Friday, December 27, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR DECEMBER 27, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

AIR FORCE

Lockheed Martin Space Systems Co., Sunnyvale, Calif., has been awarded an $116,069,077 cost-plus-incentive-fee contract modification (P00548) on contract (F04701-02-C-0002) for Space Vehicle (SV) 4 launch operations and support to integrate the space vehicle into the launch vehicle.  SV4 launch preparation activities begin at launch minus 12 months.  During this period, the contractor performs pre-launch planning and preparation activities for the launch and early orbit operations rehearsal campaign. Work will be performed at Sunnyvale, Calif., and El Segundo, Calif., and is expected to be completed July 31, 2019.  Fiscal 2014 missile procurement funds in the amount of $2,000,000 are being obligated at time of award. The Air Force Space and Missile Systems Center, PKJ, Los Angeles Air Force Base, Calif., is the contracting activity.

Alvarez & Marsal Real Estate Advisory Services, LLC, Washington, D.C., has been awarded an $88,000,000 indefinite-delivery/indefinite-quantity contract for Air Force privatization, post closing management 2013 (PCM-13) services.  The contract provides advisory and assistance services for long-term post closing management services in support of the Air Force's privatization of military housing, enhanced use leasing, value-based transaction, voluntary action program for real estate and environmental issues related to Base Realignment and Closure, Real Estate Transaction, and other programs throughout the United States.  This indefinite-delivery/indefinite-quantity contract has a five year ordering period, with one additional year performance.  Work will be performed at the contractor's facility in Washington, D.C., and various Air Force installations, and is expected to be complete by Dec. 26, 2019.  This award is the result of a competitive acquisition, and 100 offers were solicited and two offers were received.  Fiscal 2014 operation and maintenance funds in the amount of $3,000 are being obligated at time of award.  772 Enterprise Sourcing Squadron/PKS, Joint Base San Antonio, Lackland, Texas, is the contracting activity (FA8903-14-D-0040).

Lockheed Martin Information Systems & Global Services, Colorado Springs, Colo., has been awarded a $47,347,121 modification (P00302) exercising an option to an existing contract (F19628-00-C-0019) to support critical mission operations for NORAD Cheyenne Mountain Complex/Integrated Tactical Warning/Attack Assessment in support of air, missile and space defense for the national command authority.  This sustainment effort encompasses operations, maintenance and support to maintain mission integrity for the Target System Architecture systems at Cheyenne Mountain Air Force Station, Colo., the Alternate Mission Command Center, and forward user and sensor sites, as well as maintenance of legacy systems at Peterson Air Force Base, Colo., Test Development Facility, Space Training System and Joint Space Operations at Vandenberg AFB, Calif., and the ISC2 Test and Integration Lab in Colorado Springs, Colo.  Also included are the 721 CS, the Cheyenne Mountain Communications Squadron support. Work will be performed at Colorado Springs, Colo., and Vandenberg AFB, Calif., and is expected to be completed by Sep. 30, 2014. Fiscal 2014 operations and maintenance funds in the amount of $6,520,588 are being obligated at time of award.  Air Force Life Cycle Management Center/HBQK, Peterson AFB, Colo., is the contracting activity.

DEFENSE LOGISTICS AGENCY

TeraRecon, Inc.,* Foster City, Calif., has been awarded a maximum $30,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for the procurement of  radiology systems, subsystems, accessories, service, manuals and repair parts. This contract is a competitive acquisition, and fifty offers were received. Location of performance is California with a Dec. 22, 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 working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE2D1-14-D-0001).

Brothers Produce, Inc.,* Houston, Texas, has been awarded a maximum $21,474,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for the procurement of full line fresh fruit and vegetable support to non-Department of Defense customers in the Dallas-Fort Worth schools zone.  This contract is a competitive acquisition, and three offers were received. Location of performance is Texas with a July 6, 2018 performance completion date.  Using service is U.S. Department of Agriculture school customers.  Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE300-14-D-8607).

ARMY

CDM Federal Programs, Kansas City, Mo., was awarded a $9,500,000 firm-fixed-price, multi-year, indefinite-delivery/indefinite-quantity contract for civil works for the Kansas City District of the Corps of Engineers.  Funding will be determined with each order.  Work to be performed will be determined with each order, and is expected to be complete Dec. 26, 2018.  Bids were solicited via the Internet with 11 received.  The U.S. Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-14-D-1003).

*Mythics, Incorporated, Virginia Beach, Va., was awarded a $19,770,292 firm-fixed-price modification (BA0415) of contract (W91QUZ-06-A-0003) in exercise of option year two for new products and support for Oracle.  Work will be performed in Alexandria, Va., and expected to be complete Dec. 31, 2014.  The contract will be incrementally funded using fiscal year 2014 operations and maintenance funds.  The U.S. Army Contracting Command, Rock Island Arsenal, Ill. is the contracting activity.

NAVY

Lockheed Martin Mission Systems and Training, Moorestown, N.J., is being awarded a $574,538,664 firm-fixed-price, multi-year procurement contract (N00024-14-C-5114) for the production of the Aegis Weapon System MK 7 equipment sets in support of the DDG 51 Shipbuilding Program and an option for Aegis Ashore Missile Defense System, Host Nation Poland, and engineering services.  This procurement includes economic order quantity, advance procurement funding for production related materials for the multi-year procurement ship sets.  Work will be performed in Moorestown, N.J. (85.5 percent); Clearwater, Fla. (13.1 percent); and Akron, Ohio (1.4 percent), and is expected to be completed by September 2021.  Fiscal 2013 shipbuilding and conversion, Navy funds in the amount of $308,360,317 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was awarded as a sole-source contract authorized under 10 U.S.C. 2304(c)(1) - only one or limited number of sources and no other suppliers will satisfy the requirements.  The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

Lockheed Martin Corp., Mission Systems and Training, Manassas, Va., is being awarded an $84,650,745 modification to previously awarded contract (N00024-13-C-6272) for fiscal 2014 Acoustic Rapid Commercial-Off-The-Shelf Insertion (A-RCI) production.   A-RCI is a sonar system that integrates and improves towed array, hull array, sphere array, and other ship sensor processing, through rapid insertion of COTS based hardware and software.   The contract provides funding for the development and production of the A-RCI and common acoustics processing for Technology Insertion 14 (TI-14) for the United States submarine fleet.  This modification will purchase TI-14 System Upgrades for 12 ships including pre-cable kits.  Work will be performed in Manassas, Va. (60 percent) and Clearwater, Fla. (40 percent), and is expected to be completed by September 2018.  Fiscal 2012, 2013, 2014 shipbuilding and conversion, Navy and fiscal 2014 other procurement, Navy contract funds in the amount $81,681,413 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity (N00024-13-C-6272).

Raytheon Technical Services Co., Indianapolis, Ind., is being awarded $40,911,284 ceiling priced delivery order 7000 against previously issued basic ordering agreement (N00383-14-G-006D) for the repair of 40 Weapon Replaceable Assemblies of the APG 65/73 Radar System used in support of the F/A-18 aircraft.  Work will be performed in Indianapolis, Ind. (57 percent); El Segundo, Calif. (24 percent); Forest, Miss. (17 percent); Andover, Maine (2 percent), and work is expected to be completed no later than December 2015.   Fiscal 2014 Navy working capital funds in the amount of $20,455,642 will be obligated at the time of award, and will not expire before the end of the current fiscal year.  The contract was not competitively procured and is issued on a sole-source basis in accordance with 10 U.S.C. 2304(c)(1).  Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pa., is the contracting activity.  

T. B. Penick & Sons, Inc., San Diego, Calif., is being awarded $18,702,988 for firm-fixed-price task order 0007 under a previously awarded multiple award construction contract (N62473-10-D-5412) for renovation of the medical clinic at Marine Corps Air Ground Combat Center, Twentynine Palms.  The work to be performed provides for replacement of a medical clinic with multi-story concrete masonry unit building on a concrete foundation to deliver primary care, physical therapy, behavioral and deployment health, and ancillary and diagnostic imaging services. Supporting facilities will include utilities, site improvements, parking, signage, and environmental protection measures.  Existing clinic and site structures will be demolished after new clinic has been completed.  The task order also contains one planned modification, which if exercised would increase cumulative task order value to $18,723,488.  Work will be performed in Twentynine Palms, Calif., and is expected to be comp
leted by September 2015.   Fiscal 2013 military construction, Defense medical contract funds in the amount of $18,702,988 are obligated on this award and will not expire at the end of the current fiscal year.  Seven proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

BAE Systems Information and Electronic Systems Integration (IESI), Inc., Greenlawn, N.Y., is being awarded a $16,472,873 firm-fixed-price contract for the procurement of Common Identification Friend or Foe hardware for the U.S. Army, U.S. Navy, and the governments of Korea, Taiwan, and the United Arab Emirates, including transponders, remote control units, mounts, power supplies; chasses, displays, repairs, and modification kits.  Work will be performed in Greenlawn, N.Y. (86 percent) and Scottsdale, Ariz. (14 percent), and is expected to be completed in January 2016.   Fiscal 2012, 2013 aircraft procurement, Navy; Fiscal 2013 aircraft procurement, Army; Fiscal 2012, 2013, 2014 other procurement, Navy; Fiscal 2013, 2014 research, development, test and evaluation, Navy; Fiscal 2014 aircraft procurement, Navy; Fiscal 2014 operations and maintenance, Navy; Fiscal 2014 Navy working capital funds; and Foreign Military Sales contract funds in the amount of $16,472,873 are being obligated at time of award, $722,959 of which will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Army ($7,938,757; 48.2 percent); U.S. Navy ($6,682,819; 40.6 percent), and the Governments of Korea ($820,525; 5 percent), Taiwan ($781,676; 4.7 percent); and the United Arab Emirates ($249,096; 1.5 percent) under the Foreign Military Sales program. This contract was not competitively procured pursuant to FAR 302-1.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-14-C-0034).

*Small Business

Search This Blog

Translate

White House.gov Press Office Feed