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

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)



Viewing all articles
Browse latest Browse all 53

Trending Articles