Friday, February 21, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR FEBRUARY 21, 2014

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

ARMY

General Atomics-Aeronautical Systems, Inc., Poway, Calif., was awarded an $18,109,374 modification (P00014) to contract W58RGZ-12-C-0057 for changes to the Universal Ground Control Station.  Fiscal 2013 other procurement funds in the amount of $8,873,593 were obligated at the time of the award.  Work will be performed in Poway, Calif., with an estimated completion date of Nov. 30, 2015.   Army Contracting Command, Redstone Arsenal, Ala. is the contracting activity.

General Atomics-Aeronautical Systems, Inc., Poway, Calif., was awarded a $76,215,685 modification (P00015) to contract W58RGZ-12-C-0057 to change the Gray Eagle Portable Ground Control Station to a mobile ground control station.  Fiscal 2014 other procurement funds in the amount of $35,842,972 and fiscal 2013 other procurement funds in the amount of $2,453,283 were obligated at the time of the award. Estimated completion date is Nov. 30, 2016.Work will be performed in Poway, Calif. Army Contracting Command, Redstone Arsenal, Ala. is the contracting activity.

NAVY

Eastern Research Group, Lexington, Mass. (N00174-14-D-0007); Martin-Baker Aircraft Co., United Kingdom (N00174-14-D-0008); Pacific Scientific Energetic Materials, Hollister, Calif. (N00174-14-D-0009); General Dynamics Ordnance and Tactical Systems, Bothell, Wash. (N00174-14-D-0010); Hi-Shear Technology Corp., Torrance, Calif. (N00174-14-D-0011); Nammo Talley, Mesa, Ariz. (N00174-14-D-0012); and Ensign-Bickford Aerospace & Defense Co., Simsbury, Conn. (N00174-14-D-0013) are each being awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts for development, product improvement, prototyping, qualification and production support.  Each contractor will receive the minimum guaranteed task order amount of $500 at time of award. These contracts include options, which if exercised, would bring these contracts to an estimated combined value of $232,897,406.  If all options are exercised, the estimated ceiling for Eastern Research Group is $10,787,035; the estimated ceiling for Martin-Baker Aircraft Co. is $32,122,194; the estimated ceiling for Pacific Scientific Energetic Materials is $36,744,748; the estimated ceiling for General Dynamics Ordnance and Tactical Systems is $30,405,120; the estimated ceiling for Hi-Shear Technology Corp. is $33,423,374; the estimated ceiling for Nammo Talley is $40,535,021; and the estimated ceiling for Ensign-Bickford Aerospace & Defense Co. is $48,879,914.  These seven contractors will be given the opportunity to compete for the task orders under the terms and conditions of the awarded contracts.  Work will be performed in Lexington, Mass. (14.3 percent), the United Kingdom (14.3 percent), Hollister, Calif. (14.3 percent), Bothell, Wash. (14.3 percent), Torrance, Calif. (14.3 percent), Mesa, Ariz. (14.3 percent) and Simsbury, Conn. (14.2 percent), and is expected to be completed by February 2015.  Fiscal 2014 operations & maintenance, Navy contract funds in the amount of $3,500 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 seven offers received.  The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity.

Pacific Scientific Energetic Materials, Hollister, Calif. (N00174-14-D-0014); Science Applications International Corp., Lexington, Mass. (N00174-14-D-0015); Martin-Baker Aircraft Co., United Kingdom (N00174-14-D-0016); Nammo Talley, Mesa, Ariz. (N00174-14-D-0017); and General Dynamics Ordnance and Tactical Systems, Bothell, Wash. (N00174-14-D-0018), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award contract for quality evaluation/surveillance program support.  Each contractor will receive the minimum guaranteed task order amount of $500 at time of award.  These contracts include options, which if exercised, would bring these contracts to an estimated combined value of $66,256,118. If all options are exercised, the estimated ceiling for Pacific Scientific Energetic Materials is $13,055,474; the estimated ceiling for Science Applications International Corp. is $9,646,501; the estimated ceiling for Martin-Baker Aircraft Co. is $12,796,879; the estimated ceiling for Nammo Talley is $14,840,429; and the estimated ceiling for General Dynamics Ordnance and Tactical Systems is $15,916,835.  These five contractors will be given the opportunity to compete for the task orders under the terms and conditions of the awarded contracts.  Work will be performed Hollister, Calif. (20 percent), Lexington, Mass. (20 percent), United Kingdom (20 percent), Mesa, Ariz. (20 percent), and Bothell, Wash. (20 percent), and is expected to be completed by February 2015.   Fiscal 2014 operations & maintenance, Navy contract funds in the amount of $2,500 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 seven offers received.  The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity.

Engility Corp., Chantilly, Va., is being awarded a $39,969,545 indefinite-delivery/indefinite-quantity contract for electronic warfare (EW) weapons systems modifications for U.S. Navy and Australian EA-6B, EA-18G, E-2C, MH-60R, BAMS, P-8A aircraft, Unmanned Air Systems, flight simulators, training systems, other advanced electronic attack derivatives and initiatives.  Services to be provided include systems engineering, in-service hardware and software engineering, intelligence data analysis, test and evaluation, EW systems development, threat analysis, threat defeat, mission planning, and EW data development.  EW weapons systems modifications include weapon system software, on-call field engineering analysis, test and evaluation, studies and analysis, threat analysis and sensor intelligence mission data files, jammer techniques development and logistics for distribution of Operational Flight Programs.  Work will be performed at the Naval Air Warfare Center Weapons Division, Point Mugu, Calif. (90 percent) and Naval Air Station Whidbey Island, Wash. (5 percent), and Nellis Air Force Base, Las Vegas, Nev. (5 percent), and is expected to be completed in February 2019.  Fiscal 2014 research, development, test, and evaluation, Navy funding in the amount of $800,000 are being obligated on this 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; three offers were received.  This contract combines purchases for the U.S. Navy ($37,971,068; 95 percent) and the Government of Australia ($1,998,477; 5 percent) under the Foreign Military Sales Program.   The Naval Air Warfare Center, Weapons Division, China Lake, Calif., is the contracting activity (N68936-14-D-0015).

Lockheed Martin Corp., Baltimore, Md., is being awarded a $23,555,382 modification to previously awarded Basic Ordering Agreement (N00024-12-G-4329) for the accomplishment of fleet maintenance sustainment support for littoral combat ships.  Work will be performed in San Diego, Calif., and is expected to be completed by September 2014.  Fiscal 2013 and 2014 operations & maintenance, Navy contract funds in the amount of $23,555,382 will be obligated at time of award and will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

BAE Systems Land and Armaments L.P., Minneapolis, Minn., is being awarded a $19,227,000 modification to previously awarded contract (N00024-12-C-5311) to exercise an option for hardware and engineering services in support of the Advanced Gun System.  BAE will provide mounts for the magazine upper pallet hoist, gun cooling assembly, centerline hoist, and engineering services to support those efforts.  Work will be performed in Louisville, Ky. (90 percent), Minneapolis, Minn. (6 percent), and Cordova, Ala. (4 percent), and is expected to be completed by January 2018.  Fiscal 2014 shipbuilding and conversion, Navy contract funds in the amount of $19,227,000 will be obligated at time of award will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington., D.C., is the contracting activity.

York International Corp., York, Pa., is being awarded an $11,100,082 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee/firm-fixed-price contract for the procurement of engineering and technical support services to provide research, development, testing and evaluation for shipboard air conditioning and refrigeration modernization programs.  Work will be performed in York, Pa., and is expected complete by February 2017.  Fiscal 2014 research, development, test & evaluation funding in the amount of $935,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1) and FAR 6.302-1 - as there is only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-14-D-0006).

DEFENSE LOGISTICS AGENCY

EnerSys Energy Products Inc., Warrensburg, Mo., has been awarded a maximum $40,263,852 fixed-price with economic-price-adjustment contract for storage batteries.  This contract is a competitive acquisition, and two offers were received.  This is a three-year base contract with no option periods.  Location of performance is Missouri with a Feb. 20, 2017 performance completion date.  Using military service is Army.  Type of appropriation is fiscal year 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio, (SPE7LX-14-D-0020).

Sysco Seattle, Kent, Washington, has been awarded a maximum $24,400,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for prime vendor full line food distribution for customers in the Alaska area. This contract is a sole-source acquisition and is an extension of two contracts (SPM300-08-D-3160 and SPM300-13-D-3641).  Location of performance is Alaska with a Feb. 22, 2015 performance completion date.  Using military services are Army, Navy and Air Force.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-14-D-3738).

Exide Technologies, Milton, Ga., has been awarded a maximum $18,546,992 fixed-price with economic-price-adjustment contract for storage batteries.  This contract is a competitive acquisition, and two offers were received.  This is a three-year base contract with no option periods.  Location of performance is Georgia with a Feb. 20, 2017 performance completion date.  Using military service is Army.  Type of appropriation is fiscal year 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio, (SPE7LX-14-D-0021).

Rockwell Collins-ESA Vision Systems, Fort Worth, Texas, has been awarded a maximum $12,235,755 modification (01) on delivery order (0009) to firm-fixed-price contract (SPRWA1-11-D-0007).  The modification adds various items in support of the joint helmet mounted cueing system.  Delivery order 0009 was awarded Jan. 21, 2014 with a total value of $14,666,736.  The revised total based on this modification is $26,902,491.  This is a sole-source acquisition.  Locations of performance are Texas, Oregon, and Israel with an Aug. 31, 2015 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal year 2014 Navy aircraft procurement and foreign military sales funds.  The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga.

Actavis Pharma, Parsippany, N.J., has been awarded a maximum $7,692,983 modification (P00042) exercising the fourth option year on a one-year base contract (SPM2D0-10-D-0001) with seven one-year option periods for various pharmaceutical products.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is New Jersey with a Feb. 24, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2014 war-stopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Search This Blog

Translate

White House.gov Press Office Feed