Showing posts with label DEFENSE LOGISTICS. Show all posts
Showing posts with label DEFENSE LOGISTICS. Show all posts

Monday, December 2, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR DECEMBER 12, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

ARMY

Raytheon Co., Fort Wayne, Ind., was awarded a $97,850,000 five year indefinite-delivery/indefinite-quantity contract for the design, building, integration, testing, and delivery of the Electronic Warfare Planning and Management Tool.  Funding and locations will be determined by each order.  Estimated completion date is Dec. 1, 2018.  Bids were solicited via the Internet with six received.  Army Contracting Command, Aberdeen, Md., is the contracting activity (W15P7T-14-D-C006).

Dutra Dredging Company, Calif. was awarded a $19,869,500 firm-fixed-price contract for dredging in the Thimble Shoal Federal Navigation Channel and the Cape Henry Federal Navigation Channel.  Fiscal 2014 other procurement funds in the amount of $8,231,200 were obligated at the time of the award.  Estimated completion date is Sept. 1, 2014.  Bids were solicited via the Internet with three received.  Work location is Newport News, Va.  Army Corps of Engineers, Norfolk, Va., is the contracting activity (W91236-14-C-0014).

AIR FORCE

The Boeing Co., Wichita, Kan., has been awarded a $75,679,707 firm-fixed-price modification (P00030) on an existing contract (FA8106-06-D-0001) for Product Service Integrator for the E-4B platform consisting of sustainment, programmed depot maintenance, modification, and related support.  Work will be performed at Wichita, Kan., and is expected to be completed by Nov. 30, 2014.  This award is the result of a sole-source acquisition.   Fiscal 2014 operations and maintenance funds in the amount of $24,502,089 are being obligated at time of award.  Air Force Life Cycle Management Center/WLKLC, Tinker Air Force Base, Okla., is the contracting activity.

Al Raha Group for Technical Services, Riyadh, Kingdom of Saudi Arabia, has been awarded a $45,000,000 (estimated) modification (P00003) on an existing firm-fixed-price/cost-reimbursable-no-fee contract (FA8505-12-D-0001) for foreign military sales Royal Saudi Air Force F-15 unclassified items, third party logistics, repair and return management services.  This modification adds six months period of performance to the basic contract.  Work will be performed at the contractor's facility in Warner Robins, Ga., Riyadh, Kingdom of Saudi Arabia, and multiple certified sources of repair located throughout the continental United States, and is expected to be completed by May 31, 2014.  This contract is 100 percent foreign military sales for Saudi Arabia.  Air Force Life Cycle Management Center/WWKA, Robins Air Force Base, Ga., is the contracting activity.

Phacil Inc., Arlington, Va., has been awarded a $10,965,757 primarily fixed-price incentive (firm target) modification exercising option 1 on the Modernization Eastern Range Network (MEN) task order (FA8806-14-F-0001) on the GSA Alliant Small Business Government wide Acquisition Contract.  This modification authorizes the effort required to design, procure, install, integrate, test, and deliver the Launch Sustainment System, Network Management System, and acquire initial operating spares.  Work will be performed at Patrick Air Force Base, Fla., and is expected to be completed by Sept. 30, 2017.  Fiscal 2012 other procurement funds in the amount of $10,965,757 are being obligated at time of award.  The Range and Network Division, Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity.

NAVY

CASS Holdings LLC*, Oklahoma City, Okla., is being awarded a $34,000,000 not-to-exceed, indefinite-delivery/indefinite-quantity contract to refurbish the F71, F72, F73, and F78 AM2 matting packages in support of the Expeditionary Airfield Program.  This contract includes end frames, stamping/markings, end sheets, and locking bars.  Work will be performed in Oklahoma City, Okla., and is expected to be completed in December 2018.  Fiscal 2014 operation and maintenance, Navy contract funds in the amount of $549,371 are being obligated on this award, all of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals as a 100 percent small business set-aside; one proposal was received.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-14-D-0008).

Austal USA LLC, Mobile, Ala., was awarded an $8,247,342 modification to previously awarded contract (N00024-11-C-2301) on Nov. 27, 2013, to exercise an option for littoral combat ship (LCS) core class services.  Austal USA LLC will assess engineering and production challenges as well as evaluate the cost and schedule risks from affordability efforts to reduce LCS acquisition and lifecycle costs.  Work will be performed in Mobile, Ala. (60 percent), and Pittsfield, Mass. (40 percent), and is expected to be complete by November 2014.  Fiscal 2013 shipbuilding and conversion, Navy funds in the amount of $8,247,342 were obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

C.R. Bard, Inc., Murray Hill, N.J., has been awarded a maximum $46,261,496 modification (P00007) exercising the second one-year option period on a one-year base contract (SPM2D0-11-D-0013) with seven one-year option periods for guaranteed access to inventory to ensure material availability and to provide medical/surgical surge, re-supply, and sustainment material.  This is a fixed-price with economic-price-adjustment, indefinite delivery/indefinite-quantity contract.  Location of performance is New Jersey with a Dec. 5, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2014 medical funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.


Lion Vallen LTD Partnership doing business as LVI, Dayton, Ohio, has been awarded a maximum $20,000,000 fixed-price with economic-price-adjustment contract for third party logistics support providing warehousing, distribution, and logistics support to fulfill clothing and textile requirements.  This contract is a competitive acquisition, and 10 offers were received.  Locations of performance are Ohio and Georgia with a Dec. 1, 2016 performance completion date.  This is a three-year base contract with four one-year option periods.  Using military services are Army and federal civilian agencies.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM1C1-14-C-0002).

DL Management Services Joint Venture, Clover, S.C., has been awarded a maximum $11,381,864 firm-fixed-price contract for procurement of alongside aircraft refueling services.  This contract is a competitive acquisition, and two offers were received.  Locations of performance are South Carolina and Maryland with a Dec. 31, 2018 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-C-5405).

TRANSPORTATION COMMAND

CORRECTION:  The contract announced Nov. 27, 2013 did not have dollar value associated with it.  The correct version is below.

AAR Airlift Group, Inc., Palm Bay, Fla., is being awarded a $22,665,042 indefinite delivery/indefinite quantity, fixed-price with economic price adjustment contract for dedicated fixed wing services in the Central Africa Region (Uganda, Central Africa Republic, the Democratic Republic of Congo, and South Sudan).  Performance is from Dec. 28, 2013 to Oct. 27, 2015.  Funds will be obligated on individual task orders and are Army operations and maintenance funds.  This contract was a competitive acquisition, and four proposals were received.  The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., (HTC711-14-D-R026).


*Small Business

Tuesday, November 12, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR NOVEMBER 12, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

NAVY

Maersk Line Ltd., Norfolk, Va., is being awarded a $73,677,038 firm-fixed-price contract for the time charter of one U.S.-flagged, twin-shaft vessel, which shall function as a maritime support vessel.  This contract includes four 12-month option periods, which, if exercised, would bring the cumulative value of this contract to $143,149,058.  Work will be performed at sea worldwide, and is expected to be completed November 2014.  If all options are exercised, work will continue through October 2018.  Working capital contract funds in the amount of $73,677,038 are obligated for fiscal 2014, and will not expire at the end of the current fiscal year.  This contract was competitively procured with over 200 proposals solicited via a solicitation posted to the Military Sealift Command and Federal Business Opportunities websites, with 13 offers received.  The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-14-C-2015).

General Dynamics Information Technology, Falls Church, Va., is being awarded a $49,999,999 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for approximately 600,000 hours of integrated logistics services in support of technical analysis and investigation of Foreign Military Sales Programs.  Work will be performed in Patuxent River, Md. (59 percent); Annandale, Va. (9 percent); Philadelphia, Pa. (7 percent); Jacksonville, Fla. (6 percent); Kuwait (6 percent); Australia (5 percent); Arlington, Va. (4 percent); Egypt (1 percent); Japan (1 percent); Malaysia (1 percent); and Taiwan (1 percent), and is expected to be completed in November  2014.  Funds are not being obligated at time of award.  Funds will be obligated on individual delivery orders as they are issued.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity (N00421-14-D-0002).

TRANSPORTATION COMMAND

Federal Express Charter Programs Team Arrangement, Memphis, Tenn., is being awarded an estimated $145,223,956 modification to previously awarded contract HTC711-13-D-CC02 for international airlift services.  Team members include: Air Transport International LLC, Little Rock, Ark.; Atlas Air, Inc., Purchase, N.Y.; Delta Air Lines, Inc., Atlanta, Ga.; Federal Express Corp.; Polar Air Cargo Worldwide, Inc., Purchase, N.Y.; and MN Airlines, LLC, doing business as Sun Country Airlines, Mendota Heights, Minn.  Work will be performed at worldwide locations, and is expected to be completed Sept. 30, 2014.  Fiscal 2014 Transportation Working Capital Funds are being obligated on individual task orders.  The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity.

National Air Cargo Group, Inc., doing business as National Airlines of Orlando, Fla., is being awarded an estimated $12,267,057 firm-fixed-price contract modification to increase the estimated contract value under previously awarded contract HTC711-13-D-CC08 for international airlift services.  Work will be performed at worldwide locations and is expected to be completed Sept. 30, 2014.  Fiscal 2014 Transportation Working Capital Funds are being obligated on individual task orders.  The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Northrop Grumman Systems Corp., Bethpage, N.Y., has been awarded a maximum $37,484,783 firm-fixed-price contract for procurement of weapons system outer wing panels.  This contract is a sole-source acquisition.  Location of performance is New York, with a Nov. 31, 2017 performance completion date.  This contract is a four-year base with no option-year periods.  Using military service is Navy.  Type of appropriation is fiscal 2014 Navy working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pa., (SPM4AX-12-D-9401-THA5).

Quality Fruit and Vegetable LLC*, El Paso, Texas, has been awarded a maximum $30,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh fruit and vegetable support.  This contract is a competitive acquisition, and two offers were received.  Location of performance is Texas with a May 17, 2015 performance completion date.  This contract is an 18-month base period with two 18-month option-year periods.  Using military services are Army and Department of Agriculture school customers.  Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE300-14-D-P231).

ARMY

BAE Systems - Land and Armaments LP, York, Pa., was awarded a $26,484,767 modification (P00001) to an existing fixed-price-incentive, option-included contract (W56HZV-14-C-0002) to exercise the option for Paladin Integrated Management low rate initial production technical data package and electronic technical manuals.  Work will be performed in York; Sterling Heights, Mich.; and Santa Clara, Calif.; with an estimated completion date of Oct. 31, 2016.  Fiscal 2014 procurement funds are being obligated on this award.  The Army Contracting Command, Warren, Mich., is the contracting activity.

AIR FORCE

A-YZ Corp., Winchester Mass., has been awarded a $7,166,660 cost-plus-fixed-fee contract to create the capability to perform inference on real-world problems with 100 times “bigger” models than previously known to be achievable.  “Bigger” models can translate into orders of magnitude, less training data required, less computation required for inference, and more accurate results.  The contractor will develop and deliver a software prototype that will offer inference performance equal to or greater than 1e6-1e9 Metropolis-Hastings Markov Chain Monte Carlo (MH MCMC) samples per second and approximately 1e2-1e5 greater inference performance than existing systems.  The innovations that will enable this capability are new forms of map-reduce based parallel inference on the cloud leveraging both a diversity of existing solvers as well as exploring the assimilation of certain core solvers into a more mathematically integrated and computationally efficient form.  Work will be performed at Winchester, Mass., and is expected to be complete by Aug. 30, 2017.  This award is the result of a competitive acquisition via an open Broad Agency Announcement, DARPA BAA No. 13-31; offers were solicited electronically, and 78 offers were received.  Fiscal 2013 research and development funds in the amount of $311,842 are being obligated at time of award.  Air Force Research Laboratory/RIKF, Rome N.Y., is the contracting activity (FA8750-14-C-0001).

Thursday, October 31, 2013

DEPARTMENT OF DEFENSE CONTRACTS FOR OCTOBER 31, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
DEFENSE LOGISTICS AGENCY

Atlantic Diving Supply Inc.*, Virginia Beach, Va., (SPM8EH-14-D-0001); W.S. Darley Inc.*, Itasca, Ill., (SPM8EH-14-D-0002); Unifire*, Spokane, Wash., (SPM8EH-14-D-0003); The Mallory Co.*, Longview, Wash., (SPM8EH-14-D-0004); Federal Resources*, Stevensville, Md., (SPM8EH-14-D-0005); and L.N. Curtis & Sons*, Oakland, Calif., (SPM8EH-14-D-0006) have been awarded a maximum $872,000,000 firm-fixed-price, tailored logistics support program contract for fire and emergency services equipment. This is a two-year base contract with three one-year option periods. This contract is a competitive acquisition, and eight offers were received. Locations of performance are Virginia, Illinois, Washington, Maryland, and California with an Oct. 30, 2015, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2014 defense capital revolving funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Valero Marketing and Supply Co., San Antonio, Texas, has been awarded a maximum $330,851,251 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity, foreign military sales contract for aviation turbine fuel. This is a one-year base contract plus a thirty-day carryover. This contract is a competitive acquisition, and four offers were received. Location of performance is Texas with a Nov. 30, 2014 performance completion date. Using military service is Israel. Type of appropriation is fiscal 2014 foreign military sales funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0452).

Petromax LLC*, Bay City, Texas, has been awarded a maximum $42,782,189 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for automotive gasoline. This a one-year base contract plus a thirty-day carryover. This contract is a competitive acquisition and four offers were received. Location of performance is Texas with a Nov. 30, 2014 performance completion date. Using military service is Israel. Type of appropriation is fiscal 2014 foreign military sales funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0451).

Chevron Americas Product, Houston, Texas, has been awarded a maximum $29,754,648 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This is a two-month base contract plus a thirty-day carryover. This contract is a competitive acquisition and twenty-seven offers were received. Locations of performance are Texas and Mississippi with a Dec. 31, 2013 performance completion date. Using military service is DLA Energy. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0450).

Pall Aeropower, New Port Richey, Fla., has been awarded a maximum $16,904,640 firm-fixed-price contract for particle separators. This contract is a sole source acquisition. Location of performance is Florida with an Oct. 31, 2017 performance completion date. Using military service is Army. Type of appropriation is fiscal 2013 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Ala. (SPRRA1-14-D-0003/0001).

X-Gen Pharmaceuticals*, Horseheads, N.Y., has been awarded a maximum $9,520,795 modification (P00024) exercising the fourth one-year option period on a one-year base contract (SPM2D0-09-D-0010) with seven one-year option periods for various pharmaceutical products. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is New York with a Nov. 2, 2014 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2013 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

ARMY

Xerox Corp., Lewisville, Texas; Canon USA Inc., Arlington, Va.; Cartridge Technologies Inc., Rockville, Md.; Ricoh USA Inc., Malvern, Pa.; Konica Minolta Business Solutions Inc., Vienna, Va.; Lexmark International Inc.; Lexington, Ky.; KST Data Inc.; Los Angeles, Calif., were awarded a $498,000,000 firm-fixed-price, multiple award task order contract to provide the Army with commercial-off-the-shelf multi-functional devices, and related services that will integrate, modernize and refresh the Army’s base architecture while providing standardized interfaces. Equipment under this program will be available for lease or purchase, and shall be compliant with current Army security standards. This acquisition includes accessories, associated consumable supplies, maintenance, and repair services. Work location and funding will be determined by each order. Bids were solicited via the Internet with seven received. Army Contracting Command, Fort Huachuca, Ariz., is the contracting activity (W9124A-14-D-0001-0006).

General Dynamics C4 Systems Inc., Taunton, Mass., was awarded a $475,000,000 cost-plus-incentive-fee contract for research and development requirements to support the Warfighter Information Network- Tactical Increment 3. Requirements include the fabrication, assembly, and coding of the configuration items necessary to complete the research and development phase for transition to the production and deployment phase. Support includes evolutionary product integration, testing, and evaluation. Work location and funding will be determined by each order. One offer was solicited and one bid received. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-14-D-0002).

Great Lakes Dredge & Dock Comapny LLC, Oak Brook, Ill., was awarded a maximum $30,700,221 firm-fixed-price contract for folly beach shore protection for dredging beach fill from borrow areas and placing material on the beach. Work will be performed at Folly Beach, S.C. Funding will be determined with each order. The bid was solicited through the Internet, with two bids received. Army Corps of Engineers, Charleston, S.C, is the contracting activity (W912HP-14-C-0002).

Honeywell International Inc., Tempe, Ariz., was awarded a $19,100,000 fixed-price with economic-price-adjustment contract for technical, engineering, logistical support services and 100 percent materials in support of the overhaul and repair of the T-55 family of engines at Corpus Christi Army Depot. Work will be performed in Corpus Christi, Texas. One bid was solicited and one received. Army Contracting Command Redstone Arsenal, Ala., is the contracting activity (W58RGZ-11-C-0039).

Medico Industries Inc., Wilkes-Barre, Pa., was awarded a maximum $19,100,000 fixed-price with economic-price-adjustment contract for Projectile Gun Unit (PGU)-45/B metal parts. Work location and funding will be determined by each order. Bids were solicited via the Internet with three received. Army Contracting Command, Rock Island Arsenal, Rock Island Ill., is the contracting activity (W52P1J-14-D-0007).

Secure Communication Systems Inc., Santa Ana, Calif., was awarded a $17,434,072 firm-fixed-price contract for integrated soldier power and data systems and defense advanced global positioning system adapters. Work location and funding will be determined by each order. Bids were solicited via the Internet with eight received. Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-14-D-0002).

MARSTEL-DAY LLC, Fredericksburg, Va., was awarded a maximum $10,000,000 firm-fixed-price contract for architect and engineering services for the Mobile District, U.S. Army Corps of Engineers to provide environmental, planning and encroachment management support to the U.S. Air Force, Office of the Civil Engineer Headquarters. Work location and funding will be determined by each order. Bids were solicited via the Internet with five received. Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-14-D-0002).

W. M. Schlosser Company Inc., Hyattsville, Md., was awarded a $8,933,000 firm-fixed-price contract for first high reservoir improvements, Washington Aqueduct Division, Washington D.C. Bids were solicited via the Internet with five received. Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-14-C-0002).

Navistar Defense, Lisle, Ill., was awarded a maximum $7,260,077 cost-plus-fixed-fee contract for program and logistics support management for the Mine Resistant Ambush Protected (MRAP) MaxxPro M1235A3 Dash with MaxxPro Survivability Upgrade (MSU). The contractor shall include MSU content as well as variation in vehicle content for both the objective gunner protection kit and Common Remotely Operated Weapon System. Work will be performed in Lisle, Ill. One bid was solicited and one received. Army Contracting Command (Tank and Automotive) Warren, Mich., is the contracting activity (W56HZV-10-C-0011).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $422,063,723 modification with cost-plus-incentive-fee line items to a previously awarded advance acquisition contract (N00019-12-C-0004) for recurring sustainment support for F-35 Lightning II Joint Strike Fighter aircraft. Sustainment support to be provided includes ground maintenance activities, action request resolution, depot activation activities, Automatic Logistics Information System operations and maintenance, reliability, maintainability, and health management implementation and support, supply chain management, and activities to provide and support pilot and maintainer initial training. Work will be performed in Ft. Worth, Texas (35 percent); El Segundo, Calif. (25 percent); Warton, United Kingdom (20 percent); Orlando, Fla. (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent), and is expected to be completed in October 2014. Fiscal 2012 operations and maintenance, Navy; fiscal 2013 operations and maintenance, Air Force; fiscal 2013 aircraft procurement, Navy; fiscal 2013 aircraft procurement, Air Force; and international partner funds in the amount of $369,304,921 are being obligated on this award, $22,055,168 of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($188,287,831; 44.6 percent), U.S. Marine Corps ($125,641,895; 29.7 percent), the U.S. Navy ($66,558,160; 15.8 percent); and the governments of the United Kingdom ($18,291,583; 4.3 percent); the Netherlands ($8,392,726; 2 percent); Australia ($4,856,254; 1.2 percent); Turkey ($2,975,016; .7 percent); Italy ($2,676,868; .6 percent); Canada ($1,933,807; .5 percent); Norway ($1,556,986; .4 percent); and Denmark ($892,597; .2 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Sauer Inc., Jacksonville, Fla., is being awarded $27,406,000 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract (N40085-09-D-5026) for the design and construction of an A School Barracks at Naval Air Station Oceana, Dam Neck Annex. The task order also contains three planned modifications, which if exercised would increase cumulative task order value to $31,910,953. Work will be performed in Virginia Beach, Va., and is expected to be completed by December 2015. Fiscal 2014 military construction, Navy contract funds in the amount of $27,406,000 are being obligated on this award and will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

I.E.-Pacific Inc.*, San Diego, Calif., is being awarded $12,612,000 for firm-fixed-price task order 0007 under a previously awarded multiple award construction contract (N62473-09-D-1657) for design and construction of a security operations complex and military working dog facility at Marine Corps Air Station Yuma. The task order also contains a planned modification and one unexercised option item, which if issued would increase the cumulative task order value to $12,797,000. Work will be performed in Yuma, Ariz., and is expected to be completed by July 2015. Fiscal 2013 military construction, Navy contract funds in the amount of $12,612,000 are being obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

AIR FORCE

The DynCorp International LLC, Fort Worth, Texas, has been awarded a $76,577,468 modification (P00016) on an existing firm-fixed-price contract (FA8617-12-C-6208) for contractor operated and maintained base supply (COMBS) non-personnell services for the Joint Primary Aircraft Training System T-6A/B Texan II aircraft. The contract modification exercises an option for fiscal 2014 COMBS services being procured under the basic contract. Work will be performed at Fort Worth, Texas, and is expected to be completed by Oct. 31, 2014. This is not a multiyear contract. Fiscal 2014 Air Force operations and maintenance funds and fiscal 2014 Navy operations and maintenance funds in the amount of $8,028,671 are being obligated at time of award. The Joint Primary Aircraft Training System, Air Force Life Cycle Management Center/WLZJC, Training Aircraft Division, Mobility Directorate, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Exelis Systems Corp., Patrick Air Force Base, Fla., has been awarded a $23,275,661 modification (P00900) on an existing cost-plus-award-fee contract (F04701-01-C-0001) for Launch and Test Range System support functions to the Eastern and Western Range: range sustainment, external user support, projects and engineering services, systems engineering and interim supply support spares for the sustainment period. This modification extends the basic contract with a maximum period of performance of three months. Work will be performed at Patrick Air Force Base, Fla., and will be completed by Jan. 31, 2014. Fiscal 2014 procurement, operations and maintenance ($21,369,330), research and development ($1,157,438) and other procurement funds ($748,893) in the amount of $23,275,661 are being obligated at time of award. Space and Missile Systems Center/PKL, Peterson Air Force Base, Colo., is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

United States Marine Inc., Gulfport, Miss., is being awarded a $15,827,132 indefinite-delivery/indefinite-quantity contract for post-production and contractor logistical support services for the combatant craft assault. The work will be performed in Gulfport, Miss., and is expected to be completed by November 2017. Fiscal 2012 procurement funds in the amount of $3,017,352 are being obligated at time of award. This award is the result of a sole source acquisition. U.S. Special Operations Command, Tampa, Fla., is the contracting activity (H92222-14-D-0001).

Search This Blog

Translate

White House.gov Press Office Feed