Showing posts with label ARMY. Show all posts
Showing posts with label ARMY. Show all posts

Thursday, January 8, 2015

ALL FOUR ACTIVE SERVICES MET OR EXCEEDED RECRUITMENT GOALS

FROM:  U.S. DEFENSE DEPARTMENT 
Release No: NR-001-15
January 06, 2015
DoD Announces Recruiting and Retention Numbers for Fiscal 2015, Through November 2014

The Department of Defense announced today recruiting and retention statistics for the active and reserve components for fiscal 2015, through November 2014.
Active Component

• Recruiting. All four active services met or exceeded their numerical accession goals for fiscal 2015, through November.
• Army – 10,036 accessions, with a goal of 9,880; 101.6 percent.
• Navy – 5,079 accessions, with a goal of 5,079; 100.0 percent.
• Marine Corps – 4,126 accessions, with a goal of 4,123; 100.1 percent.
• Air Force – 3,177 accessions, with a goal of 3,177; 100.0 percent.
• Retention. The Air Force, Navy, and Marine Corps exhibited strong retention numbers for the second month of fiscal 2014.

Reserve Component

• Recruiting. Five of the six reserve components met or exceeded their fiscal-year-to-date 2015 numerical accession goals through November 2014. Five of the six reserve components also met or exceeded the DoD quality benchmarks.
• Army National Guard – 7,305 accessions, with a goal of 8,128; 89.9 percent.
• Army Reserve – 5,024 accessions, with a goal of 4,667; 107.6 percent.
• Navy Reserve – 994 accessions, with a goal of 994; 100.0 percent.
• Marine Corps Reserve – 1,341 accessions, with a goal of 1,254; 106.9 percent.
• Air National Guard – 1,346 accessions, with a goal of 1,346; 100.0 percent.
• Air Force Reserve – 1,179 accessions, with a goal of 1,179; 100.0 percent.
• Attrition – Each of the six reserve components met their attrition goals or were within the allowed variance. Current trends are expected to continue. (This indicator lags due to data availability.)

Monday, September 8, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR SEPTEMBER 8, 2014

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

DEFENSE THREAT REDUCTION AGENCY

Booz Allen Hamilton, of McLean, Virginia, is being awarded a $95,500,000 indefinite-delivery/indefinite-quantity contract to provide support services for countering weapons of mass destruction situational awareness, intelligence, operations, and data visualization support that enables the Defense Threat Reduction Agency to monitor global situational awareness of WMD threats and activities. Work will be performed at Fort Belvoir, and is expected to be completed in September 2022. Fiscal 2013 research and development funds in the amount of $1,690,000 are being obligated on the first task order. This contract was a competitive acquisition, with three bids received. The contracting activity is Defense Threat Reduction Agency, Fort Belvoir, Virginia (DTRA1-14-D-0016).

NAVY

Granite Construction Company Guam, Watsonville, California, is being awarded a maximum amount $75,000,000 indefinite-delivery/indefinite-quantity contract for paving construction services at U.S. government shore-based facilities in Guam. The work to be performed provides for the construction, alteration, repair, and/or maintenance of asphalt concrete roads, streets, highways, alleys, parking areas, and their associated facility, such as but not limited to concrete sidewalks, curbs and gutters, guardrails, U-ditch, drainage pipe, traffic striping, pavement marking, and related work. Work will include cold milling, excavation, embankment grading or subbase and base course, compaction, density test, bituminous surface treatment, seal coating, asphalt concrete paving, adjustment of existing utilities and structures and other related work. Work will be performed in Guam, and is expected to be completed by September 2019. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $25,000 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 three proposals received. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity (N40192-14-D-2830).
AAI Corp., Hunt Valley, Maryland, is being awarded a $27,316,800 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to produce AN/GLM -11 (V) 1 and (V) 2 universal test sets and provide engineering services and program and configuration management in support of the AN/GLM-11 series. Work will be performed in Hunt Valley, Maryland, and is expected to be completed by September 2017. Fiscal 2014 operations and maintenance (Navy) funding in the amount of $3,092,939 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with FAR 6.302-1(a)(2) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-14-D-0002).
A&D GC, Inc.,* Santee, California, is being awarded $13,525,000 for firm-fixed-price task order 0014 under a previously awarded multiple award construction contract (N62473-09-D-1658) to repair and restore Bachelor Enlisted Quarters 520420 at the Marine Corps Base, Camp Pendleton. Work includes, but is not limited to, analysis and updates to bring the building up to current seismic requirements; removal and disposal of hazardous materials including asbestos, lead, and mold; replace damaged wall, floor, double hung windows, and ceilings finishes. Areas affected by repair shall be in compliance with anti-terrorism/force protection, fire suppression, seismic, accessibility, and leadership in energy and environmental design requirements. The task order also contains one planned modification, which if exercised, would increase cumulative task order value to $15,325,000. Work will be performed in Oceanside, California, and is expected to be completed by March 2016. Fiscal 2014 operation and maintenance (Marine Corps) contract funds in the amount of $13,525,000 are being obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

RQ-BERG JV, Carlsbad, California, is being awarded a maximum amount $9,653,651 to increase the dollar value of task order 0007 under a previously awarded firm-fixed-price contract (N62473-10-D-5482) for the complete restoration and repairs to fire damaged electrical and communication distribution systems on Marine Corps Base Camp Pendleton and Naval Weapons Station (NWS) Seal Beach Detachment Fallbrook. The work to be performed includes replacement of fire damaged poles, wire and equipment to restore power and communication services to: Area 33; Ranges 102 and 103 (Wilcox Range Area); Area 32 (including but not limited to the 320937 Reservoir Lift Station); Area 43 (including but not limited to Sewage Treatment Plant 3 at Sewer Treatment Facility, fire station, pistol range, Basilone Road, the chlorination station and the Waste Disposal Facility); the Northern Area Range Control Communications Tower and Range 314 south/east of Area 62; NWS Seal Beach Detachment, Fallbrook (including but not limited to Romeo Magazine, Building 350, old housing area, sewer lift station at Building 332, Building 336, Building 301 and Building 231). After award of this modification, the total cumulative task order value will be $9,653,651. Work will be performed in Oceanside, California, and is expected to be completed by May 2015. Fiscal 2014 operation and maintenance (Marine Corps) contract funds in the amount of $5,623,767 are being obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

ARMY

Booz Allen Hamilton, McLean, Virginia, was awarded a $43,293,745 cost-plus-fixed-fee contract for services to support the Royal Saudi Land Forces. Services in the contract include consulting, intensive management, logistics support, and contracting support within the United States, for the Royal Saudi Land Forces. In addition, an office will be established in Saudi Arabia for local purchasing and local hires to sustain the fleet of Abrams tanks purchased and sustained through the foreign military sales program. Fiscal 2014 other funds in the amount of $15,000,000 were obligated at the time of award. Work will be performed in Saudi Arabia with an estimated completion date of Sept. 8, 2017. Bids were solicited via the Internet, with one received. This contract involves foreign military sales to Saudi Arabia. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-14-C-0048).
Carnegie Robotics LLC,* Pittsburgh, Pennsylvania, was awarded a $22,783,433 cost-plus-incentive-fee contract for an autonomous mine detection system that is being developed to provide the war fighter with capability to detect, mark and neutralize explosive hazards in support of the full spectrum of military operations. Fiscal 2013 and 2014 research, development, test and evaluation (Army) funds in the amount of $14,638,737 were obligated at the time of the award. Work will be performed in Woburn, Massachusetts ($3,236,616; 14 percent); King of Prussia, Pennsylvania ($4,113,115; 18 percent); and Pittsburgh, Pennsylvania ($15,433,702; 68 percent), with an estimated completion date of March 1, 2018. Bids were solicited via the Internet, with three received. U.S. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-14-C-0075).

KRSW Joint Venture*, Boise, Idaho, was awarded a $22,469,577 firm-fixed-price contract for repairs and improvement to Mountain Home Air Force Base Runway 12/30, Taxiway Alpha and connector taxiways, due to deteriorating pavement conditions identified in the airfield pavement evaluation. Fiscal 2014 operations and maintenance (Army) funds in the amount of $22,469,577 were obligated at the time of the award. Work will be performed in Mountain Home Air Force Base, Idaho, with estimated completion date of Sept. 30, 2015. Bids were solicited via the Internet, with four received. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-14-C-0022).

Birdon America, Inc.*, Denver, Colorado, was awarded a $9,679,841 modification (P00005) to firm-fixed-price contract W56HZV-14-C-0015 to exercise the government format technical data package option with additional rights for the bridge erection boats. Fiscal 2014 other funds in the amount of $9,679,841 were obligated at the time of the award. Work will be performed in Denver, Colorado, with an estimated completion date of Jan. 23, 2016. U.S. Army Contracting Command – Tank and Automotive, Warren, Michigan is the contracting activity.

Highland Engineering,* Inc., Howell, Michigan, was awarded an $8,500,000 indefinite- delivery/indefinite-quantity contract for the production and delivery of military working dogs worldwide deployable kennel systems and logistics support documentation. Work and funding will be determined with each order, with an estimated completion date of Sept. 7, 2017. Bids were solicited via the Internet, with three received. U.S. Army Contracting Command, Alexandria, Virginia, is the contracting activity (W909MY-14-D-0012).
*Small business

Friday, September 5, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR SEPTEBER 5, 2014

FROM:  U.S. DEFENSE DEPARTMENT  
CONTRACTS

NAVY

CDM-AECOM Multimedia Joint Venture, Fairfax, Virginia, is being awarded a maximum amount $85,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for architectural-engineering services involving preparation of studies, plans, specifications, design, reports, cost estimates and all associated engineering services in support of Navy and other Department of Defense environmental compliance programs for Navy, Marine Corps and other Defense Department installations and federal agencies within the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility (AOR) worldwide. The services include petroleum storage tank and assets compliance, oil preparedness and planning compliance, Air Quality and Clean Air Act compliance, Safe Drinking Water Act compliance, Clean Water Act compliance (stormwater), Clean Water Act compliance (wastewater) and waste management. No task orders are being issued at this time. All work on this contract will be performed at various Navy and Marine Corps facilities and other Defense Department installations and federal agencies within the NAVFAC Atlantic AOR world-wide including, but not limited to, California (20 percent); Virginia (20 percent); North Carolina (20 percent); Europe (20 percent); Florida (5 percent); Maryland (5 percent) Washington, District of Columbia (5 percent); and Georgia (5 percent). The term of the contract is not to exceed 60 months with an expected completion date of September 2019. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $10,000 are being 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 three proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-14-D-9016).

Lockheed Martin Corp., Littleton, Colorado, is being awarded a $45,000,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for the production, installation and continued sustainment of a General Service, Cross Domain Solution (CDS), Radiant Mercury (RM). RM is a CDS that brokers the exchange of data between different security domains by sanitizing, downgrading, guarding and transliterating formatted data between different security compartment levels. The contract has a five-year ordering period, up to the contract award amount. Work will be performed in Littleton, Colorado, and is expected to be completed by Aug. 31, 2019. No contract funds will be obligated at the time of award. Funds will be obligated as individual delivery orders are placed. No contract funds will expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole source acquisition pursuant to FAR 6.302-1(a)(2) and FAR 6.302-1(a)(2)(ii)(A) and (B). The Space and Navy Warfare Systems Command, San Diego, California, is the contracting activity (N00039-14-D-0013).

Bell Helicopter Textron Inc., Hurst, Texas, is being awarded a $41,776,269 firm-fixed-price contract for the procurement of three UH-1Y flight training devices, one AH-1Z flight training device, aircraft and/or trainer driven revisions, aircraft common operational equipment, provisioned spares, associated technical data required for operational and maintenance support, and three months of initial operation evaluation period for each flight training device. Work will be performed at Broken Arrow, Oklahoma (46 percent); Fort Worth, Texas (33 percent); St. Louis, Missouri (15 percent); and Austin, Texas (6 percent), and is expected to be completed in June 2018. Fiscal 2012 aircraft procurement (Navy Reserve) and 2014 aircraft procurement (Navy) funding in the amount of $41,776,269 is being obligated on this award, $29,120,770 of which will expire at the end of the current fiscal year. The contract was not competitively procured pursuant to FAR 6.302.1. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contract activity (N61340-14-C-1000).
Dawson-Hawaiian Builders I,* Honolulu, Hawaii, is being awarded a $16,231,000 firm-fixed-price contract for the design and construction of a low-rise building for the Third Radio Battalion Complex at Marine Corps Base Hawaii. The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $17,003,000. The complex includes offices for Battalion Headquarters, Headquarters and Service Company, Company A and Company B. The project also provides for classroom and other training spaces and offices, platoon command offices and workspaces, mail room, family readiness and career planning offices, and other workspaces needed to support Third Radio. Work will be performed in Kaneohe, Hawaii, and is expected to be completed by October 2016. Fiscal 2010 and 2014 military construction (Navy) contract funds in the amount of $16,231,000 are being obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with nine proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-14-C-1310).

Raytheon Co., El Segundo, California, is being awarded $11,403,294 for firm-fixed-price delivery order 7040 under a previously awarded Basic Ordering Agreement (N00383-10-G-005H) for the repair of 288 radar component units consisting of 18 different weapons repairable assemblies used in support of the F/A-18 Active Electronically Scanned Array Radar System. Work will be performed in El Segundo, California; and work is expected to be completed March 27, 2015. Fiscal 2014 Navy working capital funds in the amount of $11,403,294 will be obligated at the time of award and funds will not expire before the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(l). The NAVSUP Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.
Central Texas College, Killeen, Texas, is being awarded a $9,410,083 indefinite-delivery/indefinite-quantity, firm fixed-price task orders contract for the provision of education courses to sailors, both instructor led and distance learning, to include courses for academic skills, undergraduate and graduate levels. The contract will include a one-year base period and four one-year option periods, which if exercised, will bring the amount to $48,898,382. Work will be performed onboard various Navy ships (64 percent); San Diego, California (15 percent); Norfolk, Virginia (15 percent); Mayport, Florida (2 percent); Bremerton/Everett, Washington (2 percent); and Yokosuka, Japan (2 percent), and work is expected to be completed Sept. 30, 2015. If all options are exercised, work will continue through Sept. 30, 2019. Fiscal 2015 operations and maintenance (Navy) in the amount of $10,000 will be obligated at the time of award and will not expire before the end of the current fiscal year. The contract was competitively procured via the Federal Business Opportunities website, with one offer received in response to this solicitation. NAVSUP Fleet Logistics Center, Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-14-D-Z038).

ATAP, Inc., Eastaboga, Alabama, is being awarded an $8,268,000 firm-fixed-price contract for Inspect Repair Only As Necessary (IROAN) of the Mine Resistant Ambush Protected (MRAP) Cougar. Work will be performed in Eastaboga, Alabama, and is expected to be completed September 2015. Fiscal 2014 operations and maintenance (Navy) funds in the amount of $8,268,000 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 to the Navy Electronic Commerce Online website, with four proposals received. The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-14-C-0029).

ARMY

Harry Pepper & Associates, Inc., Jacksonville, Florida, was awarded a $44,953,484 firm-fixed-price contract for the demolition and removal of the existing Herbert Hoover Dike culverts 12 and 2, and the construction of new water control structures S-274 and S-278. Fiscal 2014 other funds in the amount of $44,953,484 were obligated at the time of the award. Work will be performed in Clewiston, Florida, with an estimated completion date of Nov. 8, 2019. Bids were solicited via the Internet with two received. U.S. Army Corps of Engineers, Jacksonville, Florida is the contracting activity (W912EP-14-C-0025).

Gilbane Federal, Walnut Creek, California, was awarded a $32,929,672 firm-fixed-price contract for construction of a general purpose warehouse at a defense distribution depot in San Joaquin, California. Fiscal 2014 military construction (Army) funds in the amount of $32,929,672 were obligated at the time of the award. Work will be performed in Stockton, California, with estimated completion date of Nov. 8, 2016. Bids were solicited via the Internet with 14 received. U.S. Army Corps of Engineers, Sacramento, California is the contracting activity (W91238-14-C-0049).

Olgoonik Diversified Services, LLC,* Saint Robert, Missouri, was awarded a $24,000,000 firm-fixed-price contract for a job order for various minor construction projects within the geographical boundaries of the Little Rock District and Southwestern Division Corps of Engineers. Work and funding will be determined with each order, with an estimated completion date of Aug. 31, 2017. Bids were solicited via the Internet with 10 received. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9127S-14-D-0016).

Nova Group, Inc., Underground Construction, Joint Venture, Napa, California, was awarded a $13,407,419 firm-fixed-price contract for fuel island upgrades at Hunter Army Airfield. Fiscal 2011 and fiscal 2013 military construction (Army) funds in the amount of $13,407,419 were obligated at the time of the award. Work will be done at Hunter Army Airfield, Georgia, with estimated completion date of March 15, 2016. Bids were solicited via the Internet with four received. U.S. Army Corps of Engineers, Savannah, Georgia the contracting activity (W912HN-14-C-0011).

Blackhawk enterprise Incorporated*, Waynesboro, Virginia, was awarded a $7,738,213 indefinite-delivery/indefinite-quantity contract to ensure the intelligence production and dissemination software applications and intelligence mission data, technology forecasting, and foreign material management software applications are continually maintained for appropriate security posture. Work and funding will be determined with each order, with an estimated completion date of Sept. 4, 2017. Bids were solicited via the Internet with five received. U.S. Army Intelligence and Security Command Engineers Charlottesville, Virginia is the contracting activity (W911W5-14-D-0001)

STG, Inc., Reston, Virginia, was awarded a $7,561,521 modification (P00004) to contract (W911QX-14-F-0019) for nine months of information technology support services, with an options for two one-month periods. Fiscal 2014 operations and maintenance (Army) funds, and research, development, test and evaluation funds, in the amount of $2,575,160 were obligated at the time of the award. Work will be performed in Adelphi, Maryland, with an estimated completion date of May 31, 2015. Bids were solicited with one received. U.S. Army Contracting Command, Adelphi, Maryland, is the contracting activity.

AIR FORCE

Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a $42,880,040 modification (P00003) to previously awarded contract FA8810-13-C-0001 for dual band telemetry, tracking and communications capability for the Space-Based Infrared System Geosynchronous Earth Orbiting 5-6 space vehicles. Contractor will redesign the interfacing, software, power, thermal, and structures to accommodate the new dual band capable transponder box and cabling. This effort also adds a Unified S-Band uplink frequency and modulation scheme to the existing Space to Ground Link System L-Band uplink capability. Work will be performed at Sunnyvale, California, and is expected to be completed by July 31, 2021. Fiscal 2012 missile procurement funds in the amount of $10,673,074 are being obligated at the time of award. Space and Missile System Center, Los Angeles Air Force Base, California, is the contracting activity.

Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a not-to-exceed $34,721,663 modification (P00270) to previously awarded contract FA8625-11-C-6597 for C-130J Large Aircraft Infrared Countermeasures (LAIRCM) acquisition, integration, and installation. Work will be performed at Marietta, Georgia, and is expected to be completed by Jan. 31, 2019. This contract involves foreign military sales to the government of Australia. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

L-3 Communications-Platform Integration Division, Waco, Texas, has been awarded a $10,092,484 not-to-exceed, undefinitized contract action to provide C-27J aircrew and maintenance training to Australian Air Force personnel. Work will be performed at Waco and Arlington, Texas, and is expected to be completed by Dec. 31, 2017. This contract involves foreign military sales for the government of Australia. This award is the result of a country directed sole-source acquisition. The 338th Specialized Contracting Squadron, Joint Base San Antonio, Randolph Air Force Base, Texas, is the contracting activity (FA3002-14-D-0014).

Sahara Palms, Inc., Fruitland, Utah, has been awarded $7,091,268 firm-fixed price contract for paint bay equipment and renovation. Contractor will procure semi-off-the-shelf equipment and components, merge contractor equipment design with government design and specifications to renovate six existing paint bays to include: supply air fans, heating coils, humidity sections, exhaust fans, environmental controls, motors, and variable frequency drives. Work will be performed at Hill Air Force Base, Utah, and is expected to be completed by Nov. 5, 2015. This award is the result of a competitive acquisition and unlimited offers were solicited; two offers were received. Fiscal 2014 working capital funds in the amount of $7,091,268 are being obligated at the time of award. Air Force Materiel Command, Hill Air Force Base, Utah, is the contracting activity (FA8224-14-C-0063).

DEFENSE LOGISTICS AGENCY

Exelis, Incorporated, Clifton, New Jersey, has been awarded a maximum $15,380,162 cost-plus- fixed-fee contract for form, fit and function replacement of electronic countermeasures sets. This contract was a sole-source acquisition. Location of performance is New Jersey, with a March 3, 2017, performance completion date. Using military service is the Air Force. Type of appropriation is fiscal 2014 through fiscal 2017 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Georgia (SPRWA1-14-C-0006).
*Small business

Thursday, September 4, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR SEPTEMBER 4, 2014

  FROM:  U.S. DEFENSE DEPARTMENT DEFENSE 
CONTRACTS

AIR FORCE

Alion Science and Technology Corp., McLean, Virginia, has been awarded a $48,459,676 delivery order (0065) to previously awarded contract FA4600-06-D-0003. Contractor will provide integrated tactical systems to identify and avoid using problematic materials, processes and assessment methods that can lead to unplanned and unbudgeted maintenance costs, shorter life-cycles, and reduced readiness. Work will be performed at several Navy bases and Rome, New York, and is expected to be completed by Dec. 29, 2016. Fiscal 2014 operations and maintenance funds in the amount of $2,732,400 are being obligated at the time of award. Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity.

Alion Science and Technology Corp., McLean, Virginia, has been awarded a $47,316,614 delivery order (0076) to previously awarded contract FA4600-06-D-0003. Contractor will support the Army Tank and Automotive Research, Development and Engineering Center by development of solutions for technical and engineering problems. This includes solutions for problems in the science of materials and processes, in engineering, and in testing and evaluation. Work will be performed at Detroit, Michigan, and is expected to be completed by Dec. 29, 2016.. Fiscal 2014 Army research, development, test and evaluation funds, and operations and maintenance funds, in the amount of $1,496,586 are being obligated at the time of award. Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity.

Trident Systems Inc., Fairfax, Virginia, has been awarded a $24,900,000 small business innovation research (SBIR) Phase III cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Collaboration Gateway. Contractor will provide a focused but flexible contracting vehicle between the U.S. government, the military services and the intelligence community, and Trident Systems Inc. Under Public Law 106-554 SBIR Phase III authorization to enable the U.S. government to receive the benefits of the investments made with the contractor under the auspices of the SBIR program. These benefits will be accrued by continuing research and development in related areas not previously addressed, but required for successful product transition; transitioning and productizing technology to meet specific U.S. government customer requirements; testing, evaluating and supporting products in the customer’s operational environment, and providing a mechanism for customer acquisition of the limited product quantities required for operational introduction of products. Work will be performed at Fairfax, Virginia, or Raleigh, North Carolina, and is expected to be completed by Sept. 4, 2020. Fiscal 2014 operations and maintenance funds in the amount of $60,000 are being obligated at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-14-D-0037).

Integrated Solutions for Systems, Inc., Huntsville, Alabama, has been awarded a $10,000,000 indefinite-delivery/indefinite-quantity contract for enhanced lethality ordnance and modeling. Contractor will provide research and development in three research weapons core competencies: weapon effectiveness, damage mechanisms and energetic materials. Work will be performed at Huntsville, Alabama, and is expected to be completed by Sept. 3, 2019. This award is the result of a competitive acquisition with 48 offers received. Fiscal 2013 and 2014 research, development, test and evaluation funds in the combined amount of $348,000 are being obligated at the time of award. Air Force Research Laboratory Munitions Directorate, Eglin Air Force Base, Florida, is the contracting activity (FA8651-14-D-0094).

NAVY

Short Bark Industries, Inc.,* Vonore, Tennessee, is being awarded an estimated maximum $36,750,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for production of the Enhanced Flame Resistant Combat Ensemble (EFRCE) uniforms. Maximum order ceiling is not to exceed 375,000 individual EFRCE articles over the life of the contract. Contract consists of a base year and three ordering periods. The EFRCE contract will begin in September 2014, and remain active for potential future EFRCE orders until completion in September 2018, or until the 375,000 EFRCE article order ceiling is reached. Work will be performed in Guanica, Puerto Rico. No funds are being obligated at the time of award. Funds will be obligated on delivery orders as they are issued. Fiscal 2014 operations and maintenance (Marine Corps and Navy) contract funds in the amount of $12,825,698 for the first delivery order will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with seven proposals received. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-14-D-1010).

Huntington Ingalls Inc., Coronado, California, is being awarded a $24,230,190 modification to a previously awarded cost-plus-award-fee contract (N00024-13-C-4315) for USS Ronald Reagan (CVN 76) fiscal 2014 planned incremental availability. A planned incremental 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 Coronado, California, and is expected to be completed by April 2015. Fiscal 2014 operations and maintenance (Navy) funding in the amount of $10,470,296 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, California, is the contracting activity.

ARMY

U.S. Ordnance, Inc.,* McCarran, Nevada was awarded an $11,236,402 firm-fixed-price contract for M2 machine gun barrel assemblies. Work and funding will be determined with each order, with an estimated completion date of Dec. 30, 2017. Bids were solicited via the Internet, with five received. U.S. Army Contracting Command - Tank and Automotive, Warren, Michigan, is the contracting activity (W56HZV-14-D-0031).
*Small business

Tuesday, September 2, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
ARMY
Science Application International Corporation,* McLean, Virginia (W91CRB-11-D-0001); Battelle Memorial Institute,* Columbus, Ohio (W91CRB-11-D-0002); Booz Allen Hamilton, McLean,Virginia (W91CRB-11-D-0003); Exelis Inc., Alexandria, Virginia (W91CRB-11-D-0004); Northrop Grumman Systems Corporation, Herndon, Virginia (W91CRB-11-D-0005); Wintec Arrowmaker, Inc.,* Washington, Maryland (W91CRB-11-D-0006); and Technical and Project Engineering, LLC, Alexandria, Virginia (W91CRB-11-D-0007), were awarded a $150,000,000 cost-plus-fixed-fee modification to increase the contract ceiling for a previously awarded multiple award, indefinite-delivery/indefinite-quantity contract to support the Army Research Lab’s increased mission requirements; this is the third award and raises the contract ceiling to $630,000,000. Work and funding will be determined with each order, with an estimated completion date of Dec. 6, 2015. Army Contracting Command, Triangle Park, North Carolina, is the contracting activity.
Watts Constructors, LLC., Honolulu, Hawaii, was awarded a $38,914,500 firm-fixed-price contract for a satellite communications earth terminal station facility. Fiscal 2014 military construction (Army) funds in the amount of $38,914,500 were obligated at the time of the award. Work will be performed in San Miguel, California, with an estimated completion date of June 27, 2016. Bids were solicited via the Internet with six received. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W9128-14-C-0040).
The University of Alabama in Huntsville, Alabama, was awarded a $12,102,856 modification (P00013) for engineering services to support the engineering directorate on the work statement Advanced Weapon System and Manufacturing Technologies. Work and funding will be determined with each order, with an estimated completion date of Jan. 8, 2015. Bids were solicited and one received. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-12-D-0011).
HDR Engineering, Inc., Claremont, California, was awarded a $9,999,900 indefinite-delivery/indefinite-quantity contract for cathodic protection and corrosion control, at various locations worldwide. This contract awards a one year cathodic protection plan with options for up to two additional periods. Work and funding will be determined with each order, with an estimated completion date of Sept. 1, 2017. Bids were solicited via the Internet with six received. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-14-D-0023).
Bristol Engineering Services Corporation,* Anchorage, Alaska (W912DW-13-D-1015); Cherokee General Corporation,* Federal Way, Washington (W912DW-13-D-1016); CKY, Inc.,* San Pedro, California (W912DW-13-D-1017); Macro-Z-Technology,* Santa Ana, California (W912DW-13-D-1018); and Nordic Industries, Inc.,* Olivehurst, California (W912DW-13-D-1019), were awarded a $9,800,000 modification number (P0001) to exercise option period one on a multiple award task order contract for design-build and horizontal construction work. This work will be performed for the U.S. Army Corps of Engineers, Seattle district, including Washington, Oregon, Idaho, Montana and Northwestern division boundaries. Work and funding will be determined with each order, with an estimated completion date of Sept. 4, 2015. U.S. Army Corps of Engineers Seattle, Washington, is the contracting activity.
BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded a $9,653,246 modification (P00547) to contract DAAA09-98-E-0006 for a facility use contract requirement for installation of additional anoxic treatment capacity in Building 221, Phase 1. Fiscal 2014 (other) Army funds in the amount of $9,653,246 were obligated at the time of the award. Work will be performed in Kingsport, Tennessee, with an estimated completion date of May 31, 2017. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.
Heeter*, Spencer, West Virginia was awarded $9,620,766 modification (P00004) to contract W91237-12-C-0006 to exercise option seven for Bluestone Dam safety assurance- Phase 4, anchors, Hinton, West Virginia. This contract will involve the installation of 278 anchors in Bluestone Dam. Fiscal 2014 (other) Army funds in the amount of $9,620,766 were obligated at the time of the award. Work will be performed in Hinton, West Virginia, with an estimated completion of Oct. 16, 2019. Bids were solicited via the Internet with three received. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity.
A-T Solutions, Inc, Fredericksburg, Virginia, was awarded a $9,016,253 modification (P00005) to contract W911QX-12-C-0174 for freedom of maneuver for the Afghan national security forces programs. These programs will develop and assess a spiral development and prototyping approach to expedite integration of technical and operational information. These programs will also integrate tactical training and technologies for host nation forces that support counter-improvised explosive devices operations in Afghanistan. Fiscal 2013 (other) Army funds in the amount of $9,016,253 were obligated at the time of the award. Work will be performed in Afghanistan ($7,573,652; 84 percent) and Fredericksburg, Virginia ($1,442,600; 16 percent), with an estimated completion date of March 29, 2015. Army Contracting Command, Adelphi, Maryland, is the contracting activity. 
DEFENSE LOGISTICS AGENCY
Propper International, Inc., Mayaguez, Puerto Rico, has been awarded a maximum $124,470,982 modification (P00107) exercising the first option period on a one-year base contract (SPM1C1-13-D-1062), with two one-year option periods. This is a firm-fixed-price contract for modular lightweight load carrying equipment. Location of performance is Puerto Rico with a Sept. 5, 2015, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
NAVY
AH/BC NAVY JV, LLC, Newport News, Virginia, is being awarded a maximum amount $50,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for architectural and engineering services for Safe Drinking Water Act and Clean Water Act Environmental Compliance Engineering Support for Navy, Marine Corps and other Department of Defense installations and federal agencies within the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility (AOR) world-wide. Task order 0001 is being awarded at $116,802 for Water Purveyor Drinking Systems Source and Produced Water Surface Water Treatment Rules Monitoring Gap Analysis at Naval Support Activity Naples, Italy. Work on this task order is expected to be completed by December 2015. All work on this contract will be performed at various Navy and Marine Corps facilities and other defense installations and federal agencies within the NAVFAC Atlantic AOR world-wide including, but not limited to, California (25 percent), Europe (20 percent), Southwest Asia (10 percent), Virginia (10 percent), North Carolina (10 percent), Florida (10 percent), North Africa (5 percent), Washington, District of Columbia (5 percent), and Maryland (5 percent). The term of the contract is not to exceed 60 months, with an expected completion date of September 2019. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $116,802 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 six proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-14-D-9022).
Lockheed Martin Mission Systems & Training, Owego, New York, is being awarded $8,879,035 for delivery order 4001 against a previously issued Basic Ordering Agreement (N00019-14-G-0019) for non-recurring efforts for software modifications required for MH-60 Terrain Awareness Warning System (TAWS II) and Automatic Dependent Surveillance – Broadcast enhancements, including integration of the TAWS II software into the 2018 product line. These services are in support of the U.S. Navy and the governments of Australia and Denmark. Work will be performed in Owego, New York, and is expected to be completed in October 2017. Fiscal 2014 research, development, test and evaluation (Navy), 2014 aircraft procurement (Navy) and foreign military sales funds in the amount of $8,353,021 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy ($8,395,805; 95 percent); and the governments of Denmark ($392,585; 4 percent); and Australia ($90,645; 1 percent) under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Total Concepts of Design Inc., Scottsburg, Indiana, is being awarded a $6,762,400 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for MK 3 MOD 0 and MK 12 MOD 1 metal material handling pallets used to transport different types of munitions in support of U.S. Navy and U.S. Army mission requirements. Work will be performed in Scottsburg, Indiana, and is expected to be completed by September 2019. Fiscal 2012 procurement of ammunition (Navy and Marine Corps) and fiscal 2014 ammunition procurement (Army) contract funds in the amount of $91,461 will be obligated at the time of contract award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-14-D-JR05).
AIR FORCE
Lockheed Martin Aeronautics Company, Marietta, Georgia, has been awarded a $9,519,633 fixed-price modification (P00257) on existing contract FA8625-07-C-6471 for the C-5 Reliability Enhancement and Re-engining program. The contract modification is for the supply of the C-5 RERP Lot 7 readiness spares package. Fiscal 2012 aircraft procurement funds in the amount of $9,519,633 are being obligated at time of award. Work will be performed at Marietta, Georgia, and is expected to be completed by January 2017. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio is the contracting activity.
MISSILE DEFENSE AGENCY
Raytheon Integrated Defense Systems of Woburn, Massachusetts is being awarded a $53,252,500 contract modification (P00023) to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (HQ0147-12-C-0006). This contract modification is for the production of an ANTPY-2 Float Cooling Equipment Unit #2, Float Electronic Equipment Unit #2, Spares, Reliability Improvements, and Mission Assurance. Work will be performed in Woburn, Massachusetts with an expected completion date of December 2016. Fiscal 2014 procurement funds in the amount of $53,252,500 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama is the contracting activity.

*Small business
   

Thursday, August 21, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
ARMY
Boh Bros. Construction Co., LLC, New Orleans, Louisiana, was awarded an $116,956,672 firm-fixed-price contract with options for the Southeast Louisiana Urban Flood Control Project’s widening of the Florida Avenue Canal, Phase II and III, Orleans Parish, Louisiana. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Oct. 15, 2018. Bids were solicited via the Internet, with six received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $116,956,672 are being obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-14-C-0049).
ImSAR LLC,* Springville, Utah, was awarded a $98,971,746 cost-plus-fixed-fee contract for research and development, rapid advancement and integration of small aperture radars on small unmanned aerial systems. Funding and work location will be determined with each order, with an estimated completion date of Aug. 20, 2019. One bid was solicited, with one received. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-14-D-0007).
Nova Technologies,* Panama City, Florida, was awarded a $55,000,000 modification (P00007) to contract W900KK-12-D-0005 for modification of the fire training system for simulated battlefield training of fire support specialists, joint fire observers and soldiers at the institutional and unit level. Funding and work location will be determined with each order. Estimated completion date is Aug. 14, 2017. Army PEO Simulation, Training, and Instrumentation, Orlando, Florida, is the contracting activity.
Northrop Grumman Systems Corp., Rolling Meadows, Illinois, was awarded a $10,006,600 modification (P00019) to contract W58RGZ-12-C-0046 for sole source modification for limited scope services to provide additional development and testing of the current Common Infrared Countermeasure Technology Development phase system. Fiscal 2014 research, development, test and evaluation funds in the amount of $10,006,600 were obligated at the time of the award. Estimated completion date is March 14, 2015. Work will be performed in Rolling Meadows, Illinois. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, was awarded an $8,005,521 modification (P00018) to contract W58RGZ-12-C-0045 for limited scope services to provide additional development and testing of the current Common Infrared Countermeasure Technology Development phase system. Fiscal 2014 research, development, test and evaluation funds in the amount of $8,005,521 were obligated at the time of the award. Estimated completion date is March 14, 2015. Work will be performed in Nashua, New Hampshire. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
MACKNAK Korte Group*, Lakewood, Washington, was awarded a $7,143,462 firm-fixed-price contract for design and construction of the air support operations center expansion. Work will be performed at Fort Campbell, Kentucky, with an estimated completion date of Feb. 29, 2016. Bids were solicited via the Internet, with 26 received. Fiscal 2014 military construction funds in the amount of $7,143,462 are being obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-14-C-0027).
NAVY
Honeywell Technology Solutions Inc., Jacksonville, Florida, is being awarded a $71,979,673 modification (P00031) to a previously awarded contract (M67004-09-D-0020) to exercise option year six for prepositioning and Marine Corps logistics support services for Blount Island Command. Work will be performed at the Blount Island Command in Jacksonville, Florida (85 percent); aboard 12 maritime prepositioning ships (12 percent); six locations in Norway (2 percent); and one location in Kuwait (1 percent). Work for this modification is expected to be completed Sept. 30, 2015. No funds will be obligated at the time of award. U. S. Marine Corps, Blount Island Command, Jacksonville, Florida, is the contracting activity.
Northrop Grumman Systems Corp., Airborne Early Warning & Electronic Warfare Systems, Bethpage, New York, is being awarded $47,596,436 for cost-plus-fixed-fee delivery order 0055 against a previously issued Basic Ordering Agreement (N00019-10-G-0004) for non-recurring engineering and development of five French E-2C compatible AN/ALQ-217 electronic support measures units for the government of France under the Foreign Military Sales program. In addition, this delivery order includes hardware and software modifications required for compatibility with the French E-2C aircraft, modification kits, aircrew and maintenance training, publications, post-installation ground and flight testing, and technical data. Work will be performed in Owego, New York (43 percent); Melbourne, Florida (40 percent); Cuers, France (9 percent); Dayton, Ohio (4 percent); Norfolk, Virginia (2 percent); Rolling Meadows, Illinois (1 percent); and Redwood City, California (1 percent), and is expected to be completed in December 2018. FMS funds in the amount of $37,461,976 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.
Raydar Inc., Odon, Indiana, is being awarded a $25,973,375 firm-fixed-price, indefinite-delivery/ indefinite-quantity contract for vehicular automated diagnostic systems (VADS). The VADS allows trouble shooting to be performed on a wide variety of U.S. Marine Corps vehicles. Work will be performed in Odon, Indiana, and is expected to be completed by August 2019. Fiscal 2014 procurement (Marine Corps) funds in the amount of $2,655,135 will be obligated at time of contract award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with five offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-14-D-JS20).
American Rheinmetall Munitions Inc., Stafford, Virginia, is being awarded a $16,783,613 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for multi-bang, flash bang grenades in support of the U.S. Special Operations Command. Multi-bang, flash bang grenades are sound and flash devices that produce an intense light and sound display used as non-lethal means to distract and disorient in hostile environments that require less than lethal force. Work will be performed in Trittau, Germany, and is expected to be completed by August 2019. Fiscal 2014 research, development, test and evaluation funds in the amount of $461,318 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with five offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-14-D-JR04).
L-3 Communications Corp., Link Simulation & Training Division, Arlington, Texas, is being awarded $15,548,954 for cost-plus-fixed-fee, firm-fixed-price delivery order 0005 against a previously issued Basic Ordering Agreement (N61340-12-G-0001) for the procurement of 25 system configuration sets, Navy Aviation Simulation Master Plans, Next Generation Threat System upgrades and 25 liquid crystal display spare kits in support of the F/A-18 Tactical Operational Flight Trainer Suites. Work will be performed in Naval Air Station Oceana, Virginia (25 percent); Naval Air Station Lemoore, California (15 percent); Marine Corps Air Station Miramar, California (15 percent); Marine Corps Air Station Beaufort, South Carolina (15 percent); Marine Corps Air Station Iwakuni, Japan (10 percent); Joint Reserve Base New Orleans, Louisiana (10 percent); and Joint Reserve Base Fort Worth, Texas (10 percent), and is expected to be completed in August 2016. Fiscal 2013 and 2014 aircraft procurement (Navy) funds in the amount of $15,548,954 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.
IntelliSolutions, Inc.,* San Diego, California, is being awarded a $13,689,953 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide engineering support services for standards engineering and analysis, test support, configuration management, architecture engineering and analysis services, fleet support engineering services, and Network Design Facility operation to ensure interfacing Navy, joint service, and allied nations air, surface, subsurface and land command, control, communications, computers and intelligence, surveillance, and reconnaissance systems are interoperable. This is one of three contracts awarded; each awardee will have the opportunity to compete for task orders during the ordering period. This five-year contract includes a three-year base period followed by a two-year option period, which, if exercised, would bring the potential value of this contract to $23,241,504. Work will be performed in San Diego, California (94 percent), and Philadelphia, Pennsylvania (6 percent); work is expected to be completed Aug. 20, 2017. With all options exercised, work will continue through August 2019. No fiscal 2014 funding is currently associated with this award. Funding will be obligated via task orders beginning in fiscal 2015. The types of funding to be obligated include aircraft procurement (Navy); ship construction (Navy); operations and maintenance (Navy); research, development, test and evaluation; foreign military sales, and Navy working capital fund. This contract was competitively procured via 100 percent Small Business Set-Aside solicitation via publication on the Federal Business Opportunities and the SPAWAR e-Commerce Central websites. Five proposals were received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-14-D-0041).
Tactical Engineering & Analysis, Inc.,* San Diego, California, is being awarded a $13,411,718 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide engineering support services for standards engineering and analysis, test support, configuration management, architecture engineering and analysis services, fleet support engineering services, and Network Design Facility operation to ensure interfacing Navy, joint service, and allied nations air, surface, subsurface and land command, control, communications, computers and intelligence, surveillance, and reconnaissance systems are interoperable. This is one of three contracts awarded; each awardee will have the opportunity to compete for task orders during the ordering period. This five-year contract includes a three-year base period followed by one two-year option period, which, if exercised, would bring the potential value of this contract to $22,592,386. Work will be performed in San Diego, California (94 percent), and Philadelphia, Pennsylvania (6 percent); work is expected to be completed Aug. 20, 2017. With all options exercised, work will continue through August 2019. No fiscal 2014 funding is currently associated with this award. Funding will be obligated via task orders beginning in fiscal 2015. The types of funding to be obligated include aircraft procurement (Navy); ship construction (Navy); operations and maintenance (Navy); research, development, test and evaluation; foreign military sales, and Navy working capital fund. This contract was competitively procured via 100 percent Small Business Set-Aside solicitation via publication on the Federal Business Opportunities and the SPAWAR e-Commerce Central websites. Five proposals were received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California is the contracting activity (N66001-14-D-0042).
Data Intelligence LLC,* Marlton, New Jersey, is being awarded a $12,958,772 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract to provide engineering support services for standards engineering and analysis, test support, configuration management, architecture engineering and analysis services, fleet support engineering services, and Network Design Facility operation to ensure interfacing Navy, joint service, and allied nations air, surface, subsurface and land command, control, communications, computers and intelligence, surveillance, and reconnaissance systems are interoperable. This is one of three contracts awarded; each awardee will have the opportunity to compete for task orders during the ordering period. This five-year contract includes a three-year base period followed by one two-year option period, which, if exercised, would bring the potential value of this contract to $21,961,954. Work will be performed in San Diego, California (64 percent); Marlton, New Jersey (30 percent); and Philadelphia, Pennsylvania (6 percent); work is expected to be completed Aug. 20, 2017. With all options exercised, work will continue through August 2019. No fiscal 2014 funding is currently associated with this award. Funding will be obligated via task orders beginning in fiscal 2015. The types of funding to be obligated include aircraft procurement (Navy); ship construction (Navy); operations and maintenance (Navy); research, development, test and evaluation; foreign military sales, and Navy working capital fund. This contract was competitively procured via 100% Small Business Set-Aside solicitation via publication on the Federal Business Opportunities and the SPAWAR e-Commerce Central websites. Five proposals were received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-14-D-0040).
Choctaw Manufacturing Defense Contractor,* McAlester, Oklahoma, is being awarded $10,757,625 for firm-fixed price delivery order 0015 under an a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-09-D-5024), for the procurement of 500 Medium Tactical Vehicle Replacement (MTVR) modular production trailers (MPT) and water dispensing systems to support and fill the needs of the U.S. Marine Corps. The MTVR MPT will be employed throughout all elements of the Marine Air-Ground Task Force as well as being forward deployed through the Maritime Prepositioned Force. Work will be performed in McAlester, Oklahoma, and is expected to be completed by March 31, 2016. Fiscal 2012 procurement Marine Corps overseas contingency operations funds in the amount of $10,607,018 will be obligated at the time of award, and will expire at the end of this current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(5). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.
AIR FORCE
Rockwell Collins, Inc. Cedar Rapids, Iowa, has been awarded a $35,364,765 modification (P00027) to a firm-fixed-price contract (FA8106-11-C-0006) for KC-10 Communication Navigation Surveillance/Air Traffic Management (CNS/ATM) kits and installs. The total cumulative face value of the contract is $114,485,428. This modification provides for the exercise of an option for Group A and B kits and installation for 27 KC-10 aircraft. Work will be performed at Oklahoma City, Oklahoma; Cedar Rapids, Iowa; and Atlanta, Georgia, and is expected to be completed by November 2015. Fiscal 2014 aircraft procurement funds in the amount of $35,364,765 are being obligated at time of award. Air Force Life Cycle Management Center/WKDK, Tinker Air Force Base, Oklahoma, is the contracting activity. 
Alion Science and Technology Corp., Burr Ridge, Illinois, has been awarded a $25,172,296 cost-plus-fixed-fee delivery order (0082) on the AMMTIAC indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, sole-source (FA4600-06-D-0003) for technical analysis, logistics and sustainment for Headquarters U. S. Marine Corps. AMMTIAC shall provide research and development, engineering analysis, technical and operational evaluations, and systems engineering for programs designated by the U.S. Marine Corps. The work will be performed at Mount Arlington, New Jersey, and is expected to be completed by Dec. 29, 2016. Fiscal 2014 Marine Corps operations and maintenance funds in the amount of $50,000 are being obligated at time of award. Air Force Installation Contracting Agency/KD, Offutt Air Force Base, Nebraska, is the contracting activity.
Crash Rescue Equipment Service, Inc.,* Dallas, Texas, has been awarded an estimated $11,330,244 indefinite-delivery requirements contract for the fire truck overhaul and repair. Work will be performed in Dallas, Texas, and is expected to be completed by Aug. 19, 2015. This award is the result of a competitive acquisition; multiple offers were solicited and four offers were received. No operations and maintenance funds are being obligated at time of award. The contracting activity is Air Force Life Cycle Management Center/WNKBBA, Robins Air Force Base, Georgia (FA8519-14-D-0004).
*Small business 

Wednesday, August 20, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR AUGUST 20, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
NAVY
BAE Systems Technology Solutions & Services, Inc., Rockville, Maryland (N00039-14-D-0121); General Dynamics C4 Systems, Taunton, Massachusetts (N00039-14-D-0122); Global Technical Systems,* Virginia Beach, Virginia (N00039-14-D-0123); Northrop Grumman Systems Corp., Herndon, Virginia (N00039-14-D-0124); and Serco, Inc., Reston, Virginia (N00039-14-D-0125), are each being awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-plus-fixed-fee contract for Consolidated Afloat Networks and Enterprise Services (CANES) production units. The estimated, cumulative value of the multiple award contract is $2,529,500,000. CANES serves as the bridge to the future of Navy afloat networks, consolidating existing legacy and standalone networks, providing the necessary infrastructure for applications, systems and services to operate in the tactical domain. CANES delivers its capabilities within a single complete system, bringing the necessary infrastructure that will enable timely and interoperable information exchange among tactical, support and non-tactical or administrative users, applications and information technology platforms. This contract has an eight-year ordering period up to the contract award amount. There are no options. Work will be performed in North Charleston, South Carolina; Taunton, Massachusetts; Virginia Beach, Virginia; Madison, Alabama; and San Diego, California, as delivery orders determine. Work is expected to be completed by August 2022. No funds will be obligated at the time of award. Funds will be obligated as individual delivery orders are issued. The multiple award contracts were competitively procured by full and open competition bids via the Space and Naval Warfare e-Commerce Central and the Federal Business Opportunities websites, with seven offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.

Caddell Construction Co. (Delaware), LLC, Montgomery, Alabama, is being awarded a $110,809,000 firm-fixed-price contract for construction of nuclear power training facilities at Joint Base Charleston. The work to be performed provides for construction of a new multistory, blast hardened training operation facility; construction of a single story secured area entry point; and construction of a pier extension of steel and concrete piles and slabs. The contract also contains six unexercised options and two planned modifications, which if exercised and/or issued, would increase cumulative contract value to $157,810,500. Work will be performed in Goose Creek, South Carolina, and is expected to be completed by June 2018. Fiscal 2014 military construction (Navy) contract funds in the amount of $110,809,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with five proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-14-C-1756).

Lockheed Martin Corp., Mission Systems and Training, Moorestown, New Jersey, is being awarded a $60,802,243 fixed-price-incentive, firm-fixed-price, cost-plus-fixed-fee, and cost-only contract for ship integration and test of the Aegis Weapon System (AWS) for AWS Baselines through Advanced Capability Build 12. The contract provides for Aegis shipboard integration engineering, Aegis test team support, Aegis modernization team engineering support, ballistic missile defense test team support, and AWS element assessments. This contract includes options which, if exercised, would bring the cumulative value of this contract to $420,379,808. Work will be performed in Moorestown, New Jersey (27 percent); Norfolk, Virginia (22.5 percent); San Diego, California (20 percent); Pascagoula, Mississippi (6.5 percent); Bath, Maine (6.5 percent); Mayport, Florida (6.5 percent); Pearl Harbor, Hawaii (5.5 percent); Everett, Washington (4 percent); Syracuse, New York (1 percent), and other locations totaling less than 1 percent (0.5), and is expected to be completed by November 2018. Fiscal 2011 and 2013 shipbuilding conversion (Navy); fiscal 2014 operations and maintenance (Navy); and fiscal 2012 and 2014 other procurement (Navy) funding, in the amount of $21,839,327 will be obligated at time of award. Contract funds in the amount of $6,485,936 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) - only one or limited number of sources and no other suppliers will satisfy the requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-14-C-5104).

Raytheon Integrated Defense Systems, Portsmouth, Rhode Island, is being awarded a $59,159,691 modification to a previously awarded contract (N00024-11-C-6410) to exercise an option for the production of MK54 Mod 0 Lightweight Torpedo (LWT) Kits, and related engineering and repair services for upgrade of U.S. Navy LWT. Although the MK54 Mod 0 LWT is primarily intended as an anti-submarine torpedo for littoral scenarios, its basic capabilities includes operation in both shallow and deep water acoustic environmental conditions, and exceeds MK46 anti-submarine warfare capabilities in deep-water scenarios. This modification involves purchases for the U.S. Navy and the governments of India, Turkey and Australia under the Foreign Military Sales program. Work will be performed in Keyport, Washington (60 percent), and Portsmouth, Rhode Island (40 percent), and is expected to be completed by January 2018. Fiscal 2012 and 2014 weapons procurement (Navy), and FMS funds, in the amount of $59,159,691 will be obligated at the time of award. Contract funds in the amount of $2,073,984 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Northrop Grumman Systems Corp., Herndon, Virginia, is being awarded a $34,774,652 indefinite-delivery/indefinite-quantity contract utilizing firm-fixed priced orders for production hardware for Ship Self-Defense System (SSDS) Mk2 production hardware. The scope includes hardware production, assembly, configuration, alignment, integration, testing and shipping of the SSDS hardware. Work will be performed in Virginia Beach, Virginia (80 percent), and Huntsville, Alabama (20 percent), and is expected to be completed by August 2017. Subject to availability of funds, fiscal 2014 and 2017 other procurement (Navy), and fiscal 2015 and 2016 shipbuilding and conversion (Navy) contract funds, in the amount of $799,056 will be obligated at contract award and will not expire at the end of the current fiscal year. This contract was competitively solicited via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-14-D-3035).

Lockheed Martin Sippican, Inc., Marion, Massachusetts, is being awarded a $31,905,389 modification to a previously awarded contract (N00024-11-C-6404) for fixed-price-incentive, firm-fixed-price, cost-plus-fixed fee, cost-type option for the production of 108 MK48 Mod 7 Common Broadband Advanced Sonar System (CBASS) Functional Item Replacement (FIR) Kits, related engineering services to support CBASS FIR kits, CBASS FIR kit spares, and CBASS FIR kit warranty. The objective of the MK48 Mod 7 CBASS kit production program is to supply the U.S. Navy with functional item replacement upgrade kits consisting of a guidance and control box, broadband analog sonar receiver, preamplifier, cable assemblies, and guidance and control assembly materials. Work will be performed in Marion, Massachusetts (95 percent), and Syracuse, New York (5 percent), and is expected to be completed by November 2017. Fiscal 2012 and 2014 weapons procurement (Navy) funds in the amount of $31,905,389 will be obligated at the time of award. Contract funds in the amount of $1,540,688 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $12,789,893 modification to the previously awarded F-35 Lightning II Low Rate Initial Production (LRIP) Lot VI contract (N00019-11-C-0083). This modification provides for the procurement of F-35 Deployable Spares Package spares for the U.S. Air Force. Work will be performed in Owego, New York (21 percent); Orlando, Florida (20 percent); Nashua, New Hampshire (18 percent); United Kingdom (18 percent); Torrance, California (15 percent); Marion, Virginia (3 percent); Melbourne, Florida (3 percent); Endicott, New York (1 percent); Williston, Vermont (0.5 percent); and Duarte, California (0.5 percent). Work is expected to be completed in May 2017. Fiscal 2012 aircraft procurement (Air Force) funds in the amount of $12,789,893 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, Maryland, is the contracting activity.

General Dynamics, Electric Boat Corp., Groton, Connecticut, is being awarded a $8,990,973 cost-plus-fixed-fee contract for the ongoing acquisition of the weapons systems shipboard development, integration requirements, and shipboard engineering for refueling support for the United States and United Kingdom Trident II D5 missile program. The maximum dollar value, including the base period and two option years is $32,334,273. The work will be performed in Groton, Connecticut (21 percent); Norfolk, Virginia (20 percent); Silverdale, Washington (19 percent); Bremerton, Washington (18 percent); St. Marys, Georgia (16 percent); and Cape Canaveral, Florida (6 percent), with an expected completion date of Sept. 30, 2014. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $8,990,973 are being obligated at time of award and will expire at the end of the current fiscal year. This contract is a sole source acquisition negotiated under 10 U.S.C. 2304(c)(1). Strategic Systems Program, Washington, District of Columbia, is the contracting activity (N00030-14-C-0023).

The Boeing Co., St. Louis, Missouri, is being awarded a $6,948,500 modification to a cost-plus-incentive-fee delivery order issued previously against a Basic Ordering Agreement (N00019-11-G-0001). This modification provides for Phase C1 of the F/A-18 A-D Airframe Service Life Extension Program. The effort will include seven flight critical engineering change proposals for fracture and maintenance critical areas of the airframe. Work will be performed in St. Louis, Missouri (55 percent). and El Segundo, California (45 percent), and is expected to be completed in July 2015. Fiscal 2013 and 2014 aircraft procurement (Navy) contract funds in the amount of $6,948,500 will be obligated at the 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
BAE Systems Information and Electronic Systems Integration, Nashua, New Hampshire, has been awarded a $74,000,000 indefinite-delivery/indefinite-quantity contract for F-16 Stores System Tester sustainment. The contractor will provide F-16 Stores System Tester spares, as well as engineering and software development and maintenance support. Work will be performed at Nashua, New Hampshire, and is expected to be completed by Oct. 14, 2020. This award is the result of a sole-source acquisition. It is anticipated that fiscal 2014 procurement, operations and maintenance; consolidated sustainment activity group non-expiring working capital; and foreign military sales funds will be issued via delivery orders against this contract in support of the requirement. FMS is approximately 33 percent of the contract. The first delivery order will be obligated at time of award for fiscal 2014 FMS funds for Taiwan in the amount of $6,753,382. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8251-14-D-0001).

ARCTEC Alaska Joint Venture, Joint-Base Elmendorf-Richardson, Alaska, has been awarded a $32,062,792 firm-fixed-price contract, plus one option year, for the operation and maintenance of 15 geographically separated long range radar sites, three remote radio sites, maintenance of the Regional Air Operations Center, and Maintenance Control and Communications Center within Alaska. Work will be performed at Joint Base Elmendorf-Richardson, Alaska, and at the 15 separate sites located throughout Alaska, and is expected to be completed by Sept. 30, 2027, if all 12 option years are exercised. This award is the result of a competitive acquisition and one offer was received. Operations and maintenance funds will be obligated subject to availability. 766 SCONS/OL AA, Joint-Base Elmendorf-Richardson, Alaska, is the contracting activity (FA5215-14-C-7007).

FlightSafety International, Flushing, New York, will be awarded a $27,471,325 firm-fixed-price requirements contract for Gulfstream Pilot/Flight Engineering Training services. This requirement is a recurring requirement within Headquarters Air Force Mobility Command/A3T. This contract will provide initial and refresher academic and simulator training, and a variety of technical courses for U.S. Air Force pilots and flight engineers operating the Air Force Gulfstream series aircraft. Work will be performed at Dallas, Texas; Savannah, Georgia; Wilmington, Delaware; and Long Beach, California, and is expected to be completed by Sept. 30, 2019. This award is the result of a competitive acquisition with no limit to the number of offers solicited; two offers were received. Fiscal 2015 operations and maintenance funds in the amount of $5,494,265 will be obligated for the base period, but no funds are being obligated at time of award. The 763 Specialized Contracting Squadron, Scott Air Force Base, Illinois, is the contracting activity (FA4452-14-D-0003).
ARMY
MedTrust LLC, San Antonio, Texas, was awarded a $20,746,039 modification (P00003) to contract W81K00-14-D-0014 for the extension of specialized nursing services. Work will be performed at the San Antonio Military Medical Center, Joint Base San Antonio-Fort Sam Houston, and Wilford Hall Ambulatory Surgical Center, Joint Base San Antonio-Lackland Air Force Base, Texas. Funding will be determined with each order. Estimated completion date is March 31, 2015. The Army Medical Command, Fort Sam Houston, Texas, is the contracting activity.

BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded a $9,665,276 modification (P00545) to contract DAAA09-98-E-0006 to modernize infrastructure, Building G-4, Holston Army Ammunition Plant. Fiscal 2014 other procurement funds in the amount of $9,665,276 were obligated at the time of the award. Estimated completion date is Aug. 31, 2017. Work will be performed at the Holston Army Ammunition Plant, Kingsport, Tennessee. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Burleson Consulting Inc.,* Folsom, California, was awarded a $7,000,000 firm-fixed-price contract to restore the natural habitat and for habitat monitoring, at the former Fort Ord, California, with an estimated completion date of Aug. 19, 2019. Funding will be determined with each order. Bids were solicited via the Internet with two received. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-14-D-0010).
DEFENSE INFORMATION SYSTEMS AGENCY
Harris IT Services Corp., Herndon, Virginia was awarded a ceiling $450,000,000 indefinite-delivery/indefinite-quantity hybrid contract (firm-fixed-price, fixed-price-award-fee, cost-plus-fixed-fee and cost reimbursement contract line items) for services to provide engineering, maintenance, and program management support for the Crisis Management System. The IDIQ total cumulative ceiling value of the contract is $450,000,000 over the one-year base period and nine one-year option periods. There is no guarantee that the contract will be extended beyond the base one-year ordering period. Performance will be at various locations in the continental United States, with an estimated completion date of August 2015. Fiscal 2014 operations and maintenance funds in the amount of $5,412,872 will be obligated on the first task order at time of award. The original solicitation was issued as other than full and open competitive action pursuant to 10 U.S.C. 2304(c) (6) or 41 U.S.C. 3304(a) (6), and two proposals were received. The Defense Information Technology Contracting Organization-National Capital Region, Fort Meade, Maryland is the contracting activity (HC1047-14-D-4006).
*Small business

Tuesday, August 19, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR AUGUST 19, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
DEFENSE LOGISTICS AGENCY
Sysco Raleigh, Selma, North Carolina, has been awarded a maximum $281,250,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support. This contract was a competitive acquisition, and five offers were received. This is a two-year base contract, with one one-year option and one two-year option periods. Location of performance is North Carolina, with a July 16, 2016, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3030).
NAVY
Data Link Solutions, LLC, Cedar Rapids, Iowa, is being awarded a $124,326,550 modification under a previously awarded multiple award contract (N00039-10-D-0031) increasing the scope authorized to perform all of the necessary design and development work required to bring Tactical Targeting Network Technology (TTNT) capability to the Multifunctional Information Distribution System (MIDS) Joint Tactical Radio System (JTRS) terminal and to achieve a successful critical design review. MIDS JTRS is a pre-planned product improvement replacement, transforming the MIDS low volume terminal into a four-channel, software- communications architecture-compliant JTRS terminal, while maintaining current Link-16 and tactical air navigation capability. TTNT will significantly increase operational Link-16 networks’ capacities, improve network performance, and provide more capable and flexible Link-16 network designs for the warfighter. Work will be performed in Wayne, New Jersey (30 percent), and Cedar Rapids, Iowa (70 percent), and is expected to be completed by Aug. 19, 2017. Fiscal 2014 research, development, test and evaluation funds in the amount of $11,600,000 will be placed on contract and obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.
ViaSat, Inc., Carlsbad, California, is being awarded a $72,673,450 modification under a previously awarded multiple award contract (N00039-10-D-0032) increasing the scope authorized to perform all of the necessary design and development work required to bring tactical targeting network technology (TTNT) capability to the Multifunctional Information Distribution System (MIDS) Joint Tactical Radio System (JTRS) Terminal for a successful critical design review. MIDS JTRS is a pre-planned product improvement replacement that transforms the MIDS low volume terminal into a four-channel, software-communications architecture-compliant JTRS terminal, while maintaining current Link-16 and tactical air navigation capability. TTNT will significantly increase operational Link-16 networks’ capacities, improve network performance, and provide more capable and flexible Link-16 network designs for the warfighter. Work will be performed in Carlsbad, California, and is expected to be completed by Aug. 19, 2017. Fiscal 2014 research, development, test and evaluation funds in the amount of $11,600,000 will be placed on contract and obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.
Epsilon Systems Solutions Inc.,* San Diego, California, is being issued a $16,063,920 cost-plus-fixed-fee, cost-reimbursement contract to provide intermediate-level support to the Southwest Regional Maintenance Center in San Diego, California. The contract will provide professional and engineering support services, to include support to the product family departments in the areas of production operations, corrosion control, engines, machine, combat systems, production control, and offsite repair. This contract includes options which, if exercised, will bring the cumulative value of this contract to $84,979,741. Work will be performed in San Diego, California, and is expected to be completed by August 2019. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $16,063,920 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 the Federal Business Opportunities website, with two offers received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity (N55236-14-C-0014).
ARMY
Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $30,351,927 modification (P00072) to foreign military sales contract (Saudi Arabia) W58RGZ-12-C-0008 for 12 UH-60M Black Hawk helicopters for the Saudi Arabian National Guard. Fiscal 2014 other procurement (Army) funds in the amount of $30,351,927 were obligated at the time of the award. Estimated completion date is Aug. 31, 2017. Work will be performed in Jupiter, Florida, and Stratford, Connecticut. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
General Dynamics Ordnance Tactical Systems, Scranton, Pennsylvania, was awarded an $8,420,783 firm-fixed-price contract for 23,960 M1 high fragmentation artillery shells. Work will be performed in Scranton, Pennsylvania, with an estimated completion date of Dec. 31, 2014. One bid was solicited with one received. Fiscal 2013 other procurement funds (Army) in the amount of $8,420,783 are being obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-14-C-0051).

AIR FORCE
Lockheed Martin Information Systems & Global Services, Colorado Springs, Colorado, has been awarded a $24,191,749 modification (P00313) exercising an option to contract F19628-00-C-0019 to support critical mission operations for North American Aerospace Defense Command’s Cheyenne Mountain Complex/Integrated Tactical Warning/Attack Assessment (NCMC/ITWAA) in support of air, missile and space defense for the national command authority. This sustainment effort encompasses operations, maintenance and support to maintain mission integrity for the target system architecture systems at Cheyenne Mountain Air Force Station Colorado, the Alternate Mission Command Center, and forward user and sensor sites, as well as maintenance of legacy systems at the Peterson Air Force Base, Colorado; Test Development Facility, Space Training System and Joint Space Operations at Vandenberg Air Force Base, California; and the Integrated Space Command and Control Test and Integration Lab in Colorado Springs, Colorado. Also included is the 721st Cheyenne Mountain Communications Squadron (A-76) support. Work will be performed at Colorado Springs, Colorado, and Vandenberg Air Force Base, California, and is expected to be completed by Sept. 29, 2015. Fiscal 2014 operations and maintenance funds in the amount of $24,191,749 will be obligated at time of award. Air Force Life Cycle Management Center/HBQK, Peterson Air Force Base, Colorado, is the contracting activity.
Trailboss Enterprises, Inc.,* Anchorage, Alaska, has been awarded a $17,963,792 (two-month transition and base year) for forward operating location (FOL) base operation support services at FOL-Curacao. The contractor will be responsible for program management and mission support, including aircraft support equipment/servicing; maintenance and repair of all government furnished property and facilities while meeting environmental compliance requirements; civil engineering support for facility sustainment, restoration, and maintenance, fire protection, utilities, environmental, and operations; communications support of network infrastructure, wireless systems, transmissions, information, and planning; logistics support of vehicle operations, fuels, supply chain and traffic management; services support of lodging and custodial; and operations support; airfield management; airfield operations and management. Work will be performed at FOL-Curacao, and the base period is expected to be completed by Oct. 31, 2015. This award is the result of a competitive, small business set aside. The solicitation was posted on Federal Business Opportunities website and 10 offers were received. Fiscal 2015 operations and maintenance funds will fund the base year by subsequent modification released on or about Oct. 1, 2014. Headquarters Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-14-C-0012)
Jacobs Technology Inc., Bedford, Massachusetts, has been awarded a $11,514,275 cost-plus-fixed-fee and cost-reimbursable contract modification (P00006) for FA8721-14-C-0017 to provide engineering and technology acquisition support services which consists of disciplined systems/specialty engineering and technical/information assurance services, support, and products using established government, contractor, and industry processes. Work will be performed at Hanscom Air Force Base, Massachusetts; Lackland Air Force Base, Texas; Langley Air Force Base, Virginia; Peterson Air Force Base, Colorado; Randolph Air Force Base, Texas; Wright-Patterson Air Force Base, Ohio; and Gunter Annex, Alabama, and is expected to be completed by April 30, 2015. This award is the result of a sole source acquisition. Fiscal 2014 operations and maintenance, and research and development funding, including both Air Force and Department of Defense funds in the amount of $1,385,521 will be obligated at time of award. Air Force Life Cycle Management Center/PZM, Hanscom Air Force Base, Massachusetts, is the contracting activity.
NEXGEN Communications LLC, Dulles, Virginia, has been awarded an $8,432,040 cost-plus-fixed-fee completion contract for Miniaturized Receiver Transmitter (mRXTX) Prototype Modules. Contractor will develop and demonstrate a miniaturized Radio Frequency (RF) transmit/receive module to support Computational Leverage Against Surveillance Systems (CLASS) requirements. The CLASS program requires an integrated transmit and receive module capable of performing wideband self-filtering for frequency division duplexing with high dynamic range and efficiency, which this effort will provide. The scope of this effort encompasses the innovation, design, assembly and assessment of a miniaturized RF transmit/receive module. The fabrication of the receive module, and then the integration of transmit and receive modules, will be performed. Each module/assembly will be thoroughly tested and reported. Work will be performed at Palm Harbor, Florida, and is expected to be completed by Feb. 19, 2016. This award is the result of a competitive acquisition, and seven offers were received. Fiscal 2014 research, development, test and evaluation funds in the amount of $4,132,670 are being obligated at time of award. Air Force Research Laboratory/RIKD, Rome, New York, is the contracting activity (FA8750-14-C-0123).
*Small business
 

Search This Blog

Translate

White House.gov Press Office Feed