Wednesday, April 9, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR APRIL 9, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
ARMY

Exelis Inc., Fort Wayne, Ind. (W15P7T-14-D-0012); General Dynamics C4 Systems Inc., Scottsdale, Ariz. (W15P7T-14-D-0013); Harris Corp., Rochester, N.Y. (W15P7T-14-D-0014, W15P7T-14-D-0015); and Thales Defense & Security Inc., Clarksburg, Md. (W15P7T-14-D-0016), were awarded a $988,000,000 firm-fixed-price contract for SRW Appliqué Radio Systems for use by brigade combat teams. Funding and work location will be determined with each order. Estimated completion date is April 8, 2024. Bids were solicited via the Internet with six received. Army Contracting Command, Aberdeen, Md., is the contracting activity.

Thales-Raytheon Systems Co., LLC, was awarded a $17,743,765 modification (P00008) to contract W31P4Q-13-C-0082 to exercise the option to acquire Sentinel Mode 5 Identification Friend or Foe kits and spares. Fiscal 2014 other procurement funds in the amount of $17,743,765 were obligated at the time of the award. Estimated completion date is Sept. 30, 2016. Work will be performed in Fullerton, Calif. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Boeing Co., Ridley Park, Pa., was awarded an $8,857,000 modification (P00008) to contract W58RGZ-13-C-0002 for a CH-47F cargo helicopter multiyear II contract modification to provide additional production lot 13 long lead funding and additional production lot 12 over and above funding. Other procurement funds in the amount of $7,842,000 (fiscal 2014), $386,000 (fiscal 2012) and $629,000 (fiscal 2011) were obligated at the time of the award. Estimated completion date is Dec. 31, 2020. Work will be performed in Ridley Park, Pa. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

DEFENSE LOGISTICS AGENCY

BT Raymond Inc., Frederick, Md., has been added to a previously announced (Dec 3, 2013) maximum estimated $633,000,000 fixed-price with economic-price-adjustment contract for the procurement of commercial type material handling equipment. This contract is being issued against solicitation number SPM8EC-11-R-0001. This contract was a competitive acquisition, and thirty-eight offers were received. This contract is for a term of five years and is for a portion of the estimated $633,000,000 and will be competed amongst other contractors who receive a contract under this solicitation. Request for quotations will be issued to all contract awardees and the resulting contract delivery order(s) will be awarded to the offerer with the lowest price that is technically acceptable. Locations of performance are Maryland and New York with an April 8, 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., (SPE8EC-14-D-0014).
Dennis K. Burke, Inc., Chelsea, Mass., has been awarded a maximum $65,282,707 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and thirty-four offers were received. This is a three-year base contract with no option periods. Locations of performance are Massachusetts, Maine, New Hampshire, New York, Rhode Island, and Connecticut with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, federal civilian agencies, and Air National Guard. Type of appropriation is fiscal year 2014 through fiscal year 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8521).

NAVY

Potomac-Hudson Engineering Inc.,* Gaithersburg, Md., is being awarded a maximum $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering (A-E) contract for A-E services for preparation of Navy and Marine Corps environmental planning documents for upland and desert projects in the Naval Facilities Engineering Command Southwest area of responsibility. The work to be performed provides for data collection, natural resource survey, and resource effects analysis work related to National Environmental Policy Act (NEPA) and other environmental planning services. Services will include, but are not limited to the preparation of the following primary NEPA related documents: environmental assessments; environmental impact statements; draft findings of no significant impact; and draft records of decision. No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps installations in California (85 percent), Arizona (6 percent), Nevada (6 percent), and other Department of Defense installations and federal agencies in the United States (3 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-1404).

Raytheon Co., Integrated Defense Systems, Sudbury, Mass., is being awarded $17,034,929 for firm-fixed-price delivery order 0003 under Basic Ordering Agreement (N00024-14-G-5105), for the procurement and fabrication of AN/SPY-1 Radar Transmitter Multi-Mission Signal Processor Capability ordnance alteration kits, RF Coherent Combiner ordnance alteration kits, Kill Assessment System ordnance alteration kits, High Volt Power Supply Sidewall Capacitor ordnance alteration kits, 10 kW Traveling Wave Tube monitoring circuit ordnance alteration kits, Aegis Weapon System Modernization requirements for Japan, and installation and test services in support of the AEGIS modernization effort. Work will be performed in Norfolk, Va. (77.1 percent); Burlington, Mass. (11.7 percent); Sudbury, Mass. (6.7 percent) and Andover, Mass. (4.5 percent), and is expected to be completed by April 2016. Fiscal 2013 and 2014 other procurement, Navy; fiscal 2014 research, development, test and evaluation and fiscal 2014 foreign military sales in the amount of $12,761,881 will be obligated at the time of award. Contract funds will not expire at the end of this fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Mission Systems and Training, Liverpool, N.Y., is being awarded an $8,537,634 modification to previously awarded contract (N00024-14-C-6227) to exercise options for the procurement of Low Cost Conformal Array production units, spare modules and spare outboard electronics canisters. The Low Cost Conformal Array is a passive planar array mounted on the aft submarine sail structure that is integrated with the Acoustic Rapid Commercial off the Shelf Insertion AN/BQQ-25 system to provide situational awareness and collision avoidance for improved tactical control in high density environments. Work will be performed in Liverpool, N.Y. (98 percent), Walpole, Mass. (1 percent), and Forrest Hill, Md. (1 percent) and is expected to be complete by February 2016. Fiscal 2014 other procurement, Navy funding in the amount of $8,537,634 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

*Small Business

Search This Blog

Translate

White House.gov Press Office Feed