Friday, March 28, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR MARCH 28, 2014

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

 ARMY

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $610,892,663 modification (P00003) to foreign military sales contract W31P4Q-14-C-0034 for the PATRIOT system advanced capability production to include 92 one pack missiles, 50 launcher modification kits and associated ground equipment, tooling, and initial spares.  Fiscal 2013 and fiscal 2014 other procurement funds and other procurement funds, Army in the amount of $873,811,534 from previous modifications were obligated at the time of the award.  Estimated completion date is May 31, 2016.  Work will be performed in Grand Prairie, Lufkin, and El Paso, Texas; Camden, Ariz.; Chelmsford, Mass; Ocala, Fla.; Huntsville, Ala.; and Anaheim, Calif.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

TFAB Ground Systems LLC*, Madison, Ala., was awarded a $76,812,703 modification (P00005) to contract W9124J-12-D-0011 for engine diagnostic systems to ensure readiness of Chinook and Blackhawk helicopter engines.  Funding and work performance location will be determined with each order.  Estimated completion date is May 24, 2018.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

EADS-N.A., Herndon, Va., was awarded a $34,018,858 modification (P00772) to sole-source, foreign military sales contract W58RGZ-06-C-0194 for six Lakota helicopters with the environmental control unit, mission equipment package and airborne radio communication (ARC-231) radios for the Royal Thai Army.  Fiscal 2010 other procurement, Army funds in the amount of $34,018,857 were obligated at the time of the award.  Estimated completion date is April 3, 2015.  Work will be performed in Columbus, Miss.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

BH Defense LLC*, Arlington, Va. was awarded a $12,150,976 modification (P00003) to foreign military sales contract W91247-13-C-0015 to the Iraq International Academy for the education and development of senior Iraqi leadership. Fiscal 2014 other procurement funds in the amount of $12,150,976 were obligated at the time of the award. Estimated completion date is March 31, 2016. Work will be performed in Iraq. Army Contracting Command, Ft. Bragg N.C. is the contracting activity.


L-3 National Security Solutions was awarded a $9,673,703 modification (P00015) to contract W52P1J-13-F-3003 for tier 1 service desk support in the National Capital Region.  Fiscal 2014 operations and maintenance, Army funds in the amount of $1,181,654 were obligated at the time of the award.  Estimated completion date is March 29, 2015.  Work will be performed in Washington, D.C.  Army Contracting Command, Reston, Va., is the contracting activity.

TSI Corp.*, Las Vegas, Nev., was awarded an $8,425,301 modification (P00006) to contract W9124J-12-D-0012 to support engineering design, general maintenance services, service orders/HVAC technical support and heavy equipment operations/maintenance.  Funding and work performance location will be determined with each order.  Estimated completion date is March 31, 2015.  Army Contracting Command, Fort Hood, Texas, is the contracting activity.

Northcon Construction Inc.*, Hayden Idaho, was awarded an $8,000,000 firm-fixed-price contract for the maintenance, repair, upgrade and construction of military and civilian facilities, primarily at Fort Polk, La.  Funding and work performance location will be determined with each order.  Estimated completion date is March 24, 2017.  Bids were solicited via the Internet with 18 received. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-14-D-0021).

NAVY

Black Construction/MACE International Joint Venture, Harmon, Guam, is being awarded a maximum amount $95,000,000 indefinite-delivery/indefinite-quantity contract for design-build/design-bid-build construction projects at the U.S. Navy Support Facility, Diego Garcia.  The work to be performed is for general building type projects to include new construction, repair, renovation, demolition and alteration of facilities.  Facilities include, but are not limited to:  aviation and aircraft, marine, barracks and personnel housing, administrative, warehouse and supply, training, personnel support and service, security level and abasement and handling of hazardous/regulated material, etc.  No task orders are being issued at this time.  The term of this contract is not to exceed 60 months, with an expected completion date of March 2019.  Work will be performed in Diego Garcia, British Indian Ocean Territory.   Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $30,000 are obligated on this award and will 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 Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-14-D-1303).

General Dynamics Land Systems-Force Protection, Ladson, S.C., is being awarded a $74,655,710 firm-fixed-price contract for the development, design, and production of 916 Cougar egress upgrade kits in support of the Program Executive Officer Land Systems, Program Manager, Mine Resistant Ambush Protected Vehicles.  The kit includes upgrades to four existing vehicle systems: front doors; rear doors; rear steps; and exhaust.  The upgrades are needed to increase survivability for the user in the case of an attack or accident.  Work will be performed in Ladson, S.C., and work is expected to be completed September 2015.  The term of the contract is not to exceed 18 months.  Fiscal 2012 other procurement, Marine Corps; fiscal 2012 other procurement, Navy; fiscal 2013 research, development, test, and evaluation, Navy; and fiscal 2014 operations and maintenance, Marine Corps contract funds in the amount of $65,024,224 will be obligated at the time of award and will expire at the end of the current fiscal year.  Fiscal 2013 other procurement, Navy and fiscal 2013 other procurement, Air Force contract funds in the amount of $9,631,486 will also be obligated at time of award and will not expire until Sept. 30, 2015.  This contract was competitively awarded via the Federal Business Opportunities website, with one offer received.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-14-C-5501).

SERCO, Reston, Va., is being awarded a potential $46,041,918 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide life cycle sustainment, integration, acquisition and technical support for anti-terrorism/force protection Naval Electronic Surveillance Systems to Department of Defense agencies and other government activities as required.  This is one of three contracts awarded: each awardee (CACI, N66001-14-D-0052; Honeywell, N66001-14-D-0053) will have the opportunity to compete for task orders during the ordering period.  This three-year contract includes two, one-year option periods which, if exercised, would bring the potential ceiling value of this award to an estimated $ 77,641,933.  Work will be performed at the contractor’s facilities (60 percent), and at government facilities (40 percent) to include operational platform sites, shore-based sites, and training activities located in the continental United States, Alaska, Hawaii, and locations worldwide.  The period of performance of the base period is from March 28, 2014 through March 27, 2017.  Fiscal 2014 operations and maintenance, Navy, and other procurement, Navy, funds in the amount of $33,000 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 a full and open solicitation (N66001-12-R-0001) and publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website.  Three proposals were received and three were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0054).

Honeywell, Columbia, Md., is being awarded a potential $43,196,813 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide life cycle sustainment, integration, acquisition and technical support for anti-terrorism/force protection Naval Electronic Surveillance Systems to Department of Defense agencies and other government activities as required. This is one of three contracts awarded: each awardee (CACI, N66001-14-D-0052; SERCO, N66001-14-D-0054) will have the opportunity to compete for task orders during the ordering period.  This three-year contract includes two, one-year option periods which, if exercised, would bring the potential ceiling value of this award to an estimated $71,713,083. Work will be performed at the contractor’s facilities (60 percent), and at government facilities (40 percent) to include operational platform sites, shore-based sites, and training activities located in the continental United States, Alaska, Hawaii, and locations worldwide.  The period of performance of the base period is from March 28, 2014 through March 27, 2017.  Fiscal 2014 operations and maintenance, Navy, and other procurement, Navy, funds in the amount of $33,000 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 a full and open solicitation and publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website. Three proposals were received and three were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0053).

CACI Inc., Federal, Chantilly, Va., is being awarded a potential $42,382,869 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide life cycle sustainment, integration, acquisition and technical support for anti-terrorism/force protection Naval Electronic Surveillance Systems to Department of Defense agencies and other government activities as required.  This is one of three contracts awarded: each awardee (Honeywell, N66001-14-D-0053; SERCO, N66001-14-D-0054) will have the opportunity to compete for task orders during the ordering period.  This three-year contract includes two, one-year option periods which, if exercised, would bring the potential ceiling value of this award to an estimated $70,999,791. Work will be performed at the contractor’s facilities (60 percent), and at government facilities (40 percent) to include operational platform sites, shore-based sites, and training activities located in the continental United States, Alaska, Hawaii, and locations worldwide.  The period of performance of the base period is from March 28, 2014 through March 27, 2017.  Fiscal 2014 operations and maintenance, Navy, and other procurement, Navy, funds in the amount of $33,000 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 a full and open solicitation and publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website.  Three proposals were received and three were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0052).

Lion-Vallen Industries, Dayton, Ohio, is being awarded a $20,609,800 firm-fixed-price requirements contract for logistics services to manage, support, and operate the Marine Corps Consolidated Storage Program Individual Issue Facility and Unit Issue Facility warehouse network.  Contractor support consists of managing infantry combat clothing equipment, chemical, biological, radiological, and nuclear defense equipment, special training allowance pool, soft-walled shelters and camouflage netting, and contractor-owned contractor-operated Asset Visibility Capability system.  This contract contains two one-month options which, if exercised, would bring the cumulative value of this contract to $24,761,800.  Work will be performed at the same time in Barstow, Calif. (23 percent); Camp Lejuene, N.C. (18 percent); Camp Pendleton, Calif. (13 percent); Okinawa, Japan (10 percent); Miramar, Calif. (9 percent); Camp Geiger, N.C. (7 percent); Twenty-nine Palms, Calif. (4 percent); Cherry Point, N.C. (4 percent); Kaneohe Bay, Hawaii (3 percent); Yuma, Ariz. (2 percent); Beaufort, S.C. (2 percent); Iwakuni, Japan (2 percent); New River, N.C. (2 percent); and Bridgeport, Calif. (1 percent).  Work is expected to be completed January 2015.  If options are exercised, work will continue through March 2015.  Fiscal 2014 operation and maintenance funds in amount of $20,609,800 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 solicitations on the Navy Electronic Commerce Online website, with two proposals received.  The Marine Corps Logistics Command, Albany, Ga., is the contracting activity (M67004-14-D-0003).

Canadian Commercial Corp., Ottawa, Ontario, Canada, is being awarded a $16,394,215 firm-fixed-price contract to repair four items required to support the P-3 aircraft.  Work will be performed at Fort Lauderdale, Fla., (80 percent) and Ontario, Canada (20 percent), and work is expected to be completed by March 28, 2019.  Fiscal 2014 Navy working capital funds will be used on the contract, but no funds will be obligated at the time of award.  No contract funds will expire before the end of the current fiscal year.  This contract was a non-competitive requirement in accordance with 10 U.S.C. 2304(c)(1).  NAVSUP Weapons Systems Support, Philadelphia, Pa., is the contracting activity (N00383-14-D-019F).

Lockheed Martin Corp., Owego, N.Y., is being awarded $13,065,996 for firm-fixed-price delivery order GCAR under previously awarded a Defense Logistics Agency basic ordering agreement (SPRPA1-09-G-002Y) for the acquisition of 19 radar receiver processors used in support of the MH 60R helicopter.  This announcement involves a foreign military sale for the government of Australia (100 percent).  Work will be performed at Owego N.Y (56 percent) and Syracuse N.Y. (44 percent), and work is expected to be completed by March 2017.  Foreign military sales funds in the amount of $13,065,996 will be obligated at the time of award.  These funds will not expire before the end of the current fiscal year.  This was a non-competitive requirement in accordance with FAR 6.302.1.  The NAVSUP Weapons System Support, Philadelphia Pa., is the contracting activity.

Moran Towing Corp., New Canaan, Conn., is being awarded an $11,147,644 firm-fixed-price contract for seven time-chartered, U.S.-flagged tractor tugs for day-to-day operations in Norfolk, Va., and surrounding waters, including ship handling, docking and undocking services.  This contract includes a three one-year options and one 11-month option which, if exercised, would bring the cumulative value of this contract to $58,104,254.  Work will be performed in Norfolk, Va., and surrounding waters, and is expected to be completed by February 2019.  Fiscal 2014 working capital funds in the amount of $5,882,090 are being obligated at the time of award.  Contract funds will expire at the end of the current fiscal year.  This contract was competitively procured with over 100 proposals solicited via the Federal Business Opportunities website, with one offer received.  Military Sealift Command, Washington, D.C., is the contracting activity (N00033-14-C-2108).

Insitu Inc., Bingen, Wash., is being awarded $8,355,422 for firm-fixed-price delivery order 0025 against a previously issued basic ordering agreement (N00019-12-G-0008) for the hardware and services required to operate, maintain, and support previously procured RQ-21A EOC unmanned aircraft systems in support of overseas contingency operations.  Hardware and services to be provided include spare and consumable parts and in-theatre field service representatives to supplement Marine Corps operators and maintainers.  Work will be performed in Bingen, Wash., and is expected to be completed in December 2014.  Fiscal 2014 operations and maintenance, overseas contingency operations Marine Corps funds in the amount of $8,355,422 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Washington Patriot Construction*, Gig Harbor, Wash., is being awarded $8,299,445 for firm-fixed-price task order 0018 under a previously awarded multiple award construction contract (N44255-10-D-5008) for relocation and consolidation of Puget Sound Naval Shipyard and Intermediate Maintenance Facility Shop and Administrative Facilities at Naval Base Kitsap-Bangor.  The work to be performed provides for construction of a new facility to house relocated three existing Naval Support Operations.  Work will be performed in Silverdale, Wash., and is expected to be completed by October 2015.  Fiscal 2011 military construction, Navy contract funds in the amount of $8,299,445 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, Northwest, Silverdale, Wash., is the contracting activity.

CH2M Hill Inc., Virginia Beach, Va., is being awarded $7,333,250 for cost-plus-award-fee task order 0019 under a previously awarded indefinite-delivery/indefinite-quantity, architect-engineering contract (N62470-11-D-8012) for Comprehensive Environmental Response, Compensation, and Liability Act Munitions Response sites investigations, Title II services, program support services, and community relations at the former Vieques Naval Training Range and Naval Ammunition Support Detachment.  Work will be performed in Vieques, Puerto Rico, and is expected to be completed by December 2018.  Fiscal 2014 environmental restoration, Navy contract funds in the amount of $7,333,250 are being 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, Va., is the contracting activity.

Maersk Line, Ltd., Norfolk, Va., is being issued a $7,117,355 modification under a previously awarded firm-fixed-price contract (N00033-13-C-2505) to exercise a three-month option for the operation and maintenance of five U.S. Navy ocean surveillance ships and two U.S. Navy missile range instrumentation ships.  The ships support the Navy’s surveillance towed array sensor system operations and the U.S. Air Force’s dual band radar monitoring operations.  Work will be performed at sea worldwide, and is expected to be completed by July 2014.  Fiscal 2014 working capital funds in the amount of $7,117,355 are being obligated at the time of award, and will not expire at the end of the fiscal year.  The Military Sealift Command, Washington, D.C., is the contracting activity.

Vigor Industrial LLC, Portland, Ore., is being awarded a $6,875,938 firm-fixed-price contract for a 68-calendar day mid-term shipyard availability of USNS Guadalupe (T-AO 200).  Work will include 72,000-hour main engine maintenance; main engine turbocharger overhaul; port shaft brake overhaul; starboard power take-off clutch/coupling overhaul, deck non-skid preservation; roller door replacement; and gypsy winch overhauls.  Guadalupe’s primary mission is to provide fuel to U.S. Navy ships at sea and jet fuel to aircraft assigned to aircraft carriers.  The contract includes options which, if exercised, would bring the total contract value to $8,153,218.  Work will be performed in Portland, Ore., and is expected to be completed by July 2014.  Fiscal 2014 working capital contract funds in the amount of $6,875,938 are being obligated at the time of award, and will expire at the end of the current fiscal year. This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website, with two offers received.  Military Sealift Command Washington, D.C., is the contracting activity (N00033-14-C-7501).

AIR FORCE

Matrix Research Inc., Dayton, Ohio, has been awarded a not-to-exceed $45,085,000 indefinite-delivery/indefinite-quantity contract for development and demonstration of supportable and manufacturable low observable (LO) technologies.  This program will develop, demonstrate, and transition supportable and manufacturable technologies that will reduce the production and life cycle sustainment burden of LO treatments, materials, repairs, and processes.  Work will be performed in Dayton, Ohio and is expected to be completed by April 2020.  Fiscal 2014 research, development, test and evaluation funds in the amount of $975,000 will be obligated at award on individual task orders.  This was a competitive award based on Broad Agency Announcement BAA-RQKM-2013-0013, with a total of two proposals received.  The Air Force Research Laboratory/RQK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-5400).

Kaman Precision Products Inc., Orlando, Fla., has been awarded a $41,634,163 modification (P00012) to firm-fixed-price contract FA8681-13-C-0029 for Lot 11 production of Joint Programmable Fuze systems.  The contract modification provides for the exercise of an option for an additional quantity of 10,001 state-of-the-art fuze systems being produced under the basic contract.  The location of performance is Orlando, Fla., and work is expected to be completed by April 2016.  Fiscal 2013 procurement funds in the amount of $1,519,495; fiscal 2014 procurement funds in the amount of $36,280,545 and fiscal 2014 overseas contingency operations funds in the amount of $3,834,123 will be obligated at award.  Air Force Life Cycle Management Center/EBDK, Eglin Air Force Base, Fla., is the contracting activity.

General Electric Aviation, Cincinnati, Ohio, has been awarded an estimated $24,902,353 firm-fixed-price contract for out-of-warranty repairs of the F138 engine.  Work will be performed in Ohio and is expected to be completed March 31, 2016.  No funds are being obligated at award.  The award is a result of a sole-source acquisition.  The Oklahoma City Air Logistics Center Propulsion Contracting Office, Oklahoma City, Okla., is the contracting activity (FA8124-14-D-0003).

Sierra Nevada Corp., Sparks, Nev., has been awarded a $14,022,709 firm-fixed-price, cost-plus-fixed-fee contract for contractor logistics support of the precision strike package on the AC-130W aircraft, Stinger II Program.  Work will be performed at Cannon Air Force Base, N.M., and is expected to be completed March 31, 2015.  Contractor logistics support employees also deploy with aircraft in support of special operations missions.  The award is the result of a sole-source acquisition.  Fiscal 2014 operations and maintenance funds in the amount of $10,936,854 will be obligated at award.  The contracting activity is the Air Force Life Cycle Management Center, Special Operation Forces Contracting Division, Robins Air Force Base, Ga., (FA8509-14-C-0001).

Cubic Defense Applications Inc., San Diego, Calif., has been awarded a $6,883,316 firm-fixed-price, cost-plus-fixed-fee and cost contract for the procurement of P5 Combat Training System (P5CTS) Depot follow-on CLS.  The P5CTS consists of the airborne subsystem, or "pod" and the ground subsystem.  The contract is for CLS for the procurement of supply chain/inventory management spares replenishment; repair and overhaul; demilitarization and disposal; systems/sustaining engineering and system integration.  The location of performance is San Diego, Calif., for the ground subsystem and Fort Walton Beach, Fla., for the airborne subsystem.  The work is expected to be complete by March 5, 2015.  Fiscal 2014 operations and maintenance funds in the amount of $6,883,316 are being obligated at award.  This award is the result of a sole-source acquisition.  Air Force Life Cycle Management Center/EBYK, Eglin Air Force Base, Fla., is the contracting activity (FA8678-14-C-0005).

DEFENSE LOGISTICS AGENCY

Science Application International Corp., Fairfield, N.J., has been awarded a maximum $40,000,000 four-month prime vendor bridge modification (P00035) on contract (SPM500-02-D-0121) for maintenance, repair, and operations.  This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is New Jersey with a July 31, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

US Foods Inc., Fairburn, Ga., has been awarded a maximum $27,418,049 five-month prime vendor bridge contract (SPM300-14-D-3747) for food and beverage support.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is Georgia with an Aug. 30, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Federal Resources Supply Co., Stevenville, Md., has been awarded a maximum $24,240,094 fixed-price with economic-price-adjustment contract for medical test equipment and accessories.  This is a competitive acquisition and six offers were received.  This is a five-year base contract with no option periods.  Location of performance is Maryland with a March 27, 2019 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2DH-14-D-8222).

Sysco Eastern Maryland, Pokomoke City, Md., has been awarded a maximum $21,375,000 five-month prime vendor bridge contract (SPM300-14-D-3751) for food and beverage support.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is Maryland with an Aug. 30, 2014 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Triumph Gear Systems, Park City, Utah, has been awarded a maximum $19,991,773 firm-fixed-price, indefinite-quantity/indefinite-quantity contract for aircraft parts and support.  This is a sole-source acquisition.  This is a three-year base contract with two one-year option periods.  Location of performance is Utah with a Dec. 31, 2020 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 through fiscal 2020 Navy working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPRPA1-14-D-001W).

Willbros Government Services, Tulsa, Okla., has been awarded a maximum $14,229,960 firm-fixed-price contract for fuel services.  This is a competitive acquisition, and five offers were received.  This is a five-year base contract with three five-year option periods.  Locations of performance are Oklahoma and Arizona with an April 30, 2019 performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-C-5409).

Sysco Foodservice Alabama, Calera, Ala., has been awarded a maximum $12,488,422 five-month prime vendor bridge contract (SPM300-14-D-3745) for food and beverage support.  This is a fixed-price with economic-price-adjustment contract.  Locations of performance are Alabama and Florida with an Aug. 30, 2014 performance completion date.  Using military services are Army 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.

SupplyCore Inc., Rockford, Ill.,* has been awarded a maximum $10,000,000 four-month prime vendor bridge modification (P00035) on contract (SPM500-02-D-0122) for maintenance, repair, and operations.  This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is Illinois with a July 31, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

*Small Business

Search This Blog

Translate

White House.gov Press Office Feed