Wednesday, November 20, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR NOVEMBER 20, 2013

FROM:  U.S. DEFENSE DEPARTMENT 

NAVY

Pacific Architects and Engineers Applied Technologies, Fort Worth, Texas, is being awarded a $44,577,164 indefinite-delivery/indefinite-quantity contract for the development, testing, and installation of the SureTrak Surveillance System for the U.S. Navy, U.S. Air Force, the National Aeronautics and Space Administration, and governments in Africa under the foreign military sales program.  The SureTrak System is a state-of-the-art, fully integrated, multi-sensor, data acquisition and display system used for airspace surveillance, waterway clearance, shoreline surveillance, and environmental monitoring functions.  Work will be performed at the Naval Air Warfare Center (NAWC) Aircraft Division, Patuxent River, Md. (10 percent); NASA Wallops Test Facility, Wallops, Va. (4 percent); Vandenberg Air Force Base, Lompoc, Calif. (2 percent); Patrick Air Force Base, Fla. (2 percent); NAWC Weapons Division, Pt. Mugu, Calif. (1 percent); Naval Surface Warfare Center, Dahlgren, Va. (1 percent); and at various locations outside the United States (80 percent), and is expected to be completed in November 2017.  No funds will be obligated at time of award; funds will be obligated on individual 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, Md., is the contracting activity (N00421-14-D-0001).

The Boeing Co., Seattle, Wash., is being awarded a $26,879,866 modification to a previously awarded fixed-price-incentive-firm contract (N00019-12-C-0112) to exercise an option for the diminishing manufacturing sources re-design in support of the U.S. Navy P-8A Full Rate Production Lot I aircraft.  Work will be performed in Seattle, Wash., and is expected to be completed in April 2017.  Fiscal 2014 aircraft procurement, Navy contract funds in the amount of $26,879,866 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, Md. is the contracting activity.

Vigor Marine LLC, Portland, Ore., is being awarded a $12,954,046 firm-fixed-price contract for a 120-calendar day post shakedown availability, regular overhaul and dry-docking availability of missile range instrumentation ship the USNS Howard O. Lorenzen (T-AGM 25).  Work will include fuel oil fill; transfer and overflow systems modifications; main diesel engine fuel oil service piping modifications; relocation of AC seawater pumps; docking and undocking; and underwater hull cleaning and painting.  Lorenzen’s primary mission is to monitor missile launches and collect data.  The contract includes options which, if exercised, would bring the cumulative value of this contract to $15,214,713.  Work will be performed in Portland, Ore., and is expected to be completed by April 2014.  Working capital contract funds in the amount of $12,954,046 are obligated for fiscal 2014 and will expire at the end of the current fiscal year.  This contract was competitively procured with proposals solicited via the Military Sealift Command procurement page and the Federal Business Opportunities website, with two offers received.  The U.S. Navy’s Military Sealift Command, Washington, D.C., is the contracting activity (N32205-14-C-2001).

Glidepath Technologies*, Harrisburg, Pa., is being awarded a $12,205,945 firm-fixed-price indefinite-delivery/indefinite-quantity contract for the procurement of up to 40 each AN/SPN-41B Azimuth and elevation radomes for the U.S. Navy.  The radomes provide protection for the AN/SPN-41B transmitting set from environmental conditions existing on U.S. Navy aircraft carrier and amphibious assault class ships.  Work will be performed in Harrisburg, Pa., and is expected to be completed in November 2018.  Fiscal 2012 shipbuilding and conversion, Navy contract funds in the amount of $310,806 are being obligated on this award, none of which will expire at the end of the current year.  This contract was competitively procured as a full and open competition via an electronic request for proposals, with one offer received.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-14-D-0010).

General Dynamics National Steel and Shipbuilding Co., San Diego, Calif., is being awarded a $12,144,761 modification to previously awarded contract (N00024-12-C-2400) to exercise the option for the fitting-out availability of the USS Somerset (LPD 25).  Specific efforts include engineering, planning, management, labor and material in support of the fitting-out availability.  Work will be performed in San Diego, Calif., and is expected to be completed by December 2014.  Fiscal 2014 shipbuilding and conversion, Navy; fiscal 2014 operations and maintenance, Navy; and fiscal 2013 other procurement, Navy funding in the amount of $730,431 will be obligated at time of award.  Contract funds in the amount of $215,383 will expire at the end of the current fiscal year.  This contract was competitively procured with four proposals received.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

The Boeing Co., Defense and Space Group, Seattle Wash., is being awarded at $10,119,307 firm-fixed-price requirements contract to repair 559 items required to support the P8 aircraft.  Work will be performed in Dallas, Texas, and is expected to be completed by Sept. 30, 2015.  No funds will be obligated at the time of award.  Fiscal 2014 aircraft procurement funds will be used on task orders as they are issued.  No funds will expire at the end of the current fiscal year.  This sole source contract was not competitively procured in accordance with FAR 6.302-1.  NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity (N00383-14-D-006F).

General Dynamics Electric Boat Corp., Groton, Conn., is being awarded an $8,766,998 cost-plus-fixed-fee modification to the previously awarded contract (N00024-13-C-4311) to provide a Nuclear Regional Maintenance Department in support of operational nuclear submarines at the Naval Submarine Support Facility, Naval Submarine Base, New London, Conn.  Electric Boat will continue to provide staff and operate a Nuclear Regional Maintenance Department at the Naval Submarine Base, in support of returning mission ready submarines to the fleet.  The contract will also require project management, technical analysis, engineering and planning, training, inspection and nuclear services to accomplish intermediate-level nuclear submarine maintenance, modernization, and repairs in support of operational nuclear submarines, including maintaining and modernizing government-owned facilities and equipment and providing off-hull support of submarine maintenance.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $163,999,997.  Work will be performed in New London, Conn., and is expected to be completed by March 2014.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $8,766,998 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.C. 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

General Dynamics Electric Boat Corp., Groton, Conn., is being awarded an $8,000,000 cost-plus-fixed-fee modification to previously awarded contract (N00024-13-C-4308) to exercise options to provide non-nuclear submarine repair work on Groton based submarines under the New England Maintenance Manpower Initiative (NEMMI).  Under the terms of the contract, Electric Boat will provide NEMMI tasks in support of non-nuclear maintenance, modernization and repair of operational nuclear powered submarines, floating dry docks, support and service craft and plant equipment assigned to the Naval Submarine Support Facility, New London, Conn.  Work will be performed in New London, Conn., and is expected to be completed by December 2014.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $8,000,000 will be obligated at time of award and will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Exelis Inc., Fort Wayne, Ind., is being awarded a $7,028,919 indefinite-delivery/indefinite-quantity contract for the procurement of up to 62 radar signal simulators in support of the MH-60R and S70-B aircraft for the U.S Navy (33), the Government of Australia (27), and the Government of Brazil (2) under the foreign military sales program.  Work will be performed in Fort Wayne, Ind., and is expected to be completed in November 2017.  FMS funds in the amount of $1,093,932 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to the FAR 6.302-1.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-14-D-0005).

ARMY

Carothers Construction, Inc., Oxford, Miss., was awarded a $24,622,000 firm-fixed-price contract with options, case contract line item numbers (CLINs) 0001-0003 and optional CLINs 0004-0007, 0009-0010 for the construction of a replacement general purpose warehouse at New Cumberland, Pa.  Construction includes a permanent, non-combustible, general-purpose warehouse with concrete floors and 20 foot clear stacking height.  Estimated completion date is July 18, 2015.  Fiscal 2014 military construction funds in the amount of 24,622,000 were obligated.  Bids were solicited via the Internet with nine received.  Army Corps of Engineers, Baltimore, Md. is the contracting agency (W912DR-14-C-0005).

POND – FSB (joint venture), Norcross, Ga., was awarded a $13,000,000 firm-fixed-price, indefinite-delivery contract for architect, engineer services to support the Air Force KC-46A aircraft beddown within the continental United States.  Estimated completion date is Nov. 19, 2018.  Bids were solicited via the Internet with fifty-seven received. Funding and location will be determined with each order.  Army Corps of Engineers, Mobile, Ala., is the contracting agency (W91278-14-D-0001).

DEFENSE LOGISTICS AGENCY

Sterling Foods, LLC, San Antonio, Texas, has been awarded a maximum $32,785,593 modification (P00006) exercising the second one-year option period on a one-year base contract (SPM3S1-12-D-Z100) with four one-year option periods for bakery components used in the meal-ready-to-eat program.  This is a firm-fixed-price contract.  Location of performance is Texas with a Dec. 31, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. (Awarded Nov. 17)

Coast Citrus Distributors,* San Diego, Calif., has been awarded a maximum $15,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh fruit and vegetable support.  This contract is a competitive acquisition, and two offers were received.  Location of performance is California with a May 19, 2015 performance completion date.  This contract is an 18-month base period with two 18-month option-year periods.  Using military services are Army, Navy, Air Force and Marine Corps.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE300-14-D-P230).

American Innotek Inc.*, Escondido, Calif., has been awarded a maximum $12,000,000 fixed-price with economic-price-adjustment contract for disposable solid waste relief bags.  This contract is a sole-source acquisition.  Location of performance is California with a Nov. 20, 2015 performance completion date.  This contract is a two-year base period with three one-year option periods.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8ES-14-D-0002).

Excel Garment Manufacturing LTD.**, El Paso, Texas, has been awarded a maximum $7,125,286 firm-fixed-price contract for men’s and women’s rip-stop airmen battle uniform coats and trousers, maternity coats, and slacks.  This contract is a competitive acquisition, and five offers were received. Location of performance is Texas with a Nov. 19, 2014, performance completion date.  This contract is a one-year base period with four one-year option periods. Using military service is Air Force.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM1C1-14-D-1054).

WASHINGTON HEADQUARTERS SERVICES

Muscogee Nation Business Enterprise, Okmuglee, Okla., is being awarded an $8,218,006 firm-fixed-price contract for life support services to the Department of Defense Task Force for Business and Stability Operations.  These services will provide basic necessities, complex security, and personnel security details for safe travel in the immediate region around the Western Area of Responsibility in Afghanistan.  Work will be performed primarily in Herat, Afghanistan.  This contract was awarded as a sole-source acquisition.  The estimated completion date is July 31, 2014.  Washington Headquarters Services, Washington, D.C., is the contracting activity (HQ0034-13-C-0101).

*Small Business

**Small Business in HUBZone

Search This Blog

Translate

White House.gov Press Office Feed