Friday, May 2, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR MAY 2, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

NAVY

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded a $105,170,571 fixed-price-incentive-fee advance acquisition contract to procure long-lead components, parts and materials in support of 34 low rate initial production Lot IX F-135 propulsions systems for the F-35 Lightning II Joint Strike Fighter aircraft, including 26 F-135-PW-100 for the U.S. Air Force; six F-135-PW-600 for the U.S. Marine Corps; and two F-135-PW-100 for the U.S. Navy. In addition, this contract provides for the procurement of 13 F-135-PW-100 and 6 F135-PW-600 systems for international partners and foreign military sales customers. Work will be performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana (16.5 percent); and Bristol, United Kingdom (16.5 percent); and is expected to be completed in September 2017. Fiscal 2014 aircraft procurement, Air Force and Navy funds, as well as international partner and foreign military sales funds in the amount of $105,170,571 are being obligated on this award, none 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). This contract combines purchases for the U.S. Air Force ($32,259,578; 31 percent); the U.S. Navy ($27,321,004; 26 percent); international partners ($36,484,998; 35 percent) and international participants ($9,104,991; 8 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-14-C-0004).

CACI Inc., Chantilly, Virginia (N00189-14-D-Z023), ECS Federal Inc., Fairfax, Virginia (N00189-14-D-Z024), and Centurum Information Technology Inc., Marlton, New Jersey (N00189-14-D-Z025), are being awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts to provide comprehensive program management support for strategic planning, change management, business process re-engineering for personnel and pay processes, business architecture development and support services, functional data management and governance support, and functional data quality management for the Bureau of Naval Personnel-Navy Personnel and Pay Modernization effort. The total estimated value for the three contracts combined is $32,578,210. These three contractors shall compete for task orders under the terms and conditions of the awarded contracts. Work will be performed in Millington, Tennessee (77.7 percent); the Washington, District of Columbia area (17.8 percent); and New Orleans, Louisiana (4.5 percent) as task orders are determined. Work is expected to be completed by June 30, 2017. Fiscal 2014 operations and maintenance, Navy funds in the amount $500,001 will be obligated at the time of award and will not expire before the end of the current fiscal year. The requirement was competitively procured through full and open competition and solicited through the Federal Business Opportunities website, with five offers received in response to this solicitation. NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity.

Lockheed Martin Corp., Marietta, Georgia, is being awarded a $12,169,823 cost-plus-fixed-fee contract for the procurement of aircraft mission system modifications to install Royal Norwegian Air Force (RNoAF) spiral upgrades on two RNoAF P-3C aircraft under the Foreign Military Sales Program. Work will be performed in Greenville, South Carolina (61 percent) and Marietta, Georgia (39 percent), and is expected to be completed in October 2015. Foreign military sales funds in the amount of $12,169,823 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-4. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-14-C-0001).

BAE Systems Norfolk Ship Repair, Norfolk, Virginia, is being awarded an $11,344,264 modification to previously awarded contract (N00024-10-C-4308) for the USS Bulkeley (DDG 84) fiscal 2014 selected restricted availability. A selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in Norfolk, Virginia, and is expected to be completed by September 2014. Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $11,344,264 will be obligated at time of award and will expire at the end of the current fiscal year. Norfolk Ship Support Activity, Norfolk, Virginia, is the administrative contracting activity.
Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded a $6,587,938 modification to a previously awarded firm-fixed-priced contract (N00019-09-C-0069) to exercise an option for the procurement of AN/ARC-210(V) electronic radios and ancillary equipment for a variety of aircraft. Equipment being procured includes (14) C-12561A/ARCs; (46) MT-6567/ARCs; (15) MT-7006/ARCs; (14) AM-7526/ARCs; (14) MX-11745/ARCs; (2) communication security reprogramming kits; (2) C-12561A reprogramming kits, and (66) RT-1990(C)/ARCs. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in December 2014. Fiscal 2014 aircraft procurement, Navy funds in the amount of $6,587,938 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, Maryland, is the contracting activity.

AIR FORCE

Lockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded a $91,857,024 firm-fixed-price contract modification (P00199) to FA8625-07-C-6471 for C-5 Reliability Enhancement and Re-engining Program (RERP). The contract modification is for incorporation of the C-5 RERP Lot 7 initial spares acquisition. Work will be performed at Marietta, Georgia, and is expected to be completed by July 29, 2016. Fiscal 2013 aircraft procurement funds in the amount of $91,857,024 are being obligated at time of award. Air Force Life Cycle Management Center/WLSK, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

DEFENSE LOGISTICS AGENCY

The Boeing Co., Saint Louis, Missouri, has been awarded a maximum $13,500,000 firm-fixed-price, undefinitized order (0001) against contract SPRPA1-14-D-002U. This order provides gap or transition coverage for national stock numbers items that are currently handled transactionally and will be transitioning to performance based items under the contract. This action will allow for the supply chain to remain intact during the transition, ensuring uninterrupted support to the customer. Location of performance is Missouri with a June 2014 performance completion date. Using services are Army, Navy, and Air Force. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Rohrer Brothers,* Sacramento, California, has been awarded a maximum $7,759,504 modification (P00201) exercising the second option period on an eighteen-month base contract (SPM300-11-D-P089) with two eighteen-month option periods for fresh fruit and vegetable support. This is a fixed-price with economic-price-adjustment, indefinite-quantity contract. Location of performance is California with a Nov. 1, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and Department of Agriculture school and reservation customers. Type of appropriation is fiscal year 2014 through fiscal year 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

UPDATE: Vantage Vehicle International Inc.,* Corona, California, has been added as an awardee to the multiple award contract #SPM8EC-11-R-0005 announced June 2012.

ARMY

Raytheon Co., Andover, Massechusetts, was awarded a $10,051,025 cost-plus-fixed-fee, multi-year, foreign military sales contract with options for services, hardware, facilities, equipment, planning, management, technical, and logistical support to all test, failure analysis, quality, reliability, and maintenance support activities for the pre-Patriot Advanced Capability (PAC)-3 missile rounds conducted at the maintenance facility. Countries participating are Israel, Japan, Saudi Arabia, Kuwait, Korea, Taiwan, and the United Arab Emirates. Fiscal 2014 other procurement funds in the amount of $7,958,587, and Fiscal 2014 operations and maintenance Army funds in the amount of $2,092,438 were obligated at the time of the award. Estimated completion date is Jan 31, 2017. One bid was solicited and one received. Work will be performed in Andover, Burlington, and Chambersburg, Massachusetts; Nashua New Hampshire; and Germany. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-14-C-0091).

Overhaul Support Services LLC., East Granby, Connecticut, was awarded a $7,469,306 firm-fixed-price contract for the Drag Brace Landing for the Blackhawk weapons system with a minimum quantity of 300 each and a maximum quantity of 1,224 each. Funding and work location will be determined with each order. Estimated completion date is April 23, 2019. Two bids were solicited with one received. Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity (W58RGZ-14-D-0077).
*Small Business

Search This Blog

Translate

White House.gov Press Office Feed