Showing posts with label MILITARY CONTRACTORS. Show all posts
Showing posts with label MILITARY CONTRACTORS. Show all posts

Sunday, July 5, 2015

ARMY SGT. PLEADS GUILTY FOR ROLE IN AFGHANISTAN BRIBERY CASE

FROM:  U.S. JUSTICE DEPARTMENT
Thursday, July 2, 2015

Army Sergeant Pleads Guilty to Conspiracy in Afghanistan Bribery Scheme
A Fort Campbell Army Sergeant pleaded guilty today to conspiracy to commit bribery in connection with contracting for supplies while serving in Afghanistan.

Assistant Attorney General Leslie R. Caldwell of the Justice Department’s Criminal Division, Acting U.S. Attorney John E. Kuhn Jr. of the Western District of Kentucky, Assistant Director in Charge Andrew G. McCabe of the FBI’s Washington Field Office, Special Inspector General for Afghanistan Reconstruction John F. Sopko, Director Frank Robey of the U.S. Army Criminal Investigation Command’s (CID) Major Procurement Fraud Unit, Acting Special Agent in Charge Paul Sternal of the Defense Criminal Investigative Service’s (DCIS) Mid-Atlantic Field Office and Brigadier General Keith M. Givens, Commander of the Air Force Office of Special Investigations (OSI) made the announcement.

Ramiro Pena Jr., 43, of Fort Campbell, Kentucky, pleaded guilty before U.S. District Judge Thomas B. Russell of the Western District of Kentucky to a one-count information charging him with conspiracy to commit bribery.  Pena’s sentencing hearing is scheduled for Oct. 15, 2015.

From January 2008 through September 2009, Pena worked as a U.S. Army Sergeant First Class at the Humanitarian Assistance (HA) Yard at Bagram Airfield in Afghanistan.  Pena and his supervisor, Army Master Sergeant Jimmy W. Dennis, were responsible for contracting with local vendors to purchase supplies necessary to support humanitarian relief in Afghanistan.  On behalf of the Army, between June 2008 and March 2009, Pena and Dennis entered into approximately 217 such contracts for approximately $30,760,255.

In connection with his guilty plea, Pena admitted that he received money and jewelry from the vendors – primarily through Dennis – in return for Pena and Dennis taking action favorable to the vendors in connection with the HA Yard contracts.  Specifically, Pena admitted that he received from the vendors, through Dennis, a Rolex watch in addition to $100,000 in bribe payments, which he received in approximately six installments.

Pena admitted that he sent some of the cash to his family in Kentucky, which he dispersed throughout numerous greeting cards to avoid drawing attention to the thickness of any particular envelope.  Pena also used the bribe money to pay his family’s personal expenses both in Afghanistan and in the U.S., and to purchase a Harley Davidson motorcycle.

In May 2014, Dennis pleaded guilty in the Western District of Tennessee to conspiracy to launder bribe payments.  In January 2015, Dennis was sentenced to serve 41 months in prison and was ordered to forfeit $115,000.

This case was investigated by the Special Inspector General for Afghanistan Reconstruction, the FBI, CID, DCIS and OSI.  This case is being prosecuted by Trial Attorney Daniel P. Butler of the Criminal Division’s Fraud Section and Assistant U.S. Attorney Nute A. Bonner of the Western District of Kentucky.

Saturday, March 7, 2015

2 FORMER CIVILIAN MILITARY EMPLOYEES AND A MILITARY CONTRACTOR CONVICTED IN BRIBERY SCHEME

FROM:  U.S. JUSTICE DEPARTMENT
Tuesday, March 3, 2015
Two Former Civilian Military Employees and One Military Contractor Convicted in Bribery Scheme at Georgia Military Base

Two former civilian employees at the Marine Corps Logistics Base (MCLB) in Albany, Georgia, and one military contractor were convicted by a federal jury today of bribery and fraud charges related to military trucking contracts, announced Assistant Attorney General Leslie R. Caldwell of the Justice Department’s Criminal Division and U.S. Attorney Michael J. Moore of the Middle District of Georgia.

Christopher Whitman, 48, co-owner of United Logistics, an Albany-based trucking company and freight transportation broker, was convicted of 43 counts of honest services wire fraud, five counts of bribery, five counts of obstructing justice and one count of theft of government property.  Shawn McCarty, 36, of Albany, Georgia, a former employee at the MCLB-Albany, was convicted of 15 counts of honest services wire fraud, one count of bribery and one count of obstructing justice.  Bradford Newell, 43, of Sylvester, Georgia, also a former employee at the MCLB-Albany, was convicted of 13 counts of honest services wire fraud, one count of bribery and one count of theft of government property.

According to evidence presented at trial, Whitman paid more than $800,000 in bribes to three former officials of the Defense Logistics Agency (DLA) at the MCLB-Albany, including the head of the DLA Traffic Office and McCarty, to obtain commercial trucking business from the base.  The transportation contracts were loaded with unnecessary premium-priced requirements, including expedited service, expensive trailers and exclusive use, which requires that freight be shipped separately from other equipment, even if that results in a truck not being filled to capacity.  As a result of these contracts, Whitman’s company grossed more than $37 million over less than four years.

The evidence further demonstrated that Whitman paid approximately $200,000 in bribes to the former inventory control manager of the Distribution Management Center at MCLB-Albany, Newell and others, who used their official positions to help Whitman steal more than $1 million in surplus equipment from the base, including bulldozers, cranes and front-end loaders.  In exchange for the bribes, Newell and the inventory control manager removed the surplus items from Marine Corps inventory and arranged to have them transported off the base by Whitman’s company.  Whitman then arranged to improve and paint the stolen equipment, and sell it to private purchasers.  

One former United Logistics employee, a business partner of Whitman’s, two former DLA officials and another MCLB official previously pleaded guilty for their roles in the fraud and corruption scheme.

The case was investigated by the Naval Criminal Investigative Service, with assistance from the Dougherty County District Attorney’s Office Economic Crime Unit, Defense Criminal Investigative Service, DLA Office of the Inspector General, and the Department of Labor Office of the Inspector General.  The case is being prosecuted by Deputy Chief J.P. Cooney and Trial Attorney Richard B. Evans of the Criminal Division’s Public Integrity Section and Assistant U.S. Attorney K. Alan Dasher of the Middle District of Georgia.  The associated forfeiture litigation is being handled by Assistant Deputy Chief Darrin McCullough of the Asset Forfeiture and Money Laundering Section and the Middle District of Georgia.



Tuesday, March 3, 2015
Three Florida Men and a Corporation Convicted for Running Illegal International Gambling Enterprise
A federal jury in Oklahoma City convicted three Florida men and a Florida corporation today for their participation in an illegal international gambling and money laundering enterprise, announced Assistant Attorney General Leslie R. Caldwell of the Justice Department’s Criminal Division and U.S. Attorney Sanford C. Coats of the Western District of Oklahoma.

“In the age of the internet, what used to be a crime conducted by bookies on street corners is now an international criminal enterprise,” said Assistant Attorney General Caldwell.  “Operating on-line but off-shore, the individuals convicted in this case raked in more than a billion dollars in illegal gambling proceeds.  But as these convictions demonstrate, no matter where or how organized criminals operate, the Criminal Division will bring them to justice.”

“This is a great result in this important case,” said U.S Attorney Coats.   “I applaud the tremendous, collaborative efforts of our law enforcement partners and the prosecution team.”

Paul Francis Tucker, 50, of Mount Dora, Florida, Luis Robles, 50, of St. Pete Beach, Florida, and Zapt Electrical Sales Inc., a corporation registered in Florida and owned by Tucker, were found guilty of engaging in a racketeering conspiracy, conducting an illegal gambling business and conspiracy to commit money laundering.  Christopher Lee Tanner, 58, of Sarasota, Florida, was found guilty of conducting an illegal gambling ring.  A sentencing date will be set by the court in approximately 90 days, and the hearing will take place before U.S. District Judge Stephen P. Friot of the Western District of Oklahoma.

According to evidence presented at trial, from 2003 to 2013, Tanner, Tucker, Robles and Zapt Electrical Sales conspired with others to operate internet and telephone gambling services from Panama City, Panama through an enterprise known as Legendz Sports.  The international gambling enterprise took more than $1 billon in illegal wagers, almost exclusively from gamblers in the United States on American sporting events.

The evidence demonstrated that Tanner and Tucker worked as bookies in Florida, and illegally solicited and accepted sports wagers and settled gambling debts.  Tucker also used Zapt Electrical Sales and its bank account to launder gambling proceeds collected from losing bettors.  

The evidence showed that Robles worked as a runner for the enterprise, delivering cash to Legendz Sports bookies to make payouts and picking up cash profits from the bookies.  According to the evidence at trial, bookies and runners for Legendz Sports transported millions of dollars of gambling proceeds in cash and checks from the United States to Panama.  The checks were made out to various shell companies created by Legendz Sports all over Central America to launder gambling proceeds.

The case was investigated by the FBI and Internal Revenue Service-Criminal Investigation, with the assistance of U.S. Immigration and Customs Enforcement’s Homeland Security Investigations and the U.S. Marshals Service.  The case is being prosecuted by Trial Attorney John S. Han of the Criminal Division’s Organized Crime and Gang Section and Assistant U.S. Attorneys Susan Dickerson Cox and Travis D. Smith of the Western District of Oklahoma.

Friday, January 31, 2014

UTAH MAN PLEADS GUILTY IN GOVERNMENT PROCUREMENT BRIBERY CASE

FROM:  JUSTICE DEPARTMENT DEFENSE DEPARTMENT 
Wednesday, January 29, 2014
Department of Defense Procurement Official Sentenced for His Role in Contract Bribery Scheme

A Utah man was sentenced to serve 24 months in prison for his role in a bribery and fraud scheme involving federal procurement contracts, announced Acting Assistant Attorney General Mythili Raman of the Justice Department’s Criminal Division and U.S. Attorney David B. Barlow of the District of Utah.

On Oct. 24, 2011, Jose Mendez, 50, of Farr West, Utah, pleaded guilty to conspiracy to commit bribery and procurement fraud, bribery, and procurement fraud.  Mendez was charged in an October 2011 indictment, along with Sylvester Zugrav, 71, and Maria Zugrav, 67, owners of Atlas International Trading Company in Sarasota, Fla.  The Zugravs were sentenced on Jan. 8, 2014.

According to court documents, while Mendez worked as a procurement program manager for the U.S. Air Force at Hill Air Force Base in Ogden, Utah, he conspired to enrich himself and others by exchanging money and other things of value for non-public information and favorable treatment in the procurement process.  Court records state that Mendez was offered approximately $1,240,500 in payments and other things of value throughout the course of the conspiracy.  Mendez admitted that from approximately 2008 to August 2011, he received more than $185,000 in payments and other things of value, with promises of additional bribe payments if Atlas were to receive future contracts from the U.S. government.

In return for the bribes offered and paid, Mendez admitted he gave Atlas and the Zugravs favorable treatment during the procurement process, including disclosing government budget and competitor bid information, which helped Atlas and the Zugravs in winning contracts.

The case was investigated by the FBI and the Air Force Office of Special Investigations. The case was prosecuted by Trial Attorneys Marquest J. Meeks and Edward P. Sullivan of the Criminal Division’s Public Integrity Section and Assistant U.S. Attorney Carlos A. Esqueda of the District of Utah.

Friday, December 13, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR DECEMBER 13, 2013

FROM:  U.S. DEFENSE DEPARTMENT 

NAVY

Lockheed Martin Corp., Mission Systems and Training, Manassas, Va., is being awarded a $124,531,317 modification to a previously awarded contract (N00024-11-C-6294) for the development and production of the acoustic rapid commercial-off-the-shelf insertion (A-RCI) and common acoustics processing for Technology Insertion 12 (TI12) through Technology Insertion 14 (TI14) for the U.S. submarine fleet.  A-RCI is a sonar system that integrates and improves towed array, hull array, sphere array, and other ship sensor processing, through rapid insertion of commercial off-the-shelf based hardware and software.  Work will be performed in Manassas, Va., (60 percent) and Clearwater, Fla., (40 percent) and is expected to be completed by December 2014.  Fiscal 2013 and 2014 research, development, test and evaluation funds; fiscal 2009, 2010, 2011 and 2012 shipbuilding and conversion, Navy funds and fiscal 2014 other procurement, Navy funding in the amount of $20,573,237 will be obligated at the time of the award.  Contract funds in the amount of $8,385,273 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

General Dynamics Advanced Information Systems, Inc., Pittsfield, Mass., is being awarded a $115,049,349 cost-plus-incentive-fee, cost-plus-fixed-fee, and fixed-price-incentive contract for engineering, development, and production efforts necessary to support to United States and United Kingdom Trident II Strategic Weapons Systems, SSBN Fire Control Subsystem (FCS) and support to SSGN Attack Weapons Control Subsystem, and continued engineering and trade studies on US SSBN replacement and UK SSBN successor common missile compartment.  These efforts include technical engineering and support, including performance evaluation, logistics, fleet documentation, and reliability maintenance engineering services for the deployed US and UK SSBN fleets; US SSBN replacement and UK SSBN successor FCS development, production, integration, planning, and installation; SSP alteration (SPALT) kits (hardware, software, and fleet documentation) for the US and UK; planning, management, and field engineering services for the Trident-II SWS; FCS engineered refueling overhauls; planning, management, and field engineering services for attack weapons control system major modernization periods and voyage repair periods; long-term supportability and sustainment efforts aimed at implementation of new technology within the subsystem as required to offset obsolescence and avoid cost growth; and training hardware, software, curricula, and technical engineering support including support to equipment repair and SPALTs.  The maximum dollar value, including the base period and one option year, is $217,685,976.  Work will be performed in Pittsfield, Mass., and work is expected to be completed March 31, 2016.  Fiscal 2013 and 2014 other procurement, Navy contract funds in the amounts of  $8,211,247 and $12,343,418 respectively; fiscal 2014 operations and maintenance, Navy contract funds in the amount of $8,942,052; fiscal 2012, 2013, and 2014 UK contract funds in the amounts of $760,000, $1,298,432, and $7,653,569 respectively; fiscal 2014 research, development, test and evaluation contract funds in the amount of $2,795,309; and fiscal 2014 weapons procurement, Navy contract funds in the amount of $1,251,739 are being obligated at time of award.  Contract funds in the amount of $28,975,275 will expire at the end of the current fiscal year.  This contract was a sole source acquisition in accordance with 10 U.S.C. 2304(c)(1).  Strategic Systems Programs, Washington, D.C., is the contracting activity.  (N00030-14-C-0005)

Lockheed Martin Mission Systems & Training, Liverpool, N.Y., is being awarded a $24,462,051 fixed-price incentive, firm-fixed-price, and cost-plus-fixed-fee contract for the production and support of AN/BQS-25 low-cost conformal arrays (LCCA).  The AN/BQS-25 LCCA is a passive planar array mounted on the aft submarine sail structure that is integrated with the Acoustic Rapid commercial-off-the-shelf insertion AN/BQQ-10 system to provide situational awareness and collision avoidance for improved tactical control in high density environments.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $92,476,516.  Work will be performed in Syracuse, N.Y. (90 percent), Akron, Ohio (7 percent), and Marion, Mass. (3 percent), and is expected to complete by March 2015.  Fiscal 2013 other procurement, Navy funds in the amount of $3,846,509 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 two offers received.  The Naval Sea Systems Command, Washington D.C., is the contracting activity (N00024-14-C-6227).  

Science Applications International Corp., McLean, Va., is being awarded a $14,425,908 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-11-D-0030) to exercise an option for technical and engineering services in support of the Naval Air Systems Command's Air Vehicle Engineering Department and the Manned Flight Simulator/Air Combat Environment Test and Evaluation Facilities.  Services to be provided support the development and utilization of advanced air vehicle technology for evaluating air vehicle flying qualities and controllability, developing simulation software, and building prototype simulations.  Work will be performed in Patuxent River, Md., and is expected to be completed in December 2014.  Funds will not be obligated at time of award; funds will be obligated on individual orders as they are issued.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded an $11,764,551 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N68936-11-D-0028) to provide additional engineering, technical and programmatic support services for development of products within the Airborne Electronic Attack Integrated Product Team; to include, EA-6B operational flight software, EA-6B unique planning component and EA-18G operational flight software.  Work will be performed in Pt. Mugu, Calif. (80 percent); and Baltimore, Md. (20 percent); and is expected to be completed by July 2014.  No funds will be obligated at time of award; funds will be obligated on individual orders as they are issued.  The Naval Air Warfare Center Weapons Division, Pt. Mugu, Calif., is the contracting activity.

Southeast Aerospace, Melbourne, Fla., is being awarded a $7,350,121 modification (P00004) to a previously awarded contract (N68836-13-D-0004) to exercise option one to extend the term of the contract to provide additional quantity of 23 additional parts kits, and miscellaneous components for the Avionics System Upgrade of the T-44 aircraft.  With the exercise of this option, the total contract value will be $16,568.406.  Work will be performed at Melbourne Fla., and is expected to be completed by Jan. 24, 2015.  No funds are being obligated at the time of award and will not expire before the end of the current fiscal year.  Funds will be obligated on individual task orders issued against the contract.  This contract was competitively procured via Navy Electronic Commerce Online website, with five offers received in response to the solicitation.  Naval Supply Systems Fleet Logistics Center, Jacksonville, Fla., is the contracting activity.

ARMY

General Atomics Aeronautical, Poway, Calif., was awarded an $110,453,269 cost-plus-fixed-fee contract for continuing logistic services to the Warrior unmanned aircraft system.  Fiscal 2014 operations and maintenance, Army funds in the amount of $8,000,000 were obligated at the time of the award.  Estimated completion date is Dec.15, 2015.  One bid was solicited with one received.  Work will be performed in Afghanistan and Poway, Calif.  Army Contracting Command, Redstone Arsenal (Aviation), Ala., is the contracting activity (W58RGZ-14-C-0008).

Lockheed Martin Corp., Orlando, Fla., was awarded a $92,915,233 contract modification (P00015) to contract W58RGZ-12-C-0009 to exercise option year two of the Apache attack helicopter performance based logistics program to modernize target designation sight/pilot's night vision sensor equipment.  Fiscal 2014 other procurement funds in the amount of $92,915,233 were obligated at the time of the award.  Estimated completion date is Dec. 31, 2014.  Work will be performed in Orlando, Fla.  Army Contracting Command, Redstone Arsenal (Aviation), Ala., is the contracting activity.

Northrop Grumman Systems Corp., Linthicum Heights, Md., was awarded a $65,288,028 contract modification (P00037) to contract W15P7T-11-C-H267 for continued operations and sustainment of the vehicle and dismount exploitation radar (VADER) currently deployed in theater.  Fiscal 2014 operations and maintenance, Army funds in the amount of $24,861,376 were obligated at the time of the award.  Estimated completion date is Dec. 31, 2014.  Work will be performed at Linthicum Heights, Md., Hagerstown, Md., and Afghanistan.  Army Contracting Command, Redstone Arsenal (Aviation), Ala., is the contracting activity.

Encompass Digital Media Inc, Atlanta, Ga., was awarded a $10,915,918 firm-fixed-price contract for a Defense Video and Imagery Distribution System (DVIDS) operations hub.  The hub will transmit and receive broadcast-quality high definition/standard definition video, two-way data, stories, stills, audio and data from DVIDS worldwide satellite transmitters (SATCOM).  It will maintain up and downlink service to all government portable SATCOM terminals accessing the DVIDS integrated network.  Fiscal 2014 operations and maintenance, Army funds in the amount of $4,200,000 were obligated at the time of the award.  Estimated completion date is Dec. 15, 2016.  Bids were solicited via the Internet with one received.  Work will be performed in Atlanta, Ga.  Army Contracting Command, Rock Island Arsenal; Ill., is the contracting activity (W52P1J-14-C-0014).

AIR FORCE

Boeing Boeing Co., Seal Beach, Calif., has been awarded a $59,617,404 modification (P00024) on an existing firm-fixed-price contract (FA8807-13-C-0001) for on-orbit support, factory reach-back, maintenance, and storage.  This contract provides for exercise of options for additional launch and on-orbit support for GPS IIF space vehicles.  Work will be performed at El Segundo, Calif., Colorado Springs, Colo., and Cape Canaveral, Fla., and is expected to be completed by Dec. 31, 2014.  Fiscal 2012, 2013 and 2014 missile procurement funds in the amount of $56,867,404 are being obligated at time of award.  The Air Force Space and Missile Systems Center Contracting Directorate, Los Angeles Air Force Base, Calif., is the contracting activity.

J. Torres Company Inc., Bakersfield, Calif., has been awarded a $7,396,934, firm-fixed-price contract for integrated solid waste services at Edwards Air Force Base, Calif., to include municipal solid waste, recycling, and landfill services.  The location of performance is Edwards AFB, Calif.  The work is expected to be complete by Dec. 31, 2018.  Fiscal 2014 operations and maintenance in the amount of $129,501 are being obligated at time of award.  This award is the result of a competitive acquisition with numerous offers solicited, and three offers received.  Air Force Test Center, Aerospace Systems Support Branch, Edwards AFB, Calif., is the contracting activity (FA9301-14-D-0006).

Raytheon Co., Integrated Defense Systems, Sudbury, Mass., has been awarded a $6,896,385 modification (P0005) on an existing cost-plus-fixed-fee, firm-fixed-price, cost-reimbursement contract (FA8730-13-C-0003) for the Taiwan Surveillance Radar program follow-on support string upgrade engineering change proposal.  The contract modification provides a continental United States sustainment string upgrade that creates a controlled site-like testing environment for build deployment and system troubleshooting at the CONUS development facility.  Work will be performed at Sudbury, Mass., and is expected to be completed by Nov. 8, 2017.  This contract involves foreign military sales to Taiwan.  Air Force Life Cycle Management Center/HBNA, Hanscom Air Force Base, Mass., is the contracting activity.

DEFENSE LOGISTICS AGENCY

O.C. Lugo Co., Inc.*, New York, N.Y., has been awarded a maximum $15,300,000 modification (P00105) exercising the first one-year option period on a two-year base contract (SPM8EF-129-D-0002) with three one-year option periods for chlorate candles and igniters.  This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is New York with a March 13, 2015 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 Troop Support, Philadelphia, Pa.

Thomas Scientific Inc.*, Swedesboro, N.J., has been awarded a maximum $9,600,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for laboratory supplies and wares.  This contract is a competitive acquisition, and four offers were received.  Location of performance is New Jersey with a Jan. 1, 2015 performance completion date.  This contract is a one-year base with four one-year option periods.  Using services are Army, Navy, Air Force, Marine Corps, 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., (SPM2DE-14-D-7349).

Thursday, December 12, 2013

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

NAVY

The Boeing Co., St. Louis, Mo., is being awarded an indefinite-delivery/indefinite-quantity contract with an estimated ceiling-price of $872,766,714 for system upgrades for F/A-18 A/B, C/D, E/F and EA-18G aircraft for the U.S. Navy and the governments of Australia, Finland, Switzerland, Kuwait, Malaysia, and Canada.  This contract provides for deliverables and services based on System Configuration Set life cycle phases for the aircraft.  Work will be performed in St. Louis, Mo. (95 percent) and China Lake, Calif. (5 percent), and is expected to be completed in December 2018.  Fiscal 2014 research, development, test and evaluation, Navy contract funds in the amount of $100,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to the FAR 6.302-1.  This contract combines purchases for the U.S. Navy ($802,945,377; 92 percent) and the governments of Australia ($29,674,068; 3
40 percent); Finland ($21,819,168; 2.50 percent); Switzerland ($6,982,134; .80 percent); Kuwait ($4,363,834; .50 percent); Malaysia ($4,363,833; .50 percent); and Canada ($2,618,300; .30 percent).  The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-14-D-0008).

Northrop Grumman Systems Corp., Sunnyvale, Calif., was awarded an $112,926,348 firm-fixed-price, cost-plus-incentive-fee, cost-plus-fixed-fee contract, for Trident II (D5) Underwater Launcher System and Advanced Launcher Development Program Support.  This contract provides for ongoing support for the TRIDENT II (D-5) deployed SSBN and the SSGN underwater launcher subsystem, Engineering Refueling Overhaul shipyard support, spares procurement, United States (U.S.) and United Kingdom (U.K.) launcher trainer support, Vertical Support Group E-mount and shim procurement, Nuclear Weapons Safety and Security Review, TRIDENT II (D-5) missile hoist overhaul, underwater launch technology support, U.S. and U.K. SSP Alterations and non-compliance report projects, gas generator refurbishment and case hardware production.  It provides specialized technical support of TRIDENT II (D-5) missile tube closure production, technical engineering services, and tactical hardware production efforts for the New Strategic Arms Reduction Treaty.  It provides technical engineering services to support the Advanced Launcher Development Program and the Common Missile Compartment Concept Development and Prototyping effort for the U.S. and U.K.  The contractor shall be required to assess and analyze technologies and concepts to support the selection of a preferred system concept, which includes the identification of critical cost and risk impacts as a result of immature launcher technologies and/or immature requirements.  The result of the effort will then advance and support the conduct of the technology development effort to support developing cost-effective launcher subsystem architecture for the Ohio-class Replacement Program.  Work will be performed at Sunnyvale, Calif. (78 percent), Kings Bay, Ga. (7 percent), Bangor, Wash. (6 percent), St. Charles, Mo. (5 percent), Gardena, Calif. (2 percent), Camarillo, Calif. (1 percent), and Los Angeles, Calif. (1 percent), with an expected completion date of Sept. 30, 2018.  The maximum dollar value, including the base period and one option year, is $220,288,791.  Fiscal year 2014 operations and maintenance, Navy contract funds in the amount of $38,527,166; fiscal 2014 research, development, test and evaluation contract funds in the amount of $31,762,778; fiscal 2014 other procurement, Navy contract funds in the amount of $31,102,315; and fiscal 2014 United Kingdom contract funds in the amount of $11,534,089.  Contract funds in the amount of $38,527,166 will expire at the end of the fiscal year.  This contract was a sole source acquisition in accordance with 10 U.S.C. 2304(c)(1).  Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-14-C-0011).  (Awarded Dec. 11, 2013).

Science Applications International Corp., McLean, Va., is being awarded a $10,037,074 modification to a previously awarded time-and-materials contract to exercise a one-year option for marine mammal systems support services providing care and training of the Navy's marine mammals.  Work will be performed in San Diego, Calif. (70 percent), Kings Bay, Ga. (17 percent), and Bangor, Wash. (13 percent), and work is expected to be completed Dec. 31, 2014.  Fiscal 2013 Navy working capital funds in the amount of $5,018,537 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.  This contract was competitively procured via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with one offer received.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-10-C-0070).

Simmonds Precision Products operating as Goodrich Corp., Sensors and Integrated Systems, Vergennes, Vt., is being awarded a $7,945,029 modification on a previously awarded firm-fixed-price contract (N00019-12-C-2015) to exercise an option for 8 MH-60S integrated mechanical diagnostic systems (IMDS) production A1 kits, 27 IMDS integrated vehicle health ,management units and data transfer units, 17 MH-60S IMDS retrofit kits, 19 MH-60R IMDS Troy kits, and 19 MH-60R IMDS production A1 kits.  Work will be performed in Vergennes, Vt., and is expected to be completed in December 2015.  Fiscal 2014 aircraft procurement, Navy funds in the amount of $7,945,029 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

AIR FORCE

Lockheed Martin Corp, Newton, Pa., has been awarded a $200,700,415 cost-plus-incentive-fee modification (P00276) on an existing contract (FA8807-08-C-0010) for GPS III space vehicles 05 and 06.  Work will be performed at Littleton. Colo., and Clifton, N.J., and is expected to be completed by Dec. 14, 2017 for space vehicle 05 and June 14, 2018 for space vehicle 06.  Fiscal 2013 missile procurement funds in the amount of $200,700,415 are being obligated at time of award.  The Air Force Space and Missile Systems Center Contracting Directorate, Los Angeles Air Force Base, Calif., is the contracting activity.

U.S. TRANSPORTATION COMMAND

Textainer Equipment Management (U.S.) Ltd., San Francisco, Calif., is being awarded a $15,952,358 indefinite-delivery-requirements-type, fixed-price with economic-price-adjustment contract for the program management, leasing, transportation and repair of intermodal equipment.  Work will be performed at multiple locations both within and outside of the United States, with an expected completion date of Sept. 30, 2017.  Program management and transition of operations are funded by fiscal 2014 transportation working capital funds and individual leasing task orders will be funded by each individual Department of Defense requiring activity at the time the order is placed.  The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity (HTC711-14-D-R027).

ARMY

Exelis Systems Corp., FKI ITT Systems, Colorado Springs, Colo., was awarded an $11,538,204 contract modification (FR0112) to contract W911SE-07-D-0006 to exercise the option for logistic support center base operations support services, Fort Rucker, Ala.  Fiscal 2014 operations and maintenance, Army funds in the amount of $9,713,703 were obligated at the time of the award.  Estimated completion date is Dec. 16, 2014.  Sixteen bids were solicited with four received. Work will be performed at Fort Rucker, Ala.  Army Contracting Command, Fort Rucker, Ala., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Carestream Health, Inc., Rochester, N.Y., has been awarded a maximum $70,228,104 modification (P00101) exercising the fifth one-year option period on a one-year base contract (SPM2D1-09-D-8308) with seven one-year option periods for radiology systems, subsystems, and components.  This is a fixed-price with economic-price-adjustment contract.  Location of performance is New York with a Dec. 15, 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 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

DEFENSE INFORMATION SYSTEMS AGENCY

MCI Communications Services Inc., doing business as Verizon Business Services, Ashburn, Va., was awarded an $11,071,650 sole-source modification (P00066) to firm-fixed-price, indefinite delivery/indefinite quantity contract DCA200-02-D-5003 for Defense Research and Engineering Network II telecommunication services in support of the High Performance Computing Modernization program office.  This action adds a second six-month option that runs from Dec. 19, 2013 to June 18, 2014.  Performance will be at various sites geographically dispersed across the continental United States, as well as locations outside the U.S.  The Defense Information Technology Contracting Office, Scott Air Force Base, Ill., is the contracting activity.  (Awarded Dec. 11, 2013).

Wednesday, December 11, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR DECEMBER 11,2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

DEFENSE LOGISTICS AGENCY

Equilon Enterprises doing business as Shell Oil Products, Houston, Texas, has been awarded a maximum $1,359,019,230 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Location of performance is Texas with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency 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-0463).

ExxonMobil Fuels Marketing Co., Fairfax, Va., has been awarded a maximum $872,570,007 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Locations of performance are Virginia, Texas, and Louisiana with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency 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-0480).

Valero Marketing and Supply Co., San Antonio, Texas, has been awarded a maximum $769,729,995 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Location of performance is Texas with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency 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-0474).

Placid Refining Company LLC*, Port Allen, La., has been awarded a maximum $320,296,759 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Location of performance is Louisiana with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency 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-0477).

Phillips 66 Co., Bartlesville, Okla., has been awarded a maximum $292,016,625 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Locations of performance are Oklahoma and Colorado with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal year 2014 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-0465).

Equilon Enterprises doing business as Shell Oil Products, Houston, Texas, has been awarded a maximum $281,774,306 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Locations of performance are Texas and Alabama with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency 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-0464).

Husky Marketing and Supply Co., Dublin, Ohio, has been awarded a maximum $194,906,385 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Location of performance is Ohio with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency 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-0479).

Calumet Shreveport Fuels LLC, Indianapolis, Ind., has been awarded a maximum $189,694,644 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Locations of performance are Indiana and Louisiana with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency 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-0476).

Wynnewood Energy Co., Oklahoma City, Okla., has been awarded a maximum $179,238,610 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Location of performance is Oklahoma with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency 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-0469).

Alon USA LP., Dallas, Texas, has been awarded a maximum $159,634,730 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Location of performance is Texas with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency 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-0471).

Petromax LLC.*, Pasadena, Texas, has been awarded a maximum $154,116,245 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Location of performance is Texas with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency 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-0475).

Tesoro Refining & Marketing Co., San Antonio, Texas, has been awarded a maximum $89,568,843 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Locations of performance are Texas, North Dakota, and Minnesota with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency 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-0470).

Hunt Refining Co., Tuscaloosa, Ala., has been awarded a maximum $65,314,925 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Location of performance is Alabama with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency 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-0468).

Wyoming Refining Company, Rapid City, S.D., has been awarded a maximum $59,814,800 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Locations of performance are South Dakota and Wyoming with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency 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-0481).

Irving Oil Terminals, Portsmouth, N.H., has been awarded a maximum $42,164,940 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Locations of performance are New Hampshire and Maine with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency 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-0467).

Janssen Pharmaceuticals Inc.*, Titusville, N.J., has been awarded a maximum $41,402,283 modification (P00008) exercising the second one-year option period on a one-year base contract (SPM2D0-127-D-0001) 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 Jersey with a Dec. 15, 2014 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2014 warstopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Epic Aviation LLC*, Salem, Ore., has been awarded a maximum $9,011,683 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel.  This contract is a competitive acquisition, and 26 offers were received.  Locations of performance are Oregon and Minnesota with an April 30, 2015 performance completion date.  This contract has a delivery period of 14 months with a 30-day carryover.  Using service is Defense Logistics Agency 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-0473).

NAVY

Interstate Electronics Corp., Anaheim, Calif., was awarded a $47,401,675 cost-plus-incentive fee, cost-plus-fixed-fee, level of effort, completion type contract for specialized technical support for flight test instrumentation systems in support of Trident II flight tests.  This contract provides for, but is not limited to, engineering services for flight test mission support requirements for strategic systems programs, to include flight test operations and data acquisition, operations and maintenance, systems engineering, post-mission processing and analysis, instrumentation refreshes, and strategic weapons system training program support.  Work will be performed in Anaheim, Calif. (55.5 percent); Cape Canaveral, Fla. (25 percent); Newark, Calif. (3.2 percent); Bremerton, Wash. (3 percent); Kings Bay, Ga. (3 percent); Norfolk, Va. (3 percent); Washington, D.C. (3 percent); Silverdale, Wash. (2 percent); Austin, Texas (1.3 percent); San Jose, Calif. (less than 1 percent); Huntsville, Ala. (less than 1 percent); Sunnyvale, Calif. (less than 1 percent); and El Segundo, Calif. (less than 1 percent); with an expected completion date of Sept. 30, 2016.  The maximum dollar value, including the base period and two option years, is $177,254,512.  Fiscal 2012 weapons procurement, Air Force contract funds in the amount of $292,528; fiscal 2013 weapons procurement, Navy contract funds in the amount of $1,465,757; fiscal 2014 weapons procurement, Navy contract funds in the amount of $1,982,000; fiscal 2013 other procurement, Navy contract funds in the amount of $1,015,335; fiscal 2014 other procurement, Navy contract funds in the amount of $3,212,000;  fiscal 2014 research, development, test & evaluation, Navy contract funds in the amount of $802,415; Fiscal year 2014 operations and maintenance, Navy contract funds in the amount of $13,216,055; and United Kingdom contract funds in the amount of $2,624,809.  Contract funds in the amount of $292,528 will expire at the end of the current fiscal year.  This contract was a sole-source acquisition pursuant to 10 U.S.C. 2304(c) (5).  The Department of the Navy, Strategic Systems Programs Office, Washington, D.C., is the contracting activity (N00030-14-C-0006).  (Awarded Dec. 9, 2013)

EMCOR Government Services, Inc., Arlington, Va., is being awarded a $30,755,772 modification under a previously awarded firm-fixed-price, indefinite-delivery indefinite-quantity contract to exercise option three for regional base operating support services at Naval Support Activity Washington, Naval Support Activity Bethesda, Naval Support Activity South Potomac, and Quantico Marine Corp Base.  The National Capitol Region Base Operating Support Services including, but not limited to, repair and maintenance of property, facilities, and assets.  The total contract amount after exercise of this option will be $198,088,060.  Work will be performed in the Washington Navy Yard, Washington, D.C. (40 percent); Bethesda, Md. (40 percent); Anacostia, Washington, D.C. (eight percent); Arlington, Va. (six percent); Quantico, Va. (five percent); and Dahlgren, Va. (one percent), and work is expected to be completed December 2014.  Fiscal 2014 operations and maintenance, Navy; fiscal 2014 working capital funds, Defense; fiscal 2014 health program, Defense; fiscal 2014 operations and maintenance, Marine Corps; fiscal 2014 operations and maintenance, Defense contract funds in the amount of $23,586,019 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-07-D-0374).

AIR FORCE

EDO Corp., Defense Systems Division, Amityville, N.Y., has been awarded an estimated $10,206,061 indefinite-delivery/indefinite-quantity requirements contract for depot level repair efforts of ALQ-161 radio frequency surveillance/electronic countermeasure (RFS/ECM) system components.  Contractor will acquire depot level repair on a combination of line replaceable and shop replaceable units consisting of 235 national stock numbers in support of ALQ-161A RFS/ECM used on the B-1 aircraft.  Work will be performed at Amityville, N.Y., and is expected to be complete by Dec. 5, 2014.  This award is the result of a sole-source acquisition.  No fiscal 2012 consolidated sustainment activity group supply division funds from working capital funds will be obligated at time of award.  Air Force Sustainment Center/PZABB, Robins Air Force Base, Ga., is the contracting activity.  (FA8522-14-D-0002)

Northrop Grumman Technical Services Inc., Hill Air Force Base, Utah, has been awarded a $7,697,898 modification (P03927) for an existing contract (F42610-98-C-0001) for the Intercontinental Ballistic Missile Remote Visual Assessment (RVA) Wing III Retrofit program.  The contract modification is to provide interim contractor support (ICS) maintenance.  This will include all ICS support at the missile alert facility such as Launch Control Center RVA feeds, closed circuit television system, flight security controller functions and all supporting equipment.  This will include all ICS support at the Launch Facility and all supporting equipment.  Work will be performed at Malmstrom Air Force Base, Mont., Minot AFB, N.D., and F.E. Warren AFB, Wyo., and is expected to be completed by Sept. 30, 2014.  Fiscal 2013 missile procurement funds in the amount of $7,697,898 are being obligated at time of award.  Air Force Nuclear Weapons Center/PZBE, Hill AFB, Utah, is the contracting activity.

ARMY

Circle City Telcom Inc.*, Ala., was awarded a $7,870,392 firm-fixed-price contract to complete the installation, and testing of upgrades to the information technology infrastructure at Fort Rucker, Ala.  The work will complete the installation, and secure and test upgrades to Fort Rucker's installation information infrastructure.  It will install the remaining outside plant core and fiber optic cable, inside plant fiber optic cable terminations, complete site preparation for two communication shelters, and core data node installations.  It will also complete data network fielding at the remaining end-user locations, and the cutover and migration of data users to the new installation information infrastructure modernization network.  Fiscal 2014 other procurement, Army funds in the amount of $7,870,392 were obligated at the time of the award.  Estimated completion date is Dec. 11, 2014.  Bids were solicited via the Internet with one received.  Work will be performed at Fort Rucker, Ala.  Army Contracting Command, Rock Island Arsenal Rock Island, Ill., is the contracting activity (W52P1J-14-C-0063).

*Small Business

Monday, December 9, 2013

U.S. DEFENSE CONTRACTS FOR DECEMBER 9, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

DEFENSE LOGISTICS AGENCY

Physio-Control Inc., Redmond, Wash., has been awarded a maximum $46,011,356 modification (P00012) exercising the third one-year option period on a five-year base contract (SPM200-07-D-8261) with five one-year option periods for defibrillators, related components, and accessories.  This is a fixed-price with economic-price-adjustment, indefinite delivery/indefinite-quantity contract.  Location of performance is Washington with a Dec. 7, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, 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.

NAVY

Raytheon Co., Tucson, Ariz., is being awarded a $35,019,637 modification to previously awarded contract (N00024-10-C-5432) to exercise an option to accomplish fiscal 2014 design agent engineering services for the MK-31 Rolling Airframe Missile (RAM) Guided-Missile Weapon System (GMWS) improvement program support, guided-missile round pack support, and guided-missile launching system support.  The RAM MK-31 GMWS is a cooperative development and production program conducted jointly by the United States and the Federal Republic of Germany under Memoranda of Understanding.  The support is required to maintain current weapon system capability, as well as resolve issues through design, systems, software maintenance, reliability, maintainability, quality assurance and logistics engineering services.  Work will be performed in Tucson, Ariz., and is expected to be completed by September 2014.  Fiscal 2014 weapons procurement Navy; fiscal 2014 research, development, test and evaluation; fiscal 2014 operations and maintenance, Navy and German funding in the amount of $8,246,505 will be obligated at the time of contract award.  Contract funds in the amount of $733,035 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-10-C-5432).

Raytheon Co., Integrated Defense Systems, Sudbury, Mass., is being awarded a $29,521,981 modification to previously awarded contract (N00024-13-C-5115) to exercise options for the production of the AN/SPY-1D(V) radar transmitter group, missile fire control system MK 99 and site support for DDG 119.  Raytheon will also be responsible for related technical services to facilitate system testing, shipyard installation, and other requirements.  Work will be performed in Andover, Mass. (78.3 percent); Sudbury, Mass. (19.3 percent); Moorestown, N.J. (0.9 percent); Norfolk, Va. (0.5 percent); and Canada (1 percent) and is expected to be completed by June 2017.  Fiscal 2013 ship conversion, Navy contract funds in the amount of $29,521,981 will be 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.

Sechan Electronics Inc.*, Lititz, Pa., is being awarded a $17,212,201 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for the procurement of the Target Detecting Device (TDD) MK 71 Mod 1 to support the Quickstrike Mine Improvement program.  This contract will require the fabrication, assembly, integration, testing and delivering of the hardware components which constitute TDD MK 71 Mod 1.  TDD MK 71 Mod 1 has been developed and fielded for use in the air-delivered Quickstrike mine shape MK 65, and is also planned for use in two additional mines:  Mine MK 62 and Mine MK 63.  Work will be performed in Lititz, Pa., and is expected to be completed by December 2018.  Fiscal 2013 weapons procurement, Navy contract funds in the amount of $3,071,600 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online and the Federal Business Opportunities websites, with one offer received.  The Naval Surface Warfare Center, Panama City Division, Panama City, Fla., is the contracting activity (N61331-14-D-0001).

Air Cruisers Co., LLC, Township, N.J., is being awarded a five year $16,970,294 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the long term repair of four different sized life rafts that comprise the Multi-Place Life Raft (MPLR) Program.  The MPLR is a critical safety/critical application item designed to save and sustain the lives of Navy and Marine Corps air crewmen in the event of ejection or aircraft abandonment at sea.  Work will be performed in Liberty, Miss., and work is expected to be completed December 2018.  Fiscal 2013 Navy working capital funds in the amount of $2,252,626 will be obligated at the time of award, and will not expire before the end of the current fiscal year.  The contract was not competitively procured in accordance FAR 6.302-1.  The NAVSUP Weapons System Support, Philadelphia, Pa., is the contracting activity (N00383-14-D-002P).

AIR FORCE

Diversitech Inc., Cincinnati, Ohio, has been awarded a $7,499,501 modification (P00011) for an existing indefinite-delivery/indefinite-quantity contract (FA8601-11-D-0001) for civil engineering facility and equipment support (FA8601-11-D-0001) extending the ordering period for one year.  This requirement provides routine maintenance and repair work for 7,352 pieces of equipment that support the mission of the Air Force Institute of Technology, Air Force Research Laboratory, National Air and Space Intelligence Center, and others.  Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Dec. 31, 2014.  Fiscal 2014 operations and maintenance and eesearch and development funds will be obligated on individual task orders.  Air Force Life Cycle Management Center/PZIO, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

ARMY

Luhr Bros., Inc., Columbia, Ill., was awarded a $7,000,000 contract modification (P00001) to exercise option year one on contract W912QR-13-D-0032 for the leasing of a dredge, plant attendant, and on-shore disposal equipment for channel maintenance dredging on the Ohio River and Ohio River pooled tributaries and the upper Mississippi River 0.0-185.00.  Funding and the work performance site will be determined with each order.  Estimated completion date is Dec. 31, 2014.  Army Corps of Engineers, Louisville, Ky., is the contracting activity.

*Small Business

Friday, December 6, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR NOVEMBER 6, 2013

 FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

AIR FORCE
 
Lockheed Martin Corp., Marietta, Ga., has been awarded up to $169,726,427 not-to-exceed firm-fixed-price contract for advance procurement funding for long lead efforts associated with 18 C-130J aircraft. Work will be performed at Marietta, Ga., and is expected to be completed by Oct. 31, 2016. This award is the result of a sole-source acquisition. Fiscal 2013 advance procurement funds in the amount of $169,726,427 are being obligated at time of award. Air Force Life Cycle Management Center/WLNNC, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-14-C-6450).

Booz Allen Hamilton Inc., McLean, Va., has been awarded an $18,062,895 cost-plus-fixed-fee modification (P00047) under an existing contract (FA8811-10-C-0006) for systems engineering and integration support to the Launch and Test Range System . The contract modification extends the existing contract for one year. Work will be performed at Los Angeles Air Force Base, Calif., and is expected to be completed by Dec. 7, 2014. Fiscal 2014 other procurement and research and development funds in the amounf of $3,665,819 are being obligated at time of award. Range and Network Division, Space and Missile Systems Center, Los Angeles Air Force Base, Calif., is the contracting activity.

Oasis Systems LLC, Lexington, Mass., was awarded an $11,918,862 modification (P00005) on an existing cost-plus-fixed-fee, cost-reimbursable contract (FA8721-13-C-0025) for professional acquisition support services. This contract modification provides the exercise of an option for an additional six months of professional acquisition support services under the basic contract. Work will be performed at Hanscom Air Force Base, Mass., and Langley Air Force Base, Va., and is expected to be completed by April 17, 2014. This modification provides professional acquisition support services in support of Air Force Life Cycle Management Center divisions. Fiscal 2012 procurement and fiscal 2013 research and development and procurement funds in the amount of $420,420 were obligated at time of award. Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM, Hanscom Air Force Base, Mass., is the contracting activity (Awarded Sept. 10, 2013).

Quantech Services Inc., Lexington, Mass., was awarded a $10,074,671 modification (P00006) on an existing cost-plus-fixed-fee, cost-reimbursable contract (FA8721-13-C-0016) for professional acquisition support services. This contract modification provides the exercise of an option for an additional six months of professional acquisition support services under the basic contract. Work will be performed at Hanscom Air Force Base, Mass. and Langley Air Force Base, Va., and is expected to be completed by April 17, 2014. This modification provides professional acquisition support services in support of Air Force Life Cycle Management Center divisions, including classified foreign military sales. FMS support accounts for approximately 46 percent of the stated modification and includes Afghanistan, Egypt, Jordan, and Oman. Fiscal 2013 research and development, procurement and FMS funds in the amount of $2,016,142 were obligated at time of award. Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM, Hanscom Air Force Base, Mass., is the contracting activity (Awarded Sept. 10, 2013).

Global Defense Systems LP, Warner Robins, Ga., has been awarded a $9,624,302, firm-fixed-price contract for 480 C-130 Loadmaster Crashworthy seats. The Crashworthy seat will provide lifesaving capabilities during hard landings. Work will be performed at Albertville, Ala., and is expected to be completed June 30, 2016. This award is the result of a competitive acquisition via the internet, and five offers were received. Fiscal 2011 and 2012 procurement funds in the amount of $9,624,302 are being obligated at time of award. Air Force Life Cycle Management Center/WLKCA, Robins Air Force Base, Ga., is the contracting activity (FA8504-14-C-0002).

P E Systems Inc., Fairfax, Va., was awarded an $8,968,305 modification (P00005) on an existing cost-plus-fixed-fee, cost-reimbursable contract (FA8721-13-C-0029) for professional acquisition support services. This contract modification provides the exercise of an option for an additional six months of professional acquisition support services under the basic contract. Work will be performed at Hanscom Air Force Base, Mass., Langley Air Force Base, Va., Washington, D.C., and Wright-Patterson Air Force Base, Ohio, and is expected to be completed by April 17, 2014. This modification provides professional acquisition support services in support of Air Force Life Cycle Management Center divisions, including classified foreign military sales. FMS support accounts for approximately 1 percent of the stated modification and includes the countries of Germany, Greece, Morocco, Oman, Pakistan, Saudi Arabia, Singapore, and Thailand. Fiscal 2012 procurement and fiscal 2013 operations and maintenance, research and development, procurement and FMS funds in the amount of $621,641 were obligated at time of award. Air Force Life Cycle Management Center, Enterprise Acquisition Division/PZM, Hanscom Air Force Base, Mass., is the contracting activity (Awarded Sept. 19, 2013).

NAVY

Lockheed Martin, Mission Systems & Training, Mitchel Field, N.Y., is being awarded a $58,785,716 cost-plus-incentive fee, cost-plus-fixed fee contract for United States and United Kingdom D-5 navigation subsystem engineering support services. This contract provides for U.S. and U.K. fleet support, U.S. and U.K. trainer systems support, Ohio-class SSBN engineered refueling overhauls, U.S. and U.K. SSI4 trainer system, SSBN-R strategic weapon training system and training system development, U.K. successor support, software modernization and Linked Autonomous Programmed Navigational Operational Trainer modernization. The maximum dollar value, including the base period and one option-year if exercised, is $114,236,770. The work will be performed in Mitchel Field, N.Y. (97 percent), Clearwater/Oldsmar, Fla. (2 percent) and Manassas, Va. (1 percent), with an expected completion date of April 2017. Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $36,042,285; fiscal 2014 research, development, test and evaluation contract funds in the amount of $12,382,648; fiscal 2014 United Kingdom contract funds in the amount of $6,912,487; and fiscal 2014 other procurement, Navy contract funds in the amount of $3,448,296 are being obligated at time of award. Contract funds in the amount of $36,042,285 will expire at the end of the current fiscal year. This contract was a sole-source acquisition in accordance with 10 U.S.C. 2304(c)(1). Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-14-C-0002).

BAE Systems Technology Solutions Inc., Rockville, Md., is being awarded a $56,517,376 cost-plus-fixed fee, cost-plus-incentive fee contract for the United States and United Kingdom D5 strategic weapons systems programs, U.S. guided missile submarine attack weapons systems programs, Nuclear Weapons Security, and future concepts. These services will include: weapon system coordination, safety class engineering, conduct of installation test programs, direct logistics support of deployed forces, and support of logistics management programs. This contract provides for coordination documentation; electrical diagrams; systems publications; shipyard installation test support; test equipment and test data analysis; support for re-engineering the SWS as appropriate in response to guidelines resulting from continuous improvement initiatives, configuration management through SSP Alterations program, logistics engineering, Preventive Maintenance Management Plan, Standard Maintenance Procedures; systems level documentation and training curriculum support; logistics planning; logistics engineering; field logistics services; network development and maintenance. In addition, BAE Systems will provide the following products for the Common Missile Compartment (CMC) concept development effort to ensure that the existing TRIDENT II (D5) SWS is compatible with the Concept Development efforts being pursued for the CMC Program: weapon system coordination, class engineering, configuration management, logistics engineering, systems-level documentation, network development and maintenance and facility engineering and design support. They will also provide technical and engineering support to the CMC concept development efforts for SWS life cycle cost control evaluations. The maximum dollar value, including the base period and two option years, is $171,358,761. Work will be performed at Rockville, Md. (73 percent); Washington, D.C. (13 percent ); Silverdale, Wash. (5 percent); St. Mary’s, Ga. (4 percent); Portsmouth, Va. (3 percent); San Diego, Calif. (1 percent); the United Kingdom (.6 percent) , and Mechanicsburg, Pa. (.3 percent), with an expected completion date of Sept. 30, 2014. Fiscal 2014operations and maintenance, Navy funds in the amount of $33,679,376; fiscal 2014 United Kingdom contract funds in the amount of $10,268,000; fiscal 2013 and 2014 research, development, test and evaluation contract funds in the amounts of $488,000 and $6,783,000 respectively; fiscal 2012, 2013, and 2014 other procurement, Navy contract funds in the amounts of $173,000, $513,000, and $4,418,000 respectively; and fiscal 2014 weapons, Navy contract funds in the amount of $195,000 are being obligated at time of award. Contract funds in the amount of $34,340,376 will expire at the end of the current fiscal year. This contract was a sole source acquisition in accordance with 10 U.S.C. 2304(c)(1). Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-14-C-0009).

Huntington Ingalls Industries, Pascagoula, Miss., is being awarded a $39,051,995 modification to previously awarded contract (N00024-10-C-2203) for life cycle engineering and support services on the Amphibious Transport Dock Ship Program LPD 17 class. Services to be provided include post-delivery planning and engineering, homeport technical support, Class Integrated Product Data Environment, data maintenance and equipment management, systems integration and engineering support, LPD 17 class design services, research engineering, obsolescence management, material support, emergent repair provision (including warranty enforcement), training and logistics support; LPD 17 Integrated Planning Yard support including ship alteration development and installation, material management, Fleet Modernization Program planning, availability planning, configuration data management, research engineering, logistics documentation, and other logistics and executing activity coordination, and management of all related data within the Configuration Data Manager’s Database-Open Architecture. Work will be performed in Pascagoula, Miss., and is expected to be completed by December 2014. Fiscal 2005 shipbuilding and conversion, Navy funds in the amount of $5, 045,557, fiscal 2012 shipbuilding and conversion, Navy funds in the amount of $2,373,000, fiscal 2014 shipbuilding and conversion, Navy funds in the amount of $1,727,500, and fiscal 2014 operations and maintenance, Navy funds in the amount of $50,000 will be obligated at time of award. Contract funds in the amount of $2,423,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $15,597,818 firm-fixed-price delivery order (0075) against a previously issued basic ordering agreement (N00019-12-G-0006) in support of the V-22 aircraft. This order provides for additional nonrecurring engineering and technical support to forward fit/retrofit engineering change proposal #1007 into the aircraft. This effort will also provide for the delivery of eight helmet mounted display retrofit kits, spares, support equipment, tooling and training devices. Work will be performed at Ridley Park, Pa. (99.9 percent), and Fort Worth, Texas (.1 percent), and is expected to be completed in March 2015. Fiscal 2013 aircraft procurement, U.S. Special Operations Command funding in the amount of $15,597,818 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Atlantic Diving Supply Inc.*, Virginia Beach, Va., has been awarded a maximum $84,063,089 fixed-price with economic-price-adjustment contract for various commercial fasteners. This contract is a competitive acquisition, and seven offers were received. Location of performance is Virginia with a Dec. 5, 2016 performance completion date. This is a three-year base contract with one two-year option periods. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM5EN-14-D-0001).

KPMG LLP, McLean, Va., has been awarded a maximum $12,834,740 firm-fixed-price contract for all necessary management services, personnel and documentation required for Defense Logistics Agency audit readiness review. This contract is a competitive acquisition, and six offers were received. Location of performance is Virginia with a Dec. 5, 2014 performance completion date. This is a one-year base contract. Using service is federal civilian agencies. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Richmond, Va., (SP4703-11-A-0017-0034).

ARMY

General Atomics Aeronautical Systems Inc., Poway, Calif., was awarded a $40,253,105 modification (P0003) to contract W58RGZ-13-C-0109 for the Gray Eagle full rate production option exercise applicable to the Gray Eagle Unmanned Aircraft System. Fiscal 2014 other procurement, Army funds in the amount of $40,253,105 were obligated at the time of the award. Estimated completion date is Sept. 30, 2016. One bid was solicited with one received. Work will be performed at Poway, Calif. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

EADS North America, Herndon, Va. was awarded a $33,217,089 firm-fixed-price contract with options for the purchase of six UH72A Lakota aircraft and six airborne radio communication 231 radios. Fiscal 2014 other procurement funds in the amount of $33,217,089 were obligated at the time of the award. Estimated completion date is Dec. 31, 2014. Five bids were solicited with three received. Work will be performed in Herndon, Va. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-06-C-0194).

Dutra Dredging Co., San Rafael, Calif., was awarded a $19,869,500 firm-fixed-price contract for dredging 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 will be performed at Newport News, Va. Army Corps of Engineers, Norfolk, Va., is the contracting activity (W91236-14-C-0014).

BAE Systems Information & Electronic Systems Integration, Greenlawn, N.Y., was awarded an $11,527,257 cost-plus-fixed-fee contract to acquire engineering services, a technical data package and technical training required to develop organic depot activation repair capability of the AN/APX-124 Mode S/5 Identification Friend or Foe Transponder System at Tobyhanna Army Depot, Pa. Fiscal 2014 other procurement funds in the amount of $3,562,257 were obligated at the time of the award. Estimated completion date is June 6, 2016. Bids were solicited via the Internet with one received. Work will be performed at Greenlawn, N.Y. Army Contracting Command, Tobyhanna, Pa., is the contracting activity (W25G1V-14-C-0003).

Jorge Scientific Corp., Arlington, Va., was awarded a $7,309,301 firm-fixed-price contract for Counterinsurgency (COIN) Advisory and Assistance Team services in Afghanistan regarding a new COIN concept without a break in service. This assistance entails training U.S. forces on how to train Afghanistan National Security Forces (ANSF) on functions critical to ANSF sustainment. Fiscal 2014 operations and maintenance, Army funds in the amount of $5,755,730 were obligated at the time of the award. Estimated completion date is March 15, 2014. This was a sole-source acquisition. Work will be performed in Afghanistan. CENTCOM Joint Theater Support Contracting Command – Phoenix APO, AE is the contracting activity (W56SGK-14-C-0003).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Koniag Information Security Systems, Chantilly, Va., has been awarded a $6,600,688 cost-plus-fixed-fee contract. This award is for contractor support services for the DARPA Security and Intelligence Directorate. Work will be performed in Arlington, Va. The estimated completion date is Dec. 31, 2014. Fiscal 2013 research and development funds are being obligated at time of award. The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Va., (HR0011-14-C-0048).

*Small Business

Wednesday, December 4, 2013

U.S. DEFENSE CONTRACTS FOR NOVEMBER 4, 2013

FROM:  U.S. DEFENSE DEPARTMENT
CONTRACTS

ARMY

Science Applications International Corp., McLean, Va., (W91CRB-11-D-0001) (P00010); Battelle Memorial Institute, Columbus, Ohio, (W91CRB-11-D-0002) (P00005); Booz Allen Hamilton, Mc Lean, Va., (W91CRB-11-D-0003) (P00007); Exelis Inc., Alexandria, Va., (W91CRB-11-D-0004) (P00010); Northrop Grumman Systems Corp., Herndon, Va., (W91CRB-11-D-0005) (P00007); Wintec Arrowmaker, Inc.*, Fort Washington, Md., (W91CRB-11-D-0006) (P00006); Technical and Project Engineering LLC.*, Alexandria, Va. (W91CRB-11-D-0007) (P00005) were awarded an $80,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract modification.  The modification increases the award ceiling from $400,000,000 to $480,000,000 in order to support the Army Research Laboratory’s increased unique mission cell requirements.  Funding and location will be determined with each order.  Bids were solicited via the Internet with seven received.  Army Contracting Command, Research Triangle Park, N.C., is the contracting activity.

Choctaw Transportation Company Inc., Dyersburg, Tenn., (W912EQ-14-D-0001); Luhr Bros., Inc., Columbia, Ill., (W912EQ-14-D-0002); Patton-Tully Marine LLC.*, Memphis, Tenn., (W912EQ-14-D-0003); Pine Bluff Sand and Gravel Co., White Hall, Ark., (W912EQ-14-D-0004), were awarded a $48,000,000 firm-fixed-price contract for the construction of various types of stone navigation structures to include all types of dikes, chevrons, bend-way weirs, hardpoints, and other river training structures in the Mississippi River between river miles 954.0 to 320.  Funds and location will be determined with each order.  Estimated completion date is Dec. 3, 2016.  Bids were solicited via the Internet with four received.  Army Corps of Engineers, Memphis, Tenn., is the contracting activity.

Northrop-Grumman, Huntsville, Ala. was awarded a $19,800,000 cost-plus-incentive-fee contract for research and development of the Integrated Air and Missile Defense and Battle Command System. Work will be performed in Huntsville, with an estimated completion date of Sept. 30, 2015.  Fiscal 2014 research, development, test and evaluation funds in the amount of a $19,800,000 were obligated at the time of the award.  Two bids were solicited, with two received.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-08-C-0418). (Awarded Dec 3, 2013)

Oshkosh Corp, Oshkosh, Wisc., was awarded a $9,500,000 contract modification (P00029) to contract W56HZV-09-D-0159 to extend the vehicle ordering year for the family of medium tactical vehicles to cover Jan. 1 to May 15, 2014.  This extension is based on lost ordering time due to a protest that occurred within ten days of this contract's award, Aug. 26, 2009, that lasted 131 days.  Fiscal 2014 other procurement funds will be determined by each order. Work will be performed in Oshkosh. Bids were solicited via the Internet, with three received.  Army Contracting Command, Tank and Automotive, Warren, Mich., is the contracting activity. (Awarded Dec. 3, 2013)


NAVY

Maersk Line Ltd., Norfolk, Va., is being awarded a $14,223,440 modification under a previously awarded firm-fixed-price contract (N00033-11-C-5400) to exercise option period two for the worldwide charter of one U.S.-flagged, Ice-class certified, double-hulled product tanker.  The vessel provides worldwide bulk fuel support to the Department of Defense, including a delivery each year to Antarctica for the National Science Foundation and a delivery each year to Greenland for the Department of Defense, Defense Logistics Agency-Energy.  Work will be performed worldwide, and is expected to be completed December 2014.  If all option periods are exercised, work will continue through November 2016.  Fiscal 2014 working capital contract funds in the amount of $11,495,657 are obligated on this award, and will not expire at the end of the fiscal year.  Military Sealift Command, Washington, D.C., is the contracting activity.

CDM Federal Programs Corp., Fairfax, Va., is being awarded $10,730,846 for firm-fixed-price task order 0012 under a previously awarded indefinite-delivery/indefinite-quantity contract (N62470-09-D-9037) for the Naval Facilities Engineering Command utility inventory and risk assessment pilot.  The work to be performed is to migrate existing AutoCAD (computer aided design) data and/or version 2.6 geographic information system data for the water, wastewater, thermal, gas, compressed air, saltwater and electrical commodities into the latest respective version of the utilities geographic information systems models.  The work to be performed is to also combine geographic information systems data with existing MAXIMO data, asset data in spreadsheets and other databases.  Work will be performed at several Naval Facility Engineering Commands located at Jacksonville, Fla., San Diego, Calif., and Washington, D.C.  Work is expected to be completed by September 2015.  Fiscal 2014 Navy working capital funds in the amount of $10,730,846 are obligated on this award and will not expire at the end of the current fiscal year.  One proposal was received for this task order.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded $8,481,104 for firm-fixed-price delivery order 2035 against a previously issued basic ordering agreement (N00019-11-G-0001) for follow-on integrated logistics support/engineering services for Harpoon/SLAM-ER Missile System and Harpoon Launch Systems for the U.S. Navy and various foreign military sales customers.  Work will be performed in St. Charles, Mo. (91.17 percent); St. Louis, Mo. (5.43 percent); Yorktown, Va. (2.64 percent); Pt. Mugu, Calif. (.71 percent); and Oklahoma City, Okla. (.05 percent), and is expected to be completed in July 2014.  This contract combines purchases for the U.S. Navy ($3,122,737; 36.82 percent); the governments of Korea ($759,253; 8.95 percent); Taiwan ($715,517; 8.43 percent); Turkey ($632,914; 7.46 percent); Egypt ($421,912; 4.97 percent); United Kingdom ($317,393; 3.74 percent); Japan ($302,563; 3.57 percent); Pakistan ($283,035; 3.34 percent); Australia ($260,331; 3.07 percent); Chile ($223,047; 2.63 percent); Saudi Arabia ($223,212; 2.63 percent); Canada ($204,204; 2.41 percent); Israel ($165,053; 1.95 percent); Bahrain ($109,006; 1.29 percent); United Arab Emirates ($106,102; 1.25 percent); the Netherlands ($83,584; .99 percent); Germany ($83,582; .99 percent); Kuwait ($77,246; .91 percent); Singapore ($75,386; .89 percent); Oman ($71,439; .84 percent); India ($64,462; .76 percent); Portugal ($62,687; .74 percent); Thailand ($45,825; .54 percent); Denmark ($41,791; .49 percent); and Malaysia ($28,823; .34 percent) under the Foreign Military Sales program.  Fiscal 2014 operations and maintenance, Navy and FMS contract funds in the amount $8,481,104 will be obligated at time of award; $3,122,737 of which expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Pfizer, Inc., has been awarded a $7,670,632 technology investment agreement.  Pfizer shall perform a research and development program designed to develop a technology platform to identify and subsequently induce the production of protective antibodies to an emerging pathogen directly in an infected or exposed individual.  Work will be performed in Cambridge, Mass. The estimated completion date is Dec. 8, 2016.  Fiscal 2013 research and development funds are being obligated at time of award. The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Va., (HR0011-14-3-0001).


*Small Business

Tuesday, December 3, 2013

U.S. DEFENSE DEPARTMENT CONTRACTS FOR DECEMBER 3, 2013

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

DEFENSE THREAT REDUCTION AGENCY

Alion Science and Technology Corp., Burr Ridge, Ill., (HDTRA1-14-D-0002); Applied Research Associates, Albuquerque, N.M., (HDTRA1-14-D-0003); Engility Corp., Chantilly, Va., (HDTRA1-14-D-0004); Exelis Inc., Herndon, Va., (HDTRA1-14-D-0005); Northrop Grumman Systems Corp., Herndon, Va., (HDTRA1-14-D-0006); Raytheon Co., Dulles, Va., (HDTRA1-14-D-0007); and Leidos, Inc., McLean Va., (HDTRA1-14-D-0008), were awarded a maximum $4,000,000,000 multiple-award, indefinite-delivery/indefinite-quantity contract titled Combating Weapons of Mass Destruction Research and Technology Development IDIQ.  This IDIQ provides for delivery/task orders to procure research and development, providing scientific and technological solutions to meet the DoD’s non-proliferation, counterproliferation, and consequence management objectives.  Work will be performed at contractor facilities as well as at Fort Belvoir, Va., with an expected completion date of Dec. 3, 2018 (base period) followed by a five-year option period that, if exercised, will extend the end date to Dec. 3, 2023, but would not increase the ceiling value.  The contract has a $100,000 minimum guarantee to each awardee.  This contract was a competitive acquisition, and eight offers were received.  The Defense Threat Reduction Agency, Research and Development Contracting Office DTRA/J4CRB, Fort Belvoir, Va., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Solution Dynamics Inc.*, Brookfield, Wis. (SPE8EC-14-D-0003) and Atlantic Diving Supply*, Virginia Beach, Va. (SPE8EC-14-D-0005), have been awarded a maximum $633,000,000 multiple-award, fixed-price with economic-price-adjustment contract.  These are two of up to 22 total five-year contracts being issued against solicitation number SPM8EC-11-R-0001, and are for the procurement of commercial type material handling equipment.  This contract is a competitive acquisition, and thirty-one offers were received.  Locations of performance are Wisconsin, Virginia, and England with a Dec. 2, 2018 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

MWI Veterinary Supply, Boise, Idaho, has been awarded a maximum $43,422,331 modification (P00102) exercising the second one-year option period on a one-year base contract (SPM2D0-11-D-0011) with four one-year option periods for veterinary pharmaceutical products.  This is a fixed-price with economic-price-adjustment, indefinite delivery/indefinite-quantity contract.  Location of performance is Idaho, 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 2013 warstopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Dixon Shane, doing business as R&S Northeast LLC*, Philadelphia, Pa., has been awarded a maximum $18,360,764 modification (P00157) exercising the fifth one-year option period on a one-year base contract (SPM2D0-08-D-0252) with nine one-year option periods for various pharmaceutical products.  This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Pennsylvania with a Dec. 11, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2014 warstopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

Lockheed Martin Corp., Marietta, Ga., has been awarded a not-to-exceed $81,183,198 modification (P00231) to an existing contract (FA8625-11-C-6597 ) to fund one C-130J (aircraft #4), advance (long-lead) procurement of aircrafts five and six, and external fuel tank modification kits for Israel. Work will be performed at Marietta, Ga., and is expected to be completed by Jun. 30, 2016.  This contract is 100 percent foreign military sales for Israel.  Air Force Life Cycle Management Center/WLNNC, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Lockheed Martin Corp., Marietta, Ga., has been awarded a $48,500,000 modification (P00230) to previously awarded FA8625-11-C-6597 for advance procurement funding of long lead efforts associated with five additional C-130J aircraft.  Work will be performed at Lockheed Martin Corp., Marietta, Ga., with an expected completion date of Dec. 31, 2016.  Fiscal 2012 aircraft procurement funds in the amount of $48,500,000 are being obligated at time of award.  Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

NAVY

General Dynamics Bath Iron Works, Bath, Maine, is being awarded $73,913,646 modification to previously awarded contract (N00024-12-C-4311) for DDG 51 and FFG 7 class integrated planning yard services.  This effort will provide expert design, planning, and material support services for both maintenance and modernization.  Work will be performed in Bath, Maine, and is expected to complete by December 2016.  Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $1,000 will be obligated at time of contract award and will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington D.C., is the contracting activity.

L-3 Communications, Communication Systems--West, Salt Lake City, Utah, is being awarded a $22,921,771 modification to a previously awarded firm-fixed-price contract (N00019-12-C-2024) to exercise an option for the manufacture, test, delivery and support of four AN/SRQ-4 and 31 AN/ARQ-59 Common Data Link Hawklink radio terminal sets in support of the MH-60R aircraft.  Work will be performed in Salt Lake City, Utah (60 percent); Atlanta, Ga. (14 percent); Mountain View, Calif. (6 percent); Exeter, N.H. (2 percent); and Phoenix, Ariz.; El Cajon, Calif.; Oxnard, Calif.; Salinas, Calif.; Sunnyvale, Calif.; Boise, Idaho; Derby, Kan.; Littleton, Mass.; Stow, Mass.; Minnetonka, Minn.; Skokie, Ill.; Dover, N.H.; Bohemia, N.Y.; York Haven, Pa.; Providence, R.I.; Cedar Park, Texas; Fort Worth, Texas; and Toronto, Canada (1 percent each), and is expected to be completed in September 2017.  Fiscal 2014 other procurement, Navy and fiscal 2014 aircraft procurement, Navy contract funds in the amount of $22,921,771 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.


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

Search This Blog

Translate

White House.gov Press Office Feed