work will be performed in multiple locations, with an estimated completion date of May 21, 2018.  Fiscal 2016 other procurement, Army funds in the amount of $38,649,867 were obligated at the time of the award.  Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

CACI-ISS Inc., Chantilly, Virginia, was awarded a $16,331,453 modification (P00031) to contract W81K04-13-F-0013 for medical logistics non-personal services in support of the expeditionary and contingency medical materiel program.  These services are performed at Department of Defense and Air Guard installations within the continental U.S. and outside the U.S. to include Japan, Guam and Alaska.  Work will be performed in multiple locations, with an estimated completion date of Sept. 30, 2017.  Subject to availability of funds per Federal Acquisition Regulation clause 52-232-18, fiscal 2017 operations and maintenance, Army funds in the amount of $16,331,453 will be obligated.  Army Medical Command, Fort Sam Houston, Texas, is the contracting activity.

L-3 Communications Corp. (Linkabit Division), San Diego, California, was awarded an $11,226,214 cost-plus-incentive-fee contract for screening obscuration module system integration and demonstration base period and production options.  Bids were solicited via the Internet with one received. Work will be performed in Melbourne, Florida, with an estimated completion date of Aug. 26, 2020.  Fiscal 2016 research, development, test and evaluation funds in the amount of $1,210,000 were obligated at the time of the award.  Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-16-C-0039).

DRS-NIS, Melbourne, Florida, was awarded a $10,907,808 modification (P00078) to foreign military sales contract W56HZV-12-C-0199 (Egypt) for direct support electrical systems test sets system technical support.  Work will be performed in Huntsville, Alabama, with an estimated completion date of May 1, 2017.  Fiscal 2016 operations and maintenance, Army; and other funds in the amount of $10,907,808 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

Affolter Contracting Co. Inc.,* LaMarque, Texas, was awarded an $8,962,230 firm-fixed-price contract for flood control, Mississippi River and tributaries, Yazoo basin, Mississippi, Tallahatchie county, Mississippi, upper Yazoo projects, Item 7C, channel improvement.  Bids were solicited via the Internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of June 10, 2018.  Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-16-D-0006).

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, was awarded an $8,000,000 cost-plus-fixed-fee contract for logistics support for U.S. Army Hawaii.  Bids were solicited via the Internet with one received. Work will be performed in the Hawaiian Islands, with an estimated completion date of Jan. 15, 2017.  Fiscal 2016 operations and maintenance, Army funds in the amount of $2,000,000 were obligated at the time of the award.  Army Contracting Command, Fort Shafter, Hawaii, is the contracting activity (W912CN-16-C-0014).

Northrop Grumman Systems Corp., Boulder, Colorado, was awarded a $7,056,050 modification (P00048) to contract W9113M-12-C-0055 for the design, development, upgrade, testing, certification, production, fielding, and sustainment of the joint tactical ground station pre-planned improvement system of systems.  Work will be performed in Colorado Springs and Boulder, Colorado, with an estimated completion date of Oct. 31, 2018.  Fiscal 2016 other procurement, Army funds in the amount of $3,781,961 were obligated at the time of the award.  Army Space and Missile Defense Command, Redstone Arsenal, Alabama, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Valero Marketing and Supply, San Antonio, Texas (SPE600-16-D-0497), $147,734,116; Equilon Enterprises,doing business as Shell Oil Products, Houston, Texas (SPE600-16-D-0496), $100,176,698; and Petro Star Inc.,* Anchorage, Alaska (SPE600-16-D-0503), $51,471,435, have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE600-16-R-0704 for various types of fuel. These were competitive acquisitions with 20 offers received. They are one-year contracts with a 30-day carryover. Locations of performance are Texas and Alaska, with a Sept. 30, 2017, performance completion date. Using agency is Defense Logistics Agency Energy. Type of appropriation is fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Llamas Plastics Inc.,* Sylmar, California (SPRPA1-16-D-001W); and Sierracin-Sylmar Corp., Sylmar, California (SPRPA1-16-D-002W), have each been awarded a maximum $80,000,000 fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPRPA1-15-R-013W for V-22 aircraft front left and front right windscreens (transparencies). These were competitive acquisitions with two offers received. They are two-year base contracts with three one-year option periods. Location of performance is California, with an Aug. 30, 2018, completion date. Using military service is Navy. Type of appropriation is fiscal 2016 through fiscal 2018 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $52,000,000 undefinitized contractual action firm-fixed-priced delivery order (THZV) against a five-year basic ordering agreement (SPE4A1-14-G-0007) for aircraft access doors for the F/A-18 aircraft. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Missouri, with an April 29, 2020, performance completion date. Using service is Navy. Type of appropriation is fiscal 2016 through fiscal 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

FreshPack Produce Inc.,** Denver, Colorado, has been awarded a maximum $49,500,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh fruits and vegetables for non-Defense Department (DoD) customers in Colorado. This was a competitive acquisition with two responses received. This is an 18-month base contract with two 18-month option periods. The maximum dollar amount is for the life of the contract. Location of performance is Colorado, with a Feb. 28, 2021, performance completion date. Using customers are non-DoD customers. 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 (SPE300-16-D-S678).

Woodward Inc., Loves Park, Illinois, has been awarded an estimated maximum $29,668,198 modification (P0009) to a five-year base contract (SPE4AX-13-D-9417) with one three-year option period adding 16 national stock numbers. This is an indefinite-delivery/indefinite-quantity contract. The location of performance is Illinois, with a June 30, 2018, performance completion date. The using military services are Army, Navy and Air Force. Type of appropriation is fiscal 2016 through fiscal 2018 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia.

Hiland Dairy, Springfield, Missouri, has been awarded an estimated maximum $16,546,735 firm-fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh milk and dairy products. This is a three-year contract with no option periods. This was a competitive acquisition with two responses received. Location of performance is Missouri, with a Sept. 14, 2019, 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 Troop Support, Philadelphia, Pennsylvania (SPE300-16-D-V236).

AIR FORCE

Abacus Technology Corp., Chevy Chase, Maryland, has been awarded a $42,505,012 modification (37) to award Option Year 1 requirements on previously awarded contract FA8721-15-D-0009 0002 for engineering and technology acquisition support services. Contractor will provide disciplined systems and specialty engineering; technical and information assurance services; and support using established government, contractor, and industry processes. Work will be performed at Hanscom Air Force Base, Massachusetts; and Lackland Air Force Base, Texas, and is expected to be complete by Aug. 31, 2017. This contract involves foreign military sales to Jordan, Romania, Saudi Arabia and Thailand. Fiscal 2014, 2015 and 2016 missile procurement; 2015 and 2016 other procurement; 2015 and 2016 research, development, test, and evaluation; 2016 space procurement; 2016 aircraft procurement; and 2016 operations and maintenance funds in the amount of $23,386,910 are356px-Seal_of_the_US_Air_Force.svg 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., Marietta, Georgia, has been awarded a $42,296,255 modification (P00018) to previously awarded contract FA8629-14-C-6450 for multiyear procurement for the C-130J program. Contractor will provide acquisition of readiness spare packages. Work will be performed at Marietta, Georgia, and is expected to be complete by Nov. 20, 2018. Fiscal 2014 aircraft procurement funds in the amount of $42,296,255 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity.

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded an estimated $14,000,000 firm-fixed-price contract for services and supplies in the support of the modernization, expansion, and depot-level contractor logistics support. Contractor will provide for the Scope command program for the High Frequency Global Communications System that supports Air Force, Navy and Coast Guard requirements. Work will be performed at Richardson, Texas, and is expected to be complete by Aug. 31, 2017. This award is the result of a sole-source acquisition. Fiscal 2016 Air Force, Navy and Coast Guard operations and maintenance funds in the amount of $709,370 are being obligated at the time of award. The 72nd Contracting Squadron, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8102-16-D-0005).

Flight Safety Services Corp., Centennial, Colorado, has been awarded a $7,702,434 modification (P00118) to previously awarded contract FA8223-11-C-0003 for contractor logistics support and instruction services on the C-5 Aircrew Training System (ATS). Contractor will provide operations, maintenance, and sustainment of ATS devices along with Training System Support Center services and aircrew instruction. Work will be performed at Travis Air Force Base, California; Dover Air Force Base, Delaware; Joint Base San Antonio-Lackland, Texas; and Westover Air Reserve Base, Massachusetts, and is expected to be complete by Dec. 31, 2016. Fiscal 2016 operations and maintenance funds in the amount of $7,892,907 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

600px-WHS_Insignia.svgWASHINGTON HEADQUARTERS SERVICES

NetCentrics Corp., Herndon, Virginia, is being awarded a firm-fixed-price and cost contract line item number contract for $11,421,068 to obtain information technology operations support for the Office of the Secretary of Defense, Washington Headquarters Services (WHS), WHS Supported Organizations, and the Pentagon Force Protection Agency.  Work performance will take place in Arlington and Alexandria, Virginia. The expected completion date is Dec. 31, 2016. Fiscal 2016 operations and maintenance funds are being obligated at the time of the award. WHS, Arlington, Virginia, is the contracting office (HQ0034-16-C-0065).

*Small business

**Small disadvantaged business

ARMY

DATRON World Communications, Inc.*, Vista, California, was awarded a $495,000,000 firm-fixed-price, foreign military sales (Afghanistan) contract for DATRON family of radios and support equipment.  Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of August 30, 2021.  Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-16-D-5010).

B.L. Harbert International, L.L.C., Birmingham, Alabama, was awarded an $85,100,000 firm-fixed-price contract for construction of the Army cyber headquarters command and control facility with the cyber protection team operations facility.  Bids were solicited via the internet with 10 received. Work will be performed at Fort Gordon, Georgia, with an estimated completion date of May 21, 2018.  Fiscal 2016 military construction funds in the amount of $80,300,000; andDepartment of the Army fiscal 2016 other procurement funds in the amount of $4,800,000 were obligated at the time of the award.  Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-16-C-0014).

Bering Straits Logistics Services LLC*, Anchorage, Alaska, was awarded a $13,400,000 modification (P00007) to contract W9133L-13-D-0004 for information technology support, warehouse operations, maintenance support, and training support to the consequence management support center. Work locations and funding will be determined with each order, with an estimated completion date of September 25, 2016.  Army National Guard Bureau, Arlington, Virginia, is the contracting activity.

Norfolk Dredging Company, Chesapeake, Virginia, was awarded a $10,432,500 firm-fixed-price contract for Wilmington Harbor mid-river and military ocean terminal Sunny Point maintenance dredging, New Hanover and Brunswick counties in North Carolina.  Bids were solicited via the internet with five received. Work will be performed in Southport (48.19 percent) and Wilmington (51.81 percent), North Carolina, with an estimated completion date of July 31, 2017.  Fiscal 2016 operations and maintenance funds in the amount of $10,432,500 were obligated at the time of the award.  Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-16-C-0015).

Vectrus Systems Corporation, Colorado Springs, Colorado, was awarded a $9,423,310 modification (P00029) to contract W91RUS-13-C-0006 to provide enterprise network capabilities and services support of U.S. Central Command forces within the south-west Asia area of responsibility.  Work will be performed in Iraq, with an estimated completion date of May 31, 2017.  Fiscal 2015 and 2016 operations and maintenance funds in the amount of $9,423,310 were obligated at the time of the award.  Army Contracting Command, Fort Huachuca, Arizona, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Electric Boat Corp., Groton, Connecticut, was awarded a $300,610,855 cost-plus-fixed-fee

contract for Lead Yard Services and development studies and design efforts related to Virginia Class submarines.  Lead Yard Services for Virginia Class submarines will maintain, update, and support the Virginia Class design and related drawings and data for each Virginia Class submarine, including technology insertion, throughout its construction and Post Shakedown Availability (PSA) period.  The contractor will also provide all engineering and related Lead Yard Services necessary for direct maintenance and support of Virginia Class Ship Specifications.  Work will be performed in Groton, Connecticut (94.1 percent), Newport News (5.0 percent), Virginia, and Newport (0.5 percent) and Quonset (0.4 percent), Rhode Island, and is expected to be completed by September 2017.   Fiscal 2009, 2011, 2012, 2013, 2014, 2015 and 2016 shipbuilding and conversion (Navy); and fiscal 2015 and 2016 research, development, test and engineering (Navy) funding in the amount of $43,274,477 will be obligated at time of award.  Funds in the amount of $5,163,308 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)(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 (N00024-16-C-2111).  (Awarded August 26, 2016)

BAE Systems Southeast Shipyards Mayport LLC, Jacksonville, Florida (N00024-16-D-4319) and General Dynamics NASSCO, Mayport, Florida (N00024-16-D-4320) are each being awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts (MAC) to support sustainment execution efforts for Littoral Combat Ships (LCS) 1 variant class ships.  These efforts consist of Chief of Naval Operations availabilities, continuous maintenance, emergent maintenance, preventative/planned maintenance, and facilities maintenance/ corrosion control in the contiguous United States ; continuous maintenance, emergent maintenance, preventative/planned maintenance, and facilities maintenance/corrosion control outside the continental United States (MAC I).  Epsilon Systems Solutions, Inc., Portsmouth, Virginia (N00024-16-D-4321) and Lockheed Martin Corp., Baltimore, Maryland (N00024-16-D-4322) are each being awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts (MAC) to provide preventative/planned maintenance, and facilities maintenance/corrosion control within the continental United States (MAC II).  These contracts both contain five ordering periods which have a cumulative ceiling value of $741,496,791 for MAC I and $209,342,762 for MAC II.  These four companies will have the opportunity to compete for individual delivery orders.  Work will primarily be performed in Mayport, Florida, and outside the continental United States as needed, and is expected to be completed in August 2021 if all ordering periods are executed.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $40,000 ($10,000 minimum guarantee per contract) is being obligated as each contract’s initial delivery order and expires at the end of fiscal year 2016.  These contracts were competitively procured via the Federal Business Opportunities website, with five offers received.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Harper Construction Co., Inc., San Diego, California (N62473-16-D-1881); Hensel Phelps Construction Co., Irvine, California (N62473-16-D-1882); M.A. Mortenson Co. dba Mortenson Construction, Minneapolis, Minnesota (N62473-16-D-1883); R.A. Burch Construction Co., Inc.*, Ramona, California (N62473-16-D-1884); RQ Construction, LLC, Carlsbad, California  (N62473-16-D-1885); Solpac Construction, Inc., dba Soltek Pacific Construction Co., San Diego, California (N62473-16-D-1886); and Straub Construction, Inc., Fallbrook, California  (N62473-16-D-1887), are each being awarded an indefinite-delivery/indefinite-quantity multiple award construction contract for new construction and renovation of commercial and institutional building construction projects at various government installations 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 seven contracts combined is $240,000,000.  Types of projects may include, but are not limited to:  administration buildings, maintenance/repair facilities, aircraft control towers, aircraft hangars, fire stations, office buildings, laboratories, dining facilities, related structures, and other similar facilities.  RQ Construction, LLC is being awarded task order 0001 at $28,960,000 for design and construction of the Littoral Combat Ship (LCS) Support Facility at Naval Base San Diego, San Diego, California.  Work for this task order is expected to be completed by August 2018.  All work on this contract will be performed at various government installations within the NAVFAC Southwest AOR including, but not limited to, California (90 percent), Arizona (6 percent), Nevada (1 percent), Colorado (1 percent), Utah (1 percent), and New Mexico (1 percent).  The terms of the contracts are not to exceed 60 months, with an expected completion date of August 2021.  Fiscal 2016 military construction (Navy) and fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $28,990,000 are obligated on this award; of which $20,130,000 will expire at the end of the current fiscal year.  Future task orders will be primarily funded by military construction (Navy); operation and maintenance (Navy and Marine Corps); and working capital funds (Navy).  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 21 proposals received.  The reserve was met by award to R. A. Burch Construction Co., Inc.  These seven contractors may compete for task orders under the terms and conditions of the awarded contracts.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Raytheon Co., Integrated Defense Systems, Tewksbury, Massachusetts, is being awarded a $29,839,189 modification to previously awarded contract (N00024-10-C-5126) for additional engineering services in support of DDG 1000 Zumwalt Class Destroyer Program.  The engineering services under this contract will address software corrections, facilities, training, and cyber security and shipboard requirements.  Work will be performed in Bath, Maine (31 percent), Tewksbury, Massachusetts (30 percent), Portsmouth, Rhode Island (27 percent), San Diego, California (6 percent), Wallops Island, Virginia (5 percent), Fort Wayne, Indiana (1 percent) and is expected to be complete by December 2016.  Fiscal 2008, 2015, and 2016 shipbuilding and conversion (Navy), fiscal 2016 research, development, test and evaluation (Navy) and fiscal 2016 operation and maintenance (Navy) funds in the amount of $17,213,384 will be obligated at the time of award and funds in the amount of $195,710 will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 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.

Lockheed Martin Corp., Fort Worth, Texas, was awarded $28,240,000 for modification P00001 to a previously awarded fixed-price-incentive-firm, cost-plus-incentive-fee contract (N00019-16-C-0004) for additional sustainment in support of Low Rate Initial Production Lot 10 F-35 Lightning II Joint Strike Fighter aircraft.  Support to be provided includes 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 for the U.S. Air Force and U.S. Navy.  Work will be performed in Orlando, Florida (79 percent); Redondo Beach, California (10 percent); Fort Worth, Texas (9 percent), and Samlesbury, United Kingdom (2 percent), and is expected to be completed July, 2022.  Fiscal 2014 aircraft procurement (Navy, Air Force) funding in the amount of $26,840,000 are being 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. Navy ($22,340,000; 79 percent) and U.S Air Force ($5,900,000; 21 percent).  This contract was not competitively procured pursuant to 10 U.S.C. 2304c(1) and Federal Acquisition Regulation 6.302-1(a)(2).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.  (Awarded August 26, 2016)

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded $27,114,058 for firm-fixed-price delivery order 4039 against a previously issued basic ordering agreement (N00019-14-G-0004) for MH-60R unique configuration non-recurring engineering and interactive electronic technical manual development in support of the Government of Saudi Arabia under the Foreign Military Sales Program.  Work will be performed in Stratford, Connecticut, and is expected to be completed in December 2019.  Foreign military sales funds in the amount of $27,114,058 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.

Viktor Lenac Shipyard, Rijeka, Croatia, was awarded a $20,998,341 firm-fixed-price contract for a 179-day dry docking and overhaul of USS Mount Whitney (LCC-20).  This contract includes 14 options which, if exercised, would bring the total contract value to $31,921,042. Work will be performed in Rijeka, Croatia, and is expected to be completed by July 2017.  Working capital contract funds in the amount of $20,998,341 are obligated at the time of award, and will not expire at the end of the fiscal year.  This contract was procured under full and open competition via the Federal Business Opportunities website, with five offers received.  The U.S. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-16-R-4601).  (Awarded August 26, 2016)

Phoenix International Holdings Inc., San Diego, California, was awarded a $17,515,622 cost-plus-fixed-fee level-of-effort contract modification to previously awarded contract (N00024-14-C-4107) to exercise options for the management, engineering, technical and logistic support services required for the U.S. Navy’s domestic and international submarine programs.  Work will be performed in San Diego, California, and is expected to be completed by August 2017.  Fiscal 2016 operation and maintenance (Navy) funding in the amount of $3,554,100 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.  (Awarded August 26, 2016)

Huntington Ingalls Inc., Pascagoula, Mississippi, was awarded a $13,748,952 modification to previously awarded contract (N00024-14-C-2410) for LX(R) Amphibious Ship Replacement Program contract design engineering support.  LX(R) contract design efforts were previously awarded as an option under an LHA 8 contract (N00024-16-C-2427) and are being transferred and exercised under the existing LX(R) Early Industry Involvement contract for administrative purposes.  The LX(R) Amphibious Ship Replacement Program awarded early industry involvement contracts to two U.S. Shipyards (Huntington Ingalls Industries, Ingalls Shipbuilding Division and General Dynamics-NASSCO) that have the facilities and resources to build a large amphibious ship without major re-capitalization.  Ingalls will be required to perform design efforts, special studies, analyses, and reviews in support of the LX(R) Amphibious Ship Replacement Program Contract Design.  The tasking may include efforts related to systems engineering, marine engineering, naval architecture, cost estimating and computer modeling.   Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2017.  Fiscal 2016 research, development, testing and evaluation (Navy) funds in the amount of $7,107,000 will be obligated at the 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.  (Awarded August 26, 2016)

Peter Vander Werff Construction, Inc.,* El Cajon, California, is being awarded $13,250,000 for firm-fixed-price task order 0011 under a previously awarded multiple award construction contract (N62473-14-D-0039) for the construction of a Navy Operational Support Center at March Air Reserve Base.  The task order also contains a planned modification, which if issued, will increase the cumulative task order value to $14,202,225.  Work will be performed in Moreno Valley, California, and is expected to be completed by March 2018.  Fiscal 2014 military construction (Navy Reserve) contract funds in the amount of $13,250,000 are obligated on this award; of which $809,653 will expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, San Diego, California, is the contracting activity.

BAE Systems Southeast Shipyards Mayport LLC, Mayport, Florida, was awarded an $11,891,935 cost-plus-award-fee contract for the accomplishment of Post Shakedown Availability (PSA) for one Freedom variant Littoral Combat Ship.  The PSA encompasses all of the manpower, support services, material, non-standard equipment and associated technical data and documentation required to prepare for and accomplish the PSA.  The work to be performed will include correction of Government responsible trial card deficiencies, new work identified between custody transfer and the time of PSA, and incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the building yard’s responsibility under the ship construction contract.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $74,741,487.  Work will be performed in Mayport, Florida and is expected to be completed by March 2018.  Fiscal 2010 and 2016 shipbuilding and conversion (Navy) and fiscal 2016 other procurement (Navy) funding in the amount of $10,685,213 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 Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-2302).  (Awarded August 26, 2016)

Gilbane Federal, Concord, California, was awarded $9,937,987 for firm-fixed-price task order 0006 under a previously awarded multiple award construction contract (N39430-15-D-1634) for cleaning, inspecting, and repairing two fuel tanks at the Defense Fuel Support Point (DFSP) Hakozaki, Japan.  The work to be performed provides for the cleaning, out of service inspection, and repair of petroleum, oils and lubricant storage tanks 101 and 107.  Work will be performed in Hakozaki, Japan, and is expected to be completed by September 2018.  Fiscal 2016 defense working capital (Defense Logistics Agency) contract funds in the amount of $9,937,987 are obligated on this award and will not expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.  (Awarded August 26, 2016)

Noveome Biotherapeutics, Inc., Pittsburgh, Pennsylvania, was awarded a $9,655,000 cost-reimbursement (no fee) modification to a previously awarded contract (N62645-13-C-4014) to provide research and development services in support the Naval Medical Research Center’s cellular combat wound initiative within the current Statement of Work.  Work will be performed in Pittsburgh, Pennsylvania, and work is expected to be completed April 18, 2018.  Fiscal 2016 research, development, test, and evaluation funds in the amount of $9,655,000 will be obligated at the time of award and will not expire at the end of the current fiscal year.  This requirement was sole sourced, under the authority of Federal Acquisition Regulation 6.302-1 and 10 U.S.C. 2304 (c)(1), as Noveome Biotherapeutics, Inc. was deemed the only contractor able to perform services within the scope of the original contract.  The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity.  (Awarded August 26, 2016)

ManTech Advanced Systems International, Inc., Fairfax, Virginia, is being awarded an $8,016,900 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for engineering and technical support for reliability, maintainability, testability, quality assurance and diagnostic and system safety analyses during the design, development, production and in-service life cycles of all naval aircraft platforms and their systems.  Work will be performed in the Naval Air Station Patuxent River, Maryland (83 percent); West Palm Beach, Florida (13 percent) and at various installations within the United States (4 percent), and is expected to be completed in May 2017. No funds are being obligated at time of award.  Funds will be obligated against individual delivery orders as they are issued.  This contract was not competitively procured pursuant to 10 U.S.C. 2304(C)(1).  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-16-D-0011).

DEFENSE LOGISTICS AGENCY

Manson Products Co., Inc.,* Honolulu, Hawaii, has been awarded a maximum $21,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh fruits and vegetables for land and ship-based DoD customers and non DoD ship customers. This was a competitive acquisition with four responsesDefense_Logistics_Agency received. This is an 18-month base contract with two 18- month option periods. The maximum dollar amount is for the life of the contract. Location of performance is Hawaii, with a March 2, 2021 performance completion date. Using services are Army, Navy, Air Force, Marine Corps non-DoD ships 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 (SPE302-16-D-P007).

AIR FORCE

Ohio Aerospace Institute, Brook Park, Ohio, has been awarded a $13,057,778 cost-plus-fixed-fee contract for research and development. Contractor will provide integration of fluid dynamics, aerodynamics, physics, mathematics, and computer science to computationally simulate complex flows about canonical configurations as well as real-world applications, including current and future aerospace systems, weapons systems, subsystems and components. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Nov. 29, 2021. This award is the result of a competitive acquisition with three offers received. Fiscal356px-Seal_of_the_US_Air_Force.svg 2016 research, development, test and evaluation funds in the amount of $50,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the contracting activity. (FA8650-16-C-2644)

SDVE, LLC, Andalusia, Alabama, was awarded on June 8, 2016 a $9,800,000 indefinite-delivery/ indefinite-quantity contract for simplified acquisition of base engineering requirements. Contractor will provide simplified acquisition of base engineering requirements contract work including detailed task specifications that encompass most types of real property maintenance, repair, and minor construction work. Work will be performed at Arnold Air Force Base, Tennessee, and is expected to be complete by June 7, 2021. This award is the result of a competitive acquisition with seven offers received. Fiscal 2016 research, development, test and evaluation funds in the amount of $47,328 are being obligated at the time of award. Air Force Test Center, Arnold AFB, Tennessee, is the contracting activity. (FA9101-16-D-0001)

*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

CONTRACTS 

ARMY

The Boeing Co., Mesa, Arizona, was awarded a $488,076,762 modification (P00007) to foreign military sales (United Kingdom) contract W58RGZ-16-C-0023 for the remanufacture of 38 AH-64 Apache aircraft, and to procure three Longbow crew trainers and associated spares. Work will be performed in Mesa, Arizona, with an estimated completion date of May 31, 2024. Fiscal 2010 other funds in the amount of $488,076,762 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $90,885,550 modification (P0021) to contract W56HZV-15-D-0031 for Family of Heavy Tactical Vehicles recapitalized Palletized Load System 96 M1074A1, and 115 M1075A1. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Jan. 31, 2019. Fiscal 2017 other procurement (Army) funds in the amount of $90,885,550 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $79,576,597 modification (P0020) to contract W56HZV-15-D-0031 for Family of Heavy Tactical Vehicles recapitalized 63 M985A4 Heavy Expanded Mobility Tactical trucks; 45 M985E1A4 guided missile transporters; 61 M984A4 wreckers; 29 M983A4 wreckers; two M1120A4 wreckers; four M1074A1 Palletized Load Systems (PLS); eight M1075A1 PLSs; 42 new M1076A0 PLS trailers; and 61 M984A4 self-recovery winches. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Jan. 31, 2019. Fiscal 2015 and 2017 other procurement (Army) funds in the amount of $79,576,597 were obligated at the time of the award. U.S. Army Contracting Command, Warren Michigan, is the contracting activity.

Harper Construction Co., San Diego, California, was awarded a $69,067,750 firm-fixed-price contract for two-phase design-build for Combined Test Force Compound at Edwards Air Force Base, California; this project will restore four maintenance hangars, associated out buildings, as well as taxi and parking ramps. Bids were solicited via the Internet with three received. Work will be performed in Edwards Air Force Base, California, with an estimated completion date of May 30, 2019. Fiscal 2016 military construction funds in the amount of $69,067,750 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-17-C-0019).

L-3 Combat Propulsion Systems, Muskegon, Michigan, was awarded a $19,804,641 modification (P00035) to contract W56HZV-15-C-0119 for 98 Transmission Hydro-mechanically Propelled Transmission Operational Reliability HMPT 500 series transmission and required ancillary hardware; 45 transmission control modules, and 45 transmission electronically controlled cables.  Work will be performed in Muskegon, Michigan, with an estimated completion date of Dec. 31, 2018. Fiscal 2017 other funds in the amount of $19,804,641 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

Upstate Construction Services Inc.,* East Syracuse, New York, was awarded a $14,552,170 firm-fixed-price contract for constructing a Noncommission Officer’s Academy complex at Fort Drum, New York; the primary structure includes barrack area, automated classrooms, general purpose administration area organizational storage rooms, arms room, and an auditorium. Bids were solicited via the Internet with six received. Work will be performed in Fort Drum, New York, with an estimated completion date of Oct. 30, 2019. Fiscal 2016 military construction funds in the amount of $14,552,170 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-17-C-0008).

Catamount Constructors Inc., Lakewood, Colorado, was awarded a $9,917,272 firm-fixed-price contract for construction of an access control point at Fort McCoy, Wisconsin. Bids were solicited via the Internet with three received. Work will be performed in Fort McCoy, Wisconsin, with an estimated completion date of Nov. 12, 2018. Fiscal 2015 and 2017 military construction funds in the amount of $9,917,272 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-17-C-0018).

Tetra Tech Inc., Bellevue, Washington, was awarded a $9,500,000 firm-fixed-price contract for multi-discipline engineering and design services in support of Walla Walla District and Northwest Division, U.S. Army Corps of Engineers. Bids were solicited via the Internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of May 10, 2022. U.S. Army Corps of Engineers, Walla Walla, Washington, is the contracting activity (W912EF-17-D-0004).

The Mason and Hanger Group Inc., Lexington, Kentucky, was awarded an $8,000,000 firm-fixed-price contract for architect and engineering services for Army Reserve and other military projects within Great Lakes and Ohio River Division mission boundaries. Bids were solicited via the Internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of May 11, 2022. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-17-D-0025).

Great Lakes Dock and Dredge Co. LLC, Oak Brook, Illinois, was awarded a $7,726,190 firm-fixed-price contract for Atchafalaya River bay and bar channel dredging. Bids were solicited via the Internet with four received. Work will be performed in Morgan City, Louisiana, with an estimated completion date of Nov. 16, 2017. Fiscal 2014, 2016, and 2017 other funds in the amount of $7,726,190 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-17-C-0024). 

AIR FORCE

CACI Enterprise Solutions Inc., Chantilly, Virginia, has been awarded a $94,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for engineering services. Contractor will provide integration, updates and consolidation of computer-based test stations, test fixtures, test program sets, database repositories, analytical software tools, and associated network communication functions to resolve system obsolescence and performance issues. Work will be performed at Hill Air Force Base, Utah; and Chantilly, Virginia, and is expected to be complete by May 10, 2023. This award is the result of a competitive acquisition with three offers received. Fiscal 2017 working capital funds in the amount of $5,000 are being obligated at the time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8224-17-D-0005).

Raytheon Co. – Integrated Defense Systems, Woburn, Massachusetts, has been awarded a $52,686,179 fixed-price-incentive-firm engineering and manufacturing development (EMD) contract for Three-Dimensional Expeditionary Long-Range Radar (3DELRR) System. Contractor will provide EMD of three 3DELRR production representative units. Work will be performed at Andover, Massachusetts, and is expected to be complete by Nov. 30, 2020. This award is the result of a competitive acquisition with two offers received. Fiscal 2017 research, development, test, and evaluation funds in the amount of $5,500,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-17-C-0018).

NAVY

RQ-DPR JV, doing business as RQ-DPR Construction JV, Carlsbad, California, is being awarded a $16,818,250 firm-fixed-price contract for repair and renovation of unaccompanied housing Building 282 at Naval Support Activity, Hampton Roads Portsmouth Annex.  The work to be performed provides for the repair and renovation to help meet shared mobilization/2+0 standards and improve upon conditions from Q4 to Q1 in support of the elimination of Q4 bachelor quarters.  Under this contract, the contractor will be required to renovate and make upgrades such that all major building systems meet current code requirements and anti-terrorism/force-protection standards including redesigning of parking, new fire lane, upgraded electrical systems, floor supports, and replacing heating, ventilation and air conditioning systems.  Work will be performed in Portsmouth, Virginia, and is expected to be completed by December 2018.  Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $16,818,250 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 six proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-17-C-0334).

General Dynamics Information Technology Inc., Fairfax, Virginia, is being awarded a $13,600,000 ceiling-priced, indefinite-delivery/indefinite-quantity contract, resulting from solicitation N00189-16-R-0058, that will include terms and conditions for the placement of firm-fixed-price task orders to provide public affairs equipment and visual information systems support as required by the Navy Public Affairs Support Element Headquarters.  The contract will include a five-year base ordering period and six-month option period with the option at Federal Acquisition Regulation 52.217-8 – option to extend services.  Work will be performed in Norfolk, Virginia (91 percent); and San Diego, California (9 percent).  Work is expected to be completed by August 2022; if the option is exercised, work will continue through January 2023.  Fiscal 2017 operations and maintenance (Navy) funds in the amount of $3,000 will be obligated 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 Federal Business Opportunities website, with two offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk Contracting Department, Norfolk, Virginia, is the contracting activity (N00189-17-D-0013).

Insitu Inc., Bingen, Washington, is being awarded $8,049,709 for firm-fixed-price delivery order N0001917F4002 against a previously issued basic ordering agreement (N00019-15-G-0014) for the procurement of spare and sustainment parts required to maintain the RQ-21A Blackjack unmanned aerial system in support of Marine Corps fleet operations.  Work will be performed in Bingen, Washington, and is expected to be completed in November 2017.  Fiscal 2015, 2016 and 2017 procurement (Marine Corps) funding in the amount of $8,049,709 will be obligated at time of award, $1,174,705 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Patriot Shipping LLC, New Orleans, Louisiana, was awarded a $7,465,125 firm-fixed-price contract for a dry cargo time charter in support of Pacific Pathways 17-2.  Work will be performed on the West Coast, the southern Pacific Ocean, and the Far East, and is expected to be completed November 2017.  Transportation working capital funds in the amount of $7,465,125 were obligated and funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online and the Federal Business Opportunities websites, with five offers received.  The U.S. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.  (Awarded May 5, 2017) 

DEFENSE LOGISTICS AGENCY

The Boeing Co., Mesa, Arizona, has been awarded an estimated $7,023,568 firm-fixed-price, one-time buy contract for inertial boresight in support of the Apache weapon system. This was a limited competitive acquisition using justification from Federal Acquisition Regulation 6.302-1(a) (2), only one responsible source and no other supplies of services will satisfy the requirement. Location of performance is Arizona, with contract performance from Sept. 15, 2019, to Nov. 15, 2019. Using military service is Army. Type of appropriation is fiscal 2017 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPE4A1-14-G-0007 ZB34). 

*Small business


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

CONTRACTS

AIR FORCE

United Launch Services LLC, Centennial, Colorado, has been awarded a $208,140,481 modification (P00163) to previously awarded contract FA8811-13-C-0003 for launch vehicle production services. This is under the requirements contract terms of the Evolved Expendable Launch Vehicle (EELV) Phase I contract for contract terms of EELV launch capability. contractor will execute a requirement for fiscal 2017 for the launch vehicle configuration of an Atlas V 551, an additional solid rocket booster for an Atlas V 551, transportation, and incremental funding for ELC fiscal 17 option. This modification adds a pre-priced contract line item for the Atlas V 551 LV configuration. Work will be performed at Centennial, Colorado; Decatur, Alabama; and Cape Canaveral Air Force Station, Florida, and is expected to be complete by Sept. 30, 2019. Fiscal 2017 space procurement funds in the amount of $208,140,481 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Aerospace Engineering and Support, Ogden, Utah (FA8224-17-D-0005); AllSource Global Management, Sierra Vista, Arizona (FA8224-17-D-0006); SierTek, Beavercreek, Ohio (FA8224-17-D-0007); Young’s Engineering Services, Syracuse, Utah (FA8224-17-D-0008), have been awarded a combined, not-to-exceed $95,000,000 indefinite-delivery/indefinite-quantity contract for overhead production services. Contractors will provide business, management and production operations for depot maintenance to include planners, schedulers, production support technicians, production material technicians, analysts and other similar functions. Work will be performed at Hill Air Force Base, Utah; and Davis-Monthan Air Force Base, Arizona, and is expected to be complete by May 18, 2023. This award is the result of a competitive acquisition with eight offers received. Fiscal 2017 consolidated sustainment activity group – maintenance funds in the amount of $2,500 are being obligated to each contractor at the time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity.

L-3 Link Simulation and Training, Arlington, Texas, has been awarded a $13,946,359 modification (P00071) to previously awarded contract FA8621-13-C-6323 for Predator Mission Aircrew Training System (PMATS) Blue Box High Definition (BBHD) retrofit upgrade. Contractor will retrofit 26 fielded PMATS devices to the BBHD configuration. Work will be performed at Arlington, Texas, and is expected to be complete by Aug. 17, 2018. Fiscal 2015 missile procurement funds in the amount of $13,946,359 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Southwest Research Institute, San Antonio, Texas, has been awarded a not-to-exceed $13,139,976 cost-reimbursement (cost-plus-fixed-fee and cost-reimbursement-no-fee), indefinite-delivery/indefinite-quantity contract for engineering services in support of AN/ALQ-131 and AN/ALQ-184 electronic attack pods. Contractor will provide software test, software studies and analyses, software engineering, software support, test support, and system test and evaluation. Work will be performed at Robins Air Force Base, Georgia, and is expected to be complete by May 16, 2022. This award is the result of a sole-source acquisition. Fiscal 2017 operations and maintenance funds in the amount of $2,771,890 are being obligated at the time of award for the first task order. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8523-17-D-0003).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $137,834,819 modification to a previously awarded cost-plus-incentive-fee contract (N00019-14-C-0002) to provide additional funding for affordability-based cost reduction initiatives in support of low-rate initial production Lot 9 F-35 Lightening II Joint Strike Fighter.  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 2020.  Fiscal 2016 aircraft procurement (Air Force, Marine Corps, and Navy) funds in the amount of $137,834,819 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This modification combines purchases for the Air Force ($110,267,856; 80 percent); Marine Corps ($22,554,788; 16.4 percent); and the Navy ($5,012,175 (3.6 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Gentex Corp., Simpson, Pennsylvania, is being awarded a $51,422,600 firm-fixed-price, indefinite delivery/indefinite quantity contract for the purchase of up to a maximum 84,376 enhanced combat helmets and data reports.  Work will be performed in Simpson, Pennsylvania, and is expected to be complete by May 2022.  Fiscal 2017 operations and maintenance (Marine Corps) funds in the amount of $9,999,990 will be obligated on the first delivery order immediately following contract award and funds will expire the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with three offers received.  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-17-D-1221).

General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded a $32,700,000 cost-plus-fixed-fee modification under a previously awarded contract (N00024-13-C-2128) for continued design support requirements for Columbia Class Submarine (formerly known as the Ohio Replacement).  This contract includes shipbuilder and vendor technology development; engineering integration; concept design studies; cost reduction initiatives using a design for affordability process; and full-scale prototype manufacturing and assembly.  Additionally, this contract provides for engineering analysis, should-cost evaluations, and technology development and integration efforts.  Work will be performed in Groton, Connecticut (91 percent); Newport News, Virginia (7 percent); Quonset, Rhode Island (1 percent); and Bath, Maine (1 percent), and is expected to be completed by June 2017.  Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $32,700,000 will be 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.

L3 Computer Sciences Corp., Millersville, Maryland, is being awarded a $13,592,178 fixed-price-incentive firm undefinitized contract action modification to a previously awarded contract (N00024-15-C-6275) to exercise an option for the procurement of six TB-29A compact towed array production representative units.  Work will be performed in Millersville, Maryland (41 percent); Liverpool, New York (38 percent); and Ashaway, Rhode Island (21 percent), and is expected to be completed by September 2018.  Fiscal 2016 other procurement (Navy) funding in the amount of $13,592,178 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.

Lockheed Martin Corp., Rotary and Mission Systems, Manassas, Virginia, is being awarded an $11,029,399 cost-plus-incentive-fee, cost modification to a previously awarded contract (N00024-11-C-6294) for the accomplishment of engineering services under the Acoustic Rapid Commercial-Off-The-Shelf Insertion System program.  This contract involves foreign military sales (FMS) to Canada (100 percent).  Work will be performed in Manassas, Virginia (80 percent); and Dartmouth, Canada (20 percent), and is expected to be completed by December 2017.  FMS funding in the amount $2,066,150 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 Navy Yard, Washington, District of Columbia, is the contracting activity.

Raytheon Co., El Segundo, California, is being awarded $7,183,792 for firm-fixed-price delivery order 0009 under a previously awarded basic ordering agreement (N00383-15-G-003H) for the repair of nine multi-functional antenna assemblies used in support of the F-18 Active Electronically Scanned Array Radar System.  Work will be performed in Forest, Mississippi, and is expected to be completed by Dec. 2018.  Fiscal 2015 aircraft procurement (Navy) in the amount of $7,183,792 will be obligated at time of award, and funds will 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)(1), and Federal Acquisition Regulation 6.302-1.  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.

MISSILE DEFENSE AGENCY

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $20,000,000 modification (P00246) to a previously awarded cost-plus-award-fee, cost-plus-incentive-fee contract HQ0276-10-C-0001 to exercise option contract line item number (CLIN) 0110.  This modification increases the total cumulative contract value to $2,530,887,742 from $2,510,887,742.  Under this modification, the contractor will provide support of advanced concept initiatives by the Aegis Ballistic Missile Defense (ABMD) Program Office to identify technology for introduction into present and future ABMD baselines and upgrades.  The work will be performed in Moorestown, New Jersey, with an expected completion date of Oct. 27, 2019.  Fiscal 2017 research, development, test and evaluation funds in the amount of $3,000,000 for CLIN 0110 will be obligated at the time of award, and will expire at the end of the current fiscal year.  The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

ARMY

Accenture Federal Services, Arlington, Virginia, was awarded a $59,459,062 modification (D00397) to contract N00104-04-A-ZF12 for maintenance and operations of the General Fund Enterprise Business System year-end activities, baseline delivery, and release delivery. Work will be performed in Arlington, Virginia, with an estimated completion date of July 31, 2017. Fiscal 2017 operations and maintenance (Army) funds in the amount of $3,096,426 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

MOCA Systems,* Newton, Massachusetts, was awarded a $25,000,000 firm-fixed-price contract for cost engineering services in support of U.S. Army Corps of Engineers’ nationwide cost engineering projects. Bids were solicited via the Internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of May 18, 2022. U.S. Army Corps of Engineers, Walla Walla, Washington, is the contracting activity (W912EF-17-D-0012).

*Small business

 


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACT

$
0
0

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

CONTRACTS

ARMY

Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $212,032,488 modification (P000035) to contract W91RUS-13-C-0006 for support of communications equipment and information systems under the purview of the Network Enterprise Technology Command (Army), 160th Signal Brigade and its subordinate units in the Southwest Asia Theater of Operations. Work will be performed in Kuwait, Qatar, Afghanistan, Iraq, Bahrain, United Arab Emirates, and Jordan, with an estimated completion date of May 31, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $212,032,488 were obligated at the time of the award. U.S. Army Contracting Command, Fort Huachuca, Arizona, is the contracting activity.

Northrop Grumman Technical Services, Herndon, Virginia, was awarded a $39,098,906 modification (P00083) to contract W911S0-11-C-0014 to support the collective training of Army units in accordance with the Army Force Generation process. Work will be performed in Fort Leavenworth, Kansas, with an estimated completion date of Nov. 30, 2017. Fiscal 2017 operations and maintenance (Army) funds in the amount of $39,098,906 were obligated at the time of the award. U.S. Army Contracting Command, Fort Eustis, Virginia, is the contracting activity.

Structural Associates Inc.,* East Syracuse, New York, was awarded a $23,170,900 firm-fixed-price contract for Hydrant Fuel System installation at Dover Air Force Base, Delaware. Bids were solicited via the Internet with two received. Work will be performed in Dover, Delaware, with an estimated completion date of May 7, 2020. Fiscal 2016 operations and maintenance (Army) funds in the amount of $23,170,900 were obligated at the time of the award. U.S Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-17-C-0016).

DEFENSE HEALTH AGENCY

OptumHealth Care Solutions LLC, Eden Prairie, Minnesota, was awarded a $200,497,921 firm-fixed-price contract (HT0011-17-C-0017) for Global Nurse Advice Line services. The Global Nurse Advice Line is a continued service to some Military Health System eligible beneficiaries and will encompass both the current continental U.S. and outside the continental U.S. Nurse Advice Line contracted services.  The Global Nurse Advice Line provides access to telehealth registered nurses for triage services, self-care advice, and general health inquiries 24 hours a day, seven days a week.  It will also offer customer service and care coordination services to include provider locator support, specified military treatment facility appointing services, urgent care referral submissions, and customized transfers to support the treatment facilities capability for eligible beneficiaries.  Work will be performed at various locations in the continental U.S. and outside the continental U.S. with an estimated completion date (assuming the government exercises all available contract options) of June 11, 2022.  Fiscal 2017 operations and maintenance funds in the amount of $9,166,870 are obligated for this award for the six-month implementation period. This contract was competitively procured on Federal Business Opportunities as unrestricted in accordance with Federal Acquisition Regulation part 15, contract by negotiations, with four proposals received. The Defense Health Agency, Contract Operations, Falls Church, Virginia, is the contracting activity.

AIR FORCE

FlightSafety Services Corp., Centennial, Colorado, has been awarded a $33,258,924 option (P00013) to previously awarded contract FA8621-13-C-6247 for KC-46 aircrew training system production year two. Modification includes an additional two weapon system trainers, two boom operator trainers, one fuselage trainer, two pilot part task trainers, additional learning management system workstations and fuselage trainer support equipment. Work will be performed at Broken Arrow, Oklahoma, and is expected to be complete by March 31, 2019. Fiscal 2016 purchasing and procurement funds in the amount of $33,258,924 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Pride Industries, Roseville, California, has been awarded a $17,832,110 firm-fixed-price contract for base operations services. Contractor will provide operation and maintenance of facilities, roads and grounds, equipment and water distribution system in support of installation activities. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be complete by May 31, 2018. This award is the result of a sole-source acquisition.  Fiscal 2017 operations and maintenance funds in the amount of $1,515,508 are being obligated at the time of award. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity (FA4484-17-D-0005).

NAVY

Science Applications International Corp., McLean, Virginia, is being awarded a $30,000,000 ceiling increase to a previously awarded indefinitely-delivery/indefinite-quantity contract (M67485-14-D-4802) for a one-year ordering extension.  The requirements under this contract are to provide post deployment software support, engineering change proposals, and software upgrades for the portfolio of information technology systems for the Marine Corps System Command Program Manager, Total Force Information Technology Systems.  With the increase the contract now has a ceiling amount of $79,000,000.  Work will be performed in Quantico, Virginia.  The extension of the ordering period will be from Aug. 15, 2017, through Aug. 14, 2018.  No funds will be obligated at the time of award and subsequent funding will be obligated on future task orders as they are issued.  This contract was awarded as a sole-source in accordance with 10 U.S. Code 2304(c)(1).  Marine Corps System Command, Quantico, Virginia, is the contracting activity.

Dowty Propellers, Sterling, Virginia, is being awarded a $52,574,370 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide propeller, engineering, reliability, and logistics sustainment for the R391 propeller system on the KC-130J aircraft for the Marine Corps and the government of Kuwait.  Work will be performed in Sterling, Virginia (73 percent); Iwakuni, Japan (6 percent); Cherry Point, North Carolina (6 percent); Miramar, California (6 percent); Fort Worth, Texas (3 percent); Al Mubarak Airbase, Kuwait (2 percent); Newburg, New York (2 percent); and Cheltenham, United Kingdom (2 percent), and is expected to be completed in May 2022.  No funds will be obligated at time of award; funds will be obligated against individual delivery orders as they are issued.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  This contract combines purchases for the Marine Corps ($48,120,982; 91.5 percent); and the government of Kuwait ($4,453,388; 8.5 percent), under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-17-D-0089).

Lockheed Martin Space Systems Co., Sunnyvale, California is being awarded $43,876,458 for cost-plus-incentive-fee, cost-plus-fixed-fee modification P00025 under a previously awarded contract (N00030-15-C-0100) in support of the Trident II (D5) missile production and D5 deployed systems support.  Work will be performed in Sunnyvale, California (36.26 percent); Cape Canaveral, Florida (33.43 percent); Kings Bay, Georgia (10.54 percent); Silverdale, Washington (9.28 percent); Magna, Utah (4.98 percent); Palo Alto, California (1.18 percent); Poulsbo, Washington (1.06 percent); Gainesville, Virginia (0.60 percent); Elkton, Maryland (0.35 percent); Baltimore, Maryland (0.21 percent); Atlanta, Georgia (0.18 percent); and other various locations (less than 0.10 percent each, 1.93 percent total).  Work is expected to be completed by Sept. 30, 2017.  Fiscal 2017 operations and maintenance (Navy) funds in the amount of $43,876,458 are being obligated at the time of award and will expire at the end of the current fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $19,846,828 for cost-plus-fixed-fee modification to delivery order N0001917F0108, issued previously against basic ordering agreement N00019-14-G-0020.  This modification procures work on the aircraft memory system and panoramic cockpit display in order to alleviate diminishing manufacturing sources constraints projected under F-35 production Lot 15 for the Air Force ($7,938,730; 40 percent); Navy ($3,969,366; 20 percent); Marine Corps ($3,969,366; 20 percent); and international partners ($3,969,366; 20 percent).  Work will be performed in Fort Worth, Texas, and is expected to be completed in March 2019.  Fiscal 2016 research, development, test and evaluation (Air Force, Navy, Marine Corps); and international partners funds in the amount of $2,661,064 are being obligated on this award, $2,128,000 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 $10,957,861 firm-fixed-price, cost-plus-fixed-fee contract to fabricate, assemble, test and deliver low-rate initial production Airborne Mine Neutralization Systems (AMNS) and engineering services and support.  The AMNS will explosively neutralize bottom and moored mines using an expendable mine neutralizer device.  The system will be deployed from the MH-60 helicopter as part of the Littoral Combat Ship mine countermeasures mission module.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $58,123,265.  Work will be performed in Portsmouth, Rhode Island, and is expected to be completed by May 2019.  Fiscal 2015, 2016 and 2017 other procurement (Navy) funding in the amount of $10,072,964 will be obligated at the 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).  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-17-C-6305).

DEFENSE FINANCE AND ACCOUNTING SERVICES

PricewaterhouseCoopers Public Sector LLP, McLean, Virginia, has been awarded a not-to-exceed  $16,086,144 modification, P00007, to a previously awarded contract (HQ0423-15-F-5002) for audit readiness, audit liaison, and systems support (ARALSS) for the Office of the Under Secretary of Defense (Comptroller).  This modification exercises option year two with a period of performance of May 26, 2017, through May 25, 2018.  The modification brings the total cumulative face value of the contract to $39,479,981 from $23,393,837.  Work will be performed at the Pentagon; and in remote locations within the National Capital Region, with an expected completion date of May 25, 2018.  Defense-wide operations and maintenance funds in the amount of $16,086,144 are being obligated at time of award. The Defense Finance and Accounting Service in Columbus, Ohio, is the contracting activity.

*Small business


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

CONTRACTS

U.S SPECIAL OPERATIONS COMMAND

Harris Corp., RF Communications, Rochester, New York, has been awarded an indefinite-delivery/indefinite-quantity contract with a $255,000,000 maximum ceiling value to provide the Special Operations Forces Tactical Communications Next Generation Manpack (STC NGMP) Radio system in support of U.S. Special Operations Command to conduct a Capital Equipment Replacement Program, replacing legacy manpack radios such as the AN/PRC-117F and AN/PRC-117G.  The STC NGMP will provide Special Operations Forces teams with the ability to communicate utilizing a two-channel manpack radio.  The NGMP will provide a capability to receive and distribute intelligence, surveillance and reconnaissance data in the form of full motion video, and support simultaneous dual channel line of sight and/or beyond line of sight operation utilizing legacy, and advanced waveforms.  The majority of the work will be performed at the contractor’s location in Rochester, New York, and is expected to be completed by June 2023. Fiscal 2017 procurement funds in the amount of $1,050,000 are being obligated at time of award.  This contract was competitively awarded using Federal Acquisition Regulation Part 15 procedures and one proposal was received. U.S. Special Operations Command, Tampa, Florida, is the contracting activity (H92222-17-D-0021). 

AIR FORCE

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, has been awarded a $108,322,712 single award, fixed-price-incentive-firm and firm-fixed-price contract for Advanced Radar Threat System Variant 2 (ARTS-V2). Contractor will provide the development and test of an ARTS-V2 production representative article and options to produce up to 20 systems. Work will be performed at Grand Prairie, Texas; Syracuse, New York; Orlando, Florida; Palmdale, California; Colorado Springs, Colorado; Newark, California; Northridge, California; Batavia, Ohio; Clintonville, Wisconsin; Huntsville, Alabama; Austin, Texas; San Luis, California; Atlanta, Georgia; Middletown, Rhode Island; Virginia Beach, Virginia; Scottsdale, Arizona; and Tallman, New York. Work is expected to be complete by June 30, 2027. This award is the result of a competitive acquisition with two offers received. Fiscal 2017 research, development, test, and evaluation funds in the amount of $24,700,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8210-17-C-0001).

MRM Construction Services Inc, Phoenix, Arizona, has been awarded a $46,000,000 indefinite-delivery/indefinite-quantity contract for base and airfield paving services. Contractor will provide repair, alteration, maintenance and new construction of roads, parking lots and airfield taxiways, runways and aircraft parking areas including markings and rubber removal from runways. Work will be performed at Luke Air Force Base, Arizona; Gila Bend Auxiliary Air Field, Arizona; and Barry M. Goldwater Range, Arizona, and is expected to be complete by June 11, 2022. This award is the result of a competitive acquisition with four offers received. Fiscal 2017 operations and maintenance funds in the amount of $68,633 are being obligated at the time of award. The 56th Contracting Squadron, Luke Air Force Base, Arizona, is the contracting activity (F4886-17-D-0003).

NAVY

Spalding Consulting Inc.,* Lexington Park, Maryland, is being awarded a $59,332,822 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 Division.  Services to be provided include technical, systems engineering, project management, organizational management, administrative and acquisition support.  Work will be performed in St. Inigoes, Maryland.  The ordering period is expected to be completed in September 2022.  No funds are being obligated; funds will be obligated on individual 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 (N00421-17-D-0035).

Moog Inc., Elma, New York, is being awarded a $49,978,647 five-year indefinite-delivery/indefinite-quantity, firm-fixed-price requirements contract for the repair of 26 items in support of the F-18 aircraft.  Work will be performed in Torrance, California (45 percent); San Diego, California (25 percent); Jacksonville, Florida (25 percent); and Elma, New York (5 percent). Work is expected to be completed by June 2022.  No funds will be obligated at the time of award. Fiscal 2017 working capital funds (Navy) will be provided through individual delivery orders, none of which will 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)(1), and Federal Acquisition Regulation 6.302-1. The requirement was posted to the Federal Business Opportunities website, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-17-D-BH01).

Electric Boat Corp., Groton, Connecticut, is being awarded a $25,100,000 cost-plus-fixed-fee modification to a previously awarded contract (N00024-17-C-2100) for additional Long Lead Time Material (LLTM) associated with fiscal 2019 Virginia Class Submarine (SSNs 802 and 803).  This contract provides LLTM for steam and electric plant components, the main propulsion unit efforts and ship service turbine generator efforts, and miscellaneous hull, mechanical and electrical system components.  Work will be performed in Coatesville, Pennsylvania (19 percent); Spring Grove, Illinois (15 percent); Windsor Locks, Connecticut (15 percent); Bethlehem, Pennsylvania (9 percent); Manchester, New Hampshire (6 percent); Jacksonville, Florida (6 percent); Groton, Connecticut/Quonset Point, Rhode Island (5 percent); Manassas, Virginia (3 percent); Monroe, North Carolina (3 percent); Newport News, Virginia (2 percent); South Windham, Connecticut (2 percent); and other efforts performed at various sites in the U.S. (15 percent) and is expected to be completed by January 2018.  Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $25,100,000 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.

Lyme Computer Systems, Lyme, New Hampshire, is being awarded a $10,561,225 firm-fixed-price, indefinite-delivery/indefinite-quantity supplies contract for industrial-grade networking hardware and components manufactured by Siemens/Ruggedcom in support of hull, mechanical and electrical networks installed onboard various ship classes and land-based test sites.  Supplies will be delivered to Philadelphia, Pennsylvania, and work is expected to be completed by June 2020.  Fiscal 2017 other procurement (Navy) funds in the amount of $224,675 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 via the Federal Business Opportunities website, with two proposals received.  The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-17-D-0002).

Insitu Inc., Bingen, Washington, is being awarded $8,029,090 for modification P00008 to a previously awarded firm-fixed-price contract (N00019-16-C-0054) to exercise an option for the procurement of one full rate production Lot I RQ-21A Blackjack Unmanned Aircraft Systems (UAS) for the Marine Corps.  The UAS consists of air vehicles, ground control stations, launch and recovery equipment, air vehicle support equipment kit, and systems engineering and program management.  Work will be performed in Bingen, Washington (70 percent); and Hood River, Oregon (30 percent), and is expected to be completed in January 2018.  Fiscal 2017 aircraft procurement (Marine Corps) funds in the amount $8,029,090 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.

ARMY

WMR-532 LLC, Decatur, Alabama, was awarded a $46,000,000 firm-fixed-priced contract for operation, maintenance and technical support for the U.S. Army Corps of Engineers and Joint Airborne Lidar Bathymetry Technical Center of Expertise. Bids were solicited via the Internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of June 11, 2022. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-17-D-0068).

DEFENSE THREAT REDUCTION AGENCY

Chimera Enterprises International Inc.,* Edgewood, Maryland, was awarded a cost-plus-fixed-fee, single award, indefinite-delivery/indefinite-quantity contract (HDTRA117D0002) with a five-year ordering period and a contract maximum of $45,000,000 for advisory and assistance services (A&AS). This contract provides non-personal services and technical support services to the Defense Threat Reduction Agency (DTRA) Operations, Readiness, and Exercises Directorate.  The overall tasks include supporting researching, planning, designing, developing, implementing, integrating, applying, and developing transitioning capabilities dealing with weapons of mass destruction  to DTRA and its customers.  Work will be performed at DTRA Headquarters (DTRA-HQ), Fort Belvoir, Virginia, with an expected completion date of June 11, 2022.  Task Order 0001 (full task order number to be determined after contract award, on the same day) will be issued on or around June 12, 2017 for A&AS for the operations, readiness, and exercises; building partnerships; Chemical, Biological, Radiological and Nuclear (CBRN) Preparedness Program; and the CBRN Military Advisory Teams  Support.  Fiscal 2017 operations and maintenance funds in the amount of $1,824,196 are being obligated on task order 0001 at time of award.  This task order will be incrementally funded.  This contract was a competed as a total small business set-aside acquisition and six offers were received.  DTRA-HQ, Fort Belvoir, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

M&M Manufacturing LLC,* Lajas, Puerto Rico, has been awarded a maximum $25,552,591 modification (P00129) exercising the third one-year option of a one-year base contract (SPE1C1-14-D-1048) with four one-year option periods for various types of Navy working uniform blouses and trousers. The modification brings the maximum dollar value of the contract to $61,761,001 from $36,208,410. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico, with a Dec. 31, 2018, performance completion date. Using customer is Navy. Types of appropriation are fiscal 2017 through 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

King Nutronics,* Woodland Hills, California, has been awarded a maximum $20,631,188 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacture and supply of heavy-duty pressure calibrators. This is a three-year base contract with two one-year option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1) from the Federal Acquisition Regulation 6.302-1, only one responsible source and no other suppliers or services will satisfy agency requirements. Location of performance is California, with a June 11, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2017 through 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-17-D-CG01).

*Small business


Viewing all 53 articles
Browse latest View live