Wednesday, April 30, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR APRIL 30, 2014

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

ARMY

TMG Services*, Cleveland, Ohio (W9127S-14-D-6000); Aerostar SES LLC*, Oak Ridge, Tenn. (W9127S-14-D-6001); Zieson Construction Co., LLC*, Topeka, Kan. (W9127S-14-D-6002) were awarded a $200,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award task order contract for designing and building repairs to the infrastructure for U.S. Air Force Medical Service healthcare facilities nationwide. Funding and work performance location will be determined with each order. Estimated completion date is April 29, 2017. Bids were solicited via the Internet with 25 received. U.S. Army Corps of Engineers, Little Rock, Ark., is the contracting activity.

JCB Inc., Pooler, Ga., was awarded a $39,446,851 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for procurement of an estimated 90 High Mobility Engineer Excavators-Type-I (HMEE-I) and vehicle attachments. Funding and work performance location will be determined with each order. Estimated completion date is Dec. 29, 2017. Bids were solicited via the Internet with one received. Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-14-D-0066).

Columbia Helicopters Inc.*, Aurora, Ore., was awarded a $30,552,180 firm-fixed-price contract for the after rotor head and the forward rotor head for the Chinook weapons system. The minimum quantity (combined for the rotor heads) is ten and the maximum quantity is 198. Funding and performance location will be determined with each order. Estimated completion date is April 24, 2019. Bids were solicited via the Internet with two received. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-14-D-0078).
Kongsberg Defence & Aerospace, Kongsberg, Norway, was awarded a $29,702,000 modification (P00079) to contract W15QKN-12-C-0103 for depot support for the Common Remotely Operated Weapon Station. Fiscal 2014 operations and maintenance, Army funds in the amount of $29,702,000 were obligated at the time of the award. Work will be performed at in Johnstown, Pa., with an estimated completion date of Aug. 16, 2017. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.

Hellfire Systems LLC, Orlando, Fla., was awarded a $28,408,525 modification (P00083) to foreign military sales contract (Saudi Arabia, Indonesia, Jordan) W31P4Q-11-C-0242 for 372 Hellfire II air-to-ground tactical containerized models: AGM-114R, AGM-114R-3, and AGM-114P-4A. Fiscal 2012, 2013 and 2014 other procurement funds in amount of $28,408,525 are being obligated at award. Work will be performed at Orlando, Fla., with an estimated completion date of Nov. 30, 2016. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Longbow LLC, Orlando, Fla., was awarded a $25,197,219 modification (P00006) to contract W58RGZ-12-C-0049 for the production of seventeen radar electronics units and unmanned aerial system tactical common data link assemblies, a P4.00 software upgrade, and associated gold standard hardware for production testing. Fiscal 2013 other procurement funds in the amount of $25,197,239 were obligated at the time of the award. Estimated completion date is July 31, 2015. Work will be performed in Orlando, Fla. Army Contracting Command, Redstone, Ala., is the contracting activity.

L-3 Communications Corp., Muskegon, Mich., was awarded a $10,533,875 modification (P00122) to contract W56HZV-09-C-0098 for 26,752 hours for systems technical support for the Bradley transmission. Fiscal 2014 research, development, technology, and evaluation funds in the amount of $10,408,156 and fiscal 2010 other procurement funds in the amount of $125,719 were obligated at the time of the award. Estimated completion date is June 30, 2015. Work will be performed Muskegon, Mich. Army Contracting Command, Warren, Mich., is the contracting activity.

ARMTEC, Coachella, Calif., was awarded a $9,900,000 firm-fixed-price, indefinite-delivery, sole-source contract to design, develop, maintain and manufacture systems using combustible and consumable type products technology for the Army Research, Development and Engineering Command. Funding and work performance location will be determined with each order. Estimated completion date is May 1, 2019. One bid was solicited and one received. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-14-D-0004).

Value Management Strategies Inc.*, Escondido, Calif. (W912DR-14-D-0001); Strategic Value Solutions Inc.* Independence, Mo. (W912DR-14-D-0002) were awarded a $9,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architectural and engineering management service for the U.S. Army Corps of Engineers, Baltimore District Military, Environmental and Civil Works programs throughout the North Atlantic Division. Funding and work performance location will be determined with each order. Estimated completion date is April 29, 2019. Two bids were solicited and two received. U.S. Army Corps of Engineers, Baltimore, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

SupplyCore*, Rockford, Ill., has been awarded a maximum $200,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for maintenance, repair, and operations tailored logistics support prime vendor programs. This is a competitive acquisition, and seven offers were received. This is a five-year base contract with no options. Location of performance is Illinois with a May 1, 2019 performance completion date. Using services are Army, Navy, Air Force, and Marine Corps. 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., (SPM8EG-14-D-0002).

Signature Flight Support Corp., Newport News, Va., has been awarded a maximum $15,088,634 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and two offers were received. This is a four-year base contract with no options. Locations of performance are Virginia and California with a March 31, 2018 performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0017).

NAVY

Contracting Solutions International LLC,* Tulsa, Okla. (N62645-14-D-5023); Distinctive Spectrum Healthcare Joint Venture,* Largo, Md. (N62645-14-D-5024); Protégé Health Services LLC,* Newington, Va. (N62645-14-D-5025); Saratoga Medical Center Inc.,* Fairfax, Va. (N62645-14-D-5026); TIST Corp., Inc.,* San Antonio, Texas (N62645-14-D-5027), are each being awarded a 36-month, firm-fixed price, indefinite-delivery/indefinite-quantity, multiple award task order contract for various nursing services that include the labor bands of advanced practice nurse and nursing. The aggregate not-to-exceed amount for these multiple award contracts combined is $27,693,133. The five contractors will have the opportunity to bid on each individual task order. Work will be performed at military treatment facilities in the Southeast region of the United States to include: Naval Hospital Jacksonville, Fla. (25 percent); Naval Health Clinic Corpus Christi, Texas (25 percent); Naval Hospital Pensacola, Fla. (25 percent); Naval Hospital Camp Lejeune, N.C. (10 percent); Naval Hospital Beaufort, S.C. (3 percent); Naval Hospital Cherry Point, N.C. (3 percent); Naval Health Clinic Charleston, S.C. (3 percent); Navy Medicine Operational Training Center Pensacola, Fla. (3 percent); and any associated branch clinics (3 percent). Work performed under these contracts is expected to be completed Sept. 30, 2017. Fiscal 2015 defense health program funds in the amount of $1,999,801 will be obligated at the time of award and the funds will expire at the end of the current fiscal year. Funding is predominantly from the Defense Health Program; however, other funding initiatives such as psychological health/traumatic brain injury, overseas contingency operations and wounded, ill, and injured may be used. These are all one-year funding types. These contracts were solicited via a multiple award electronic request for proposals as a 100 percent small business set-aside; 55 offers were received. The Naval Medical Logistics Command, Fort Detrick, Md., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded $26,725,000 for cost-plus-incentive-fee delivery order 0080 against a previously issued basic ordering agreement (N00019-11-G-0001) to provide seven flight critical engineering changes proposals for fracture and maintenance critical areas of the F/A-18 A-D airframe under the Service Life Extension Program Phase C1 effort. Work will be performed in St. Louis, Mo. (55 percent) and El Segundo, Calif. (45 percent), and is expected to be completed in July 2015. Fiscal 2013 and 2014 aircraft procurement, Navy funds in the amount of $13,095,250 will be obligated at time of 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.
COLSA Corp., Huntsville, Ala., is being awarded a potential $25,607,908 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to support the Space and Naval Warfare Systems Center Pacific (SSC Pacific) Integrated Voice Networks Branch to provide telephony network support. This is one of two contracts awarded: both awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract including two, one-year option periods, which, if exercised, would bring the potential ceiling value of this award to an estimated $43,071,400. Work will be performed at SSC Pacific facilities, on Navy ships, and at other government sites in San Diego, and work is expected to be completed April 29, 2017. Fiscal 2014 operations and maintenance, Navy and other procurement, Navy funds in the amount of $25,000 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 full and open solicitation and publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website. Three proposals were received and two were selected for award. SSC Pacific, San Diego, Calif., is the contracting activity (N66001-14-D-0100).

Engineering Services Network Inc., Arlington, Va., is being awarded a potential $24,530,896 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to support the Space and Naval Warfare Systems Center Pacific (SSC Pacific) Integrated Voice Networks Branch to provide telephony network support. This is one of two contracts awarded: both awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract including two, one-year option periods, which, if exercised, would bring the potential ceiling value of this award to an estimated $41,213,375. Work will be performed at SSC Pacific facilities, on Navy ships, and at other government sites in San Diego, and work is expected to be completed April 29, 2017. Fiscal 2014 operations and maintenance, Navy and other procurement, Navy funds in the amount of $25,000 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 full and open solicitation and publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website. Three proposals were received and two were selected for award. SSC Pacific, San Diego, Calif., is the contracting activity (N66001-14-D-0101).

Ball Aerospace Technologies Inc., Boulder, Colo., is being awarded a $23,933,170 firm-fixed-price contract for “Stalker” or long range electro-optical/infrared/laser range finder (SLREOSS) production. SLREOSS is used with the NATO Seasparrow Missile System MK 57 on the MK 9 Tracker Illuminator System. Work will be performed in Broomfield, Colo., and is expected to be completed by April 2016. Fiscal 2014 other procurement, Navy and fiscal 2014 research, development, test and evaluation funding in the amount of $13,419,877 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), as implemented by FAR 6.302-1 - 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 (N00024-14-C-5412).

Logos Technologies Inc.*, Fairfax, Va., is being awarded a $23,648,907 cost-plus-fixed-fee contract for field service representatives, operators, and analysts required to support Persistent Ground Surveillance Systems Kestrel systems deployed outside of the continental United States for the U.S. Army. Work will be performed in Fairfax, Va. (68 percent); Afghanistan (28 percent); and Raleigh, N.C. (4 percent), and is expected to be completed in December 2014. Fiscal 2014 operations and maintenance, Army funds in the amount of $1,500,000 are being obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-14-C-0196).

Brady GCE II*, San Diego, Calif., is being awarded a maximum amount $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering (A-E) contract for A-E services for comprehensive environmental response, Compensation Liability Act, Resource Conservation and Recovery Act, underground storage tank studies and environmental engineering support services at Navy and Marine Corps installations in the Naval Facilities Engineering Command Southwest (NAVFAC SW) area of responsibility (AOR). No task orders are being issued at this time. All work will be performed at various Navy and Marine Corps installations in California (90 percent); Arizona (3 percent); Nevada (3 percent); Colorado (2 percent); Utah (1 percent), and other Department of Defense installations in the NAVFAC SW AOR (1 percent). The term of the contract is not to exceed 60 months with an expected completion date of April 2019. Fiscal 2014 environmental restoration, Navy contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-14-D-1405).

Raytheon Missile Systems, Tucson, Ariz., is being awarded a $6,553,058 cost-plus-fixed-fee contract for calendar years 2014-2016 Evolved Seasparrow Missile (ESSM) depot and intermediate level maintenance, all-up-round recertifications, and special maintenance tasks. This contract will provide for the repair, maintenance and recertification of ESSM Missiles, sections, assemblies, subassemblies, components and test or support equipment. This contract includes options which, if exercised, would bring the cumulative value of this contract to $15,007,740. Work will be performed in Tucson, Ariz. (89 percent), Camden, Ark. (8 percent), Huntsville, Ala. (2 percent), and Andover, Mass. (1 percent), and is expected to be completed by December 2016. Fiscal 2014 other procurement, Navy and fiscal 2014 operations and maintenance, Navy funding in the amount of $4,379,678 is being obligated at time of award. Contract funds in the amount of $500,000 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), as implemented by FAR 6.302-1 - 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 (N00024-14-C-5411).

AIR FORCE

Georgia Tech Applied Research Corp., Atlanta, Ga., has been awarded a $19,999,676 delivery order (0269) on the SENSIAC indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, sole source (HC1047-05-D-4000) for Systems Engineering, Modeling & Simulation, and Scientific Studies & Analysis Support on Emerging Threats Affecting National Security and DoD Acquisition Process. SENSIAC will provide recommendations for specified areas of study, United States/allies capability gaps concerning the threats, and how the U.S. should posture itself to counter these threats in order to favorably shape the battlespace. The work will be performed in Atlanta, Ga., and work is expected to be complete by Dec. 6, 2015. Fiscal 2014 operations and maintenance and research and development funds in the amount of $2,384,604 are being obligated at time of award. Air Force Installation Contracting Agency/KD, Offutt Air Force Base, Neb., is the contracting activity.

Alion Science and Technology Corp., McLean, Va., has been awarded a $14,138,642 delivery order (0063) on the AMMTIAC indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, sole-source contract (FA4600-06-D-0003) for operational safety, suitability and effectiveness materials improvement program. AMMTIAC's goal is to increase C-5 aircraft safety and mission readiness while reducing maintenance requirements and cost. The work will be performed at Warner Robins Air Logistics Complex, Robins Air Force Base, Ga., various U.S. Air Force locations, and at the AMMTIAC contractor facilities, and is expected to be complete by Dec. 29, 2016. Fiscal 2014 operations and maintenance and defense working capital funds funds in the amount of $2,075,098 are being obligated at time of award. AFICA/KD, Offutt Air Force Base, Neb., is the contracting activity.

Flight Safety Services Corp., Centennial, Colo., has been awarded an $11,787,928 firm-fixed-price modification (P00071) to FA8223-11-C-0003 for student aircrew training. The contract modification provides instructors to teach aircrew initial qualification courses, refresher courses, upgrade courses and others to fully qualify C-5 aircrews in all mission design series versions. This affects five training locations: Dover Air Force Base (AFB), Del., Travis AFB, Calif., Lackland AFB, Texas, Westover Air Reserve Base, Mass., and Martinsburg Air National Guard Base, W.Va., and the work is expected to be completed March 31, 2015 This effort also provides new student aircrew training pricing matrices for the remainder of the contract. Fiscal 2014 operations and maintenance funds in the amount of $8,860,395 are being obligated at time of award. Agile Combat Support, Simulators Division, Wright-Patterson AFB, Ohio, is the contracting activity.

Qinetiq North America Inc., Waltham, Mass., has been awarded a maximum $7,750,000 indefinite-delivery/indefinite-quantity contract for the Battlefield Air Targeting Man-Aided Knowledge II (BATMAN II)-Advanced Technology Demonstration Program, and a $218,128 cost-plus-fixed-fee task order for BATMAN II. The BATMAN II program is designed to focus on advancing technologies relevant to the special operators of the Air Force. The complex nature of the ground operations conducted by Battlefield Airmen require advanced technologies to reduce fatigue and workload in austere environments, increase mission effectiveness, reduce tactical decision making time and errors, and enhance situational awareness. The technologies developed under the BATMAN II program will focus on accelerating the development, demonstration, and assessment timeline of critical, mission capabilities. Work will be performed in Waltham, Mass., and is expected to be completed by April 30, 2020. Task order 0001 is expected to be completed by April 30, 2015. The award is the result of a competitive acquisition, and five offers were received. Fiscal 2014 research and development funds in the amount of $218,128 are to be obligated at time of award. Air Force Research Laboratory, Human Effectiveness-Biosciences Protection Contracting, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-6529 and Task Order 0001).

Northrop Grumman Corp., Aerospace Systems, El Segundo, Calif., has been awarded a $6,567,841 modification (P00264) to F19628-00-C-0100 for radar system development and demonstration schedule extension. The contract modification is for Multi-Platform Radar Technology Insertion Program (MP-RTIP) radar system development and demonstration alignment with the Global Hawk Block 40 program schedule. Work will be performed at El Segundo, Calif., and is expected to be completed on Aug. 31, 20 14. Fiscal 2013 research and development funds in the amount of $3,843,413 are being obligated at time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Mass., is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Lockheed Martin Advanced Technologies Lab, Cherry Hill, N.J., has been awarded a $13,362,252 modification (P00016) to previously awarded contract (HR0011-11-C-0033) to incorporate new add work, Phase 3, to the DARPA Behavioral Learning for Adaptive Electronic Warfare (BLADE) program. The modification brings the estimated face value of the contract to $29,367,326 from $16,005,074. The objectives of the Phase 3 BLADE program are to refine and technically mature algorithms and software developed during Phase 2 of the program and to apply them in tactically relevant environments and timeframes on tactical military electronic attack platforms. The program will culminate in over-the-air and on-the-move testing and valuation of the BLADE system in an operationally representative environment. Work will be performed in Cherry Hill, N.J. (64.2 percent), Blacksburg, Va. (3.3 percent), Fort Wayne, Ind. (28.7 percent), and California, Md. (3.8 percent), and is expected to be completed by October 2015. Fiscal 2014 research and development funds in the amount of $8,000,000 will be obligated at the time of the award. The contracting activity is DARPA, Arlington, Va.

U.S. SPECIAL OPERATIONS COMMAND

Cyberspace Solutions of Reston, Va., is being awarded a $35,556,730 firm-fixed-price contract for intelligence analyst support, in support of U.S. Special Operations Command. The work will be conducted at multiple locations in the United States and overseas and is expected to be completed May 1, 2015. Fiscal 2014 operation and maintenance funds in the amount of $1,000,000 are being obligated at time of award. This contract was awarded through a competitive Service Disabled Veteran Owned Small Business set-aside with 15 proposals received. U.S. Special Operations Command, Tampa, Fla., is the contracting activity (H92222-14-C-0019).

*Small Business

Search This Blog

Translate

White House.gov Press Office Feed