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

Thursday, April 30, 2015

U.S. 12th COMBAT AVIATION BRIGADE IN GERMANY TO RESTRUCTURE AS PART OF CHANGES IN EUROPE

FROM:   U.S. DEFENSE DEPARTMENT

Right:  A UH-60 Black Hawk helicopter from the U.S. Army Europe's 12th Combat Aviation Brigade cruises over Budapest, Hungary, during Exercise Saker Falcon in April 2014. Defense Department officials have announced a restructuring of the brigade and subordinate units in Germany as part of the Army's Aviation Restructuring Initiative in Europe. U.S. Embassy Budapest photo by A. Reategui.  

DoD to Restructure U.S. Aviation Brigade in Germany
By Cheryl Pellerin
DoD News, Defense Media Activity

WASHINGTON, April 29, 2015 – The Defense Department will restructure the 12th Combat Aviation Brigade and subordinate units in Germany as part of the Army's Aviation Restructuring Initiative in Europe, defense officials said today in a statement.

The 12th CAB restructuring will reduce the U.S. presence in Germany by about 1,900 military positions and an estimated 2,850 family members, officials said.
The department will maintain aviation capabilities in Germany using a continuous rotation to augment the remaining aviation assets and personnel, officials said, and will augment aviation assets further if surge capabilities are needed.

The Army will provide a rotational presence of an aviation battalion task force, two medevac teams and an air traffic service company to complement the 12th Combat Aviation Brigade, they added.

Operation Atlantic Resolve

The units rotating to Europe will support Operation Atlantic Resolve and major training exercises in central and eastern Europe and in Germany.

In the near term, the defense officials said, three local national employee positions will be reduced. Long-term impacts on local national employment won’t be clear until the restructuring is complete, they added.
Carter and von der Leyen

In a telephone call with German Defense Minister Ursula von der Leyen today, Defense Secretary Ash Carter outlined the restructure as part of the Army's Aviation Restructuring Initiative in Europe and discussed the Army's plan for rotational forces to complement the brigade, officials said in a separate statement summarizing the call.

Carter and von der Leyen vowed to remain closely connected throughout the restructure process, the statement said, and they expressed mutual appreciation for the strong military relationship between the United States and Germany.
Both leaders said they look forward to meeting again in Europe, officials said.

Monday, June 30, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR JUNE 30, 2014

FROM:  U.S. DEFENSE DEPARTMENT 

CONTRACTS

AIR FORCE

Raytheon Co., Tucson, Arizona, has been awarded a $163,223,113 fixed-price/fixed-price-incentive/cost-plus-incentive contract for Advanced Medium-Range Air-to-Air Missile (AMRAAM) Program Support and Sustainment (PSAS). The PSAS contract provides sustaining engineering, program management, contractor logistics support and accomplishes the diminishing manufacturing sources and material shortage tasks of extending the life of the AMRAAM Central Processing Unit, improving the AMRAAM guidance section within the current performance envelope, and developing applicable test equipment. Work will be performed at Tucson, Arizona, and is expected to be completed by Jan. 31, 2017. This award is the result of a sole source acquisition. This contract has unclassified 45.7 percent foreign military sales service/repair requirements for Saudi Arabia, Korea, Israel, Singapore and United Arab Emirates. Fiscal 2013 missile procurement funds in the amount of $40,588,238, 2014 missile procurement funds in the amount of $18,344,910, fiscal 2014 operations and maintenance funds in the amount of $7,546,463, fiscal 2014 Navy weapons procurement funds in the amount of $19,857,909, and fiscal 2014 Navy operations and maintenance funds in the amount of $2,214,047, for a total of $88,551,568, are being obligated at time of award. Air Force Life Cycle Management Center/EBAK, Eglin Air Force Base, Florida, is the contracting activity (FA8675-14-C-0026).

Lockheed Martin Space Systems Co. Sunnyvale, California, has been awarded a $38,378,116 modification (P00645) to the cost-plus-incentive-fee contract F04701-02-C-0002 for Advanced Extremely High Frequency (AEHF) System Interim Contractor Sustainment Re-vector under cost line item number 0610. The total cumulative face value of the contract is $8,752,571,223. The contract modification is for critical software development for Mission Planning Development for initial operational capability in 2015. Work will be performed at Sunnyvale, California, and El Segundo, California, and is expected to be completed by June 30, 2015. Fiscal 2014 research and development funds in the amount of $11,600,000 are being obligated at time of award. This contract is not a multiyear effort. Space and Missile Systems Center/PKJ, AEHF, Los Angeles Air Force Base, California, is the contracting activity.

Alion Science and Technology Corp., McLean, Virginia, has been awarded a $24,909,860 delivery order (0079) on the Advanced Materials Manufacturing & Testing Information Analysis Center indefinite-delivery/indefinite-quantity cost-plus-fixed-fee contract FA4600-06-D-0003. The contract is for Life Cycle Engineering, Prototyping, Sustainability, and Manufacturing Processes for the Rapid Fielding Directorate. AMMTIAC's objective is to providing greater levels of protection to the most critical subsystems of combat platforms. Work will be performed at Alion Science and Technology Corp.'s facilities and various Air Force locations, and is expected to be completed by Dec. 29, 2016. Fiscal 2014 research, development, test and evaluation funds in the amount of $68,834 are being obligated at time of award. Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity.

The Boeing Co., Seattle, Washington, has been awarded a $11,150,000 firm-fixed-price, time-and-materials and cost-reimbursable contract for E-3 Engineering Services. Work will be performed at Seattle, Washington, and is expected to be completed by May 31, 2017. This is a sole source acquisition. Fiscal 2014 operations and maintenance and foreign military sales (France, United Kingdom, Saudi Arabia and NATO) funds in the amount of $11,150,000 are being obligated at time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8102-14-D-0001).
Hawker Beechcraft Corp., Wichita, Kansas, has been awarded a $7,851,932 firm-fixed-price contract for the purchase of one King Air 350 Extended Range (ER) Aircraft. Work will be performed at Wichita, Kansas, and is expected to be completed by March 30, 2015. This contract will support 100 percent foreign military sales for Iraq. FMS funds in the amount of $7,851,932 are being obligated at time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-14-C-4006).

ARMY

Environmental Chemical Corporation (ECC), Burlingame, California (W912P8-14-D-0028); Ashbritt Environmental, Deerfield, Florida (W912P8-14-D-0029); CrowderGulf, LCC, Theodore, Alabama (W912P8-14-D-0030); Environmental Chemical Corporation (ECC), Burlingame, California (W912P8-14-D-0031); Ceres Environmental Services, Inc.*, Brooklyn Park, Minnesota (W912P8-14-D-0032); and Ashbritt Environmental, Deerfield, Florida (W912P8-14-D-0033), were awarded a $240,000,000 firm-fixed-price contract for advanced contracting imitative debris management services for the United States and its territories. Funding and performance location will be determined with each order, with an estimated completion date of June 29, 2019. Bids were solicited via the Internet with 16 received. U.S. Army Corps of Engineers – New Orleans District, New Orleans, Louisiana, is the contracting activity.

Raytheon Integrated Air Defense Center, Andover, Massachusetts, was awarded a $235,485,020 foreign military sales, firm-fixed-price contract for Phased Array Tracking Radar to Intercept on Target weapon system, procuring 72 radar digital processor upgrade kits: 62 for the United States and 10 for foreign military sales to Kuwait and the Netherlands; it also includes procuring spares for the United States, Kuwait and the Netherlands. Work will be performed in Simsbury, Connecticut (6.30 percent); Andover, Massachusetts (78.90 percent); and Chelmsford, Massachusetts (14.80 percent), with an estimated completion date of March 31, 2017. Bids were solicited via the Internet with one received. Fiscal 2014 other procurement funds in the amount of $115,387,660 are being obligated at the time of the award. Army Contracting Command, Redstone Arsenal –Missile, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-14-C-0002).
The Boeing Company, Mesa, Arizona, was awarded a $135,173,889 foreign military sales, firm-fixed-price contract for Apache foreign military sales post production support services. Work will be performed in Saudi Arabia (80 percent) and Mesa, Arizona (20 percent), with an estimated completion date of Sept. 30, 2019. Bids were solicited via the Internet with one received. Other procurement funds in the amount of $10,878,730 are being obligated at the time of the award. There is no fiscal year attached to the foreign military sales fund. Army Contracting Command, Redstone Arsenal – Aviation, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-14-C-0055).

TRAX International Corp., Las Vegas, Nevada, was awarded a $34,668,877 cost-plus-award-fee modification (P00127) to contract (W9124R-09-C-0003) for non-personal test support services in support of the U.S. Army Yuma Proving Ground, Arizona. This modification allows for performance through Oct. 31, 2014. Fiscal 2014 research, development, test and evaluation funds in the amount of $34,668,877 were obligated at the time of the award. Work will be performed at Yuma, Arizona (99.0 percent) and Fort Greeley, Alaska (1.0 percent), with an estimated completion date of Oct. 31, 2014. Army Contracting Command, Yuma, Arizona, is the contracting activity.

EastCor Engineering, LLC*, Easton, Maryland, was awarded a $29,405,380 cost-plus-fixed-fee contract for Magnum Project advanced research and development and operational field testing and assessments using novel sensor systems for enhanced target detection and location. Funding and performance location will be determined with each order. Estimated completion date is June 29, 2019. Bids were solicited via the Internet with one received. Army Contracting Command, Adelphi Division, Adelphi, Maryland, is the contracting activity (W911QX-14-D-0002).

BAE Systems Land and Armaments, L.P., Santa Clara, California, was awarded a $20,819,031 cost-plus-fixed-fee modification (P00019) to contract (W56HZV-13-C-0018) to exercise 88,619 level of effort hours and dollars for system technical support and sustainment system technical support for the Bradley family of vehicles and multiple launch rocket system carrier. Fiscal 2014 other procurement funds in the amount of $5,753,947; fiscal 2014 other procurement (Army) funds in the amount of $14,100,734; and fiscal 2013 other procurement (Army) funds in the amount of $964,050 were obligated at the time of the award. Work will be performed at Santa Clara, California (91.71 percent); Sterling Heights, Michigan (4.91 percent); and York, Pennsylvania (3.38 percent), with an estimated completion date of Dec. 17, 2015. Army Contracting Command, Tank and Automotive Division, Warren, Michigan, is the contracting activity.
Frontier-Arrowhead JV*, Kansas City, Missouri, was awarded a $17,474,296 firm-fixed-price contract for river repairs to stone navigation structures on the Mississippi River. Work location and funding will be determined with each order, with an estimated completion date of June 30, 2015. Bids were solicited via the Internet with two received. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-14-D-0008).

Welkin Sciences*, Colorado Springs, Colorado, was awarded a $9,909,482 cost-plus-fixed-fee contract for small business innovative research, phase III contract, for advanced communication technologies. Work will be performed in Colorado Springs, Colorado, with an estimated completion date of June 29, 2019. Bids were solicited via the Internet with one received. Fiscal 2014 research, development, test and evaluation funds in the amount of $3,400,000 are being obligated at the time of the award. Army Contracting Command, Aberdeen Division B, Fort Monmouth, New Jersey, is the contracting activity (W56KGU-14-C-0008).
B & B General Contracting Inc*, Oscoda, Michigan, was awarded a $9,631,139 firm-fixed-price contract for repair of parking aprons A01B and A08B at the Combined Readiness Training Center. Work will be performed in Alpena, Michigan, with an estimated completion date of June 30, 2015. Bids were solicited via the Internet with six received. Fiscal 2014 other procurement funds in the amount of $9,631,139 are being obligated at the time of the award. National Guard Bureau – Michigan, Lansing, Michigan, is the contracting activity (W912JB-14-C-2004).

Aerostar SES, LLC*, Oak Ridge, Tennessee, was awarded an $8,832,628 firm-fixed-price contract to conduct improvements to the Jones Oyster-bed Island Dredged Material Containment Area which include, but are not limited to, the installing and removing of a temporary slit fence, site clearing and grubbing, surveying, and completion of a raised front perimeter dike and shoreline protection along the southwest side of Jones Oyster-bed Island. Work will be performed in Jasper County, South Carolina, with an estimated completion date of Aug. 7, 2015. Bids were solicited via the Internet with four received. Fiscal 2014 other procurement funds in the amount of $8,832,628 are being obligated at the time of the award. U.S Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-14-C-0009).

MACNAK Korte Team LLC*, Lakewood, Washington, was awarded a $19,716,709 firm-fixed-price contract to design/build in fiscal year 2014 a 144-person dormitory at Cannon Air Force Base, Curry County, New Mexico. The dormitory will consist of a three-story building complete with associated utilities, storm drainage, communications, electric, HVAC, lighting protection, fire protection/alarm system, paving, sidewalks, curbs, gutters, access drives, exterior lighting, grading, and physical security requirements. The project also will include demolition of existing building 1156. Work will be performed in Clovis, New Mexico, with an estimated completion date of July 7, 2016. Bids were solicited via the internet with four received. Fiscal 2014 military construction funds in the amount of $19,716,709 are being obligated at the time of the award. U.S. Army Corps of Engineers – Albuquerque District, Albuquerque, New Mexico, is the contracting activity (W912PP-14-C-0020).

NAVY

Northrop Grumman Systems Corp, Aerospace Systems, Bethpage, New York, is being awarded a $3,643,333,802 modification to definitize the E-2D Advanced Hawkeye advanced acquisition contract (N00019-13-C-9999) to a multi-year, fixed-price-incentive-firm target contract. In addition, this modification provides for the procurement of 25 full rate production E-2D Advanced Hawkeye aircraft. Work will be performed in St. Augustine, Florida (24.90 percent); Syracuse, New York (20.58 percent); Melbourne, Florida (7.60 percent); El Segundo, California (4.56 percent); Indianapolis, Indiana (4.06 percent); Menlo Park, California (3.90 percent); Rolling Meadows, Illinois (2.30 percent) and various locations
throughout the United States (32.10 percent); and is expected to be completed in August 2021. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $871,766,824 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded a $1,939,160,819 fixed-price-incentive-fee contract for the full rate production of 11 Lot 38 F/A-18E aircraft for the U.S. Navy and 33 EA-18G aircraft for the U.S. Navy (21) and the government of Australia (12). Work will be performed in El Segundo, California (46 percent); St. Louis, Missouri (30 percent); Fort Worth, Texas (2 percent); East Aurora, New York (1.5 percent); Irvine, California (1percent); Ajax, Ontario, Canada (1 percent), and various locations within the United States (18.5 percent), and is expected to be completed in December 2016. Fiscal 2013 and 2014 aircraft procurement (Navy) funds in the amount of $1,405,732,929 and foreign military sales funds in the amount of $533,427,890 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1) This contract combines purchase for the U.S. Navy ($1,405,732,929; 72.7 percent) and the government of Australia ($533,427,890; 27.3 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-14-C-0032).

Construction Development Services, Inc.*, Norfolk, Virginia (N40085-14-D-8152); Noah Enterprises, Inc.*, Virginia Beach, Virginia (N40085-14-D-8153); Portico Services, LLC*, Manassas, Virginia (N40085-14-D-8154); Syncon, LLC*, Chesapeake, Virginia (N40085-14-D-8155); and Turner Strategic Technologies, LLC*, Norfolk, Virginia (N40085-14-D-8156), are each being awarded an indefinite-delivery/indefinite-quantity multiple-award design-build/design-bid-build contract for construction projects located within the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic Hampton Roads area of responsibility (AOR), primarily for facilities for the Naval Station Norfolk/Naval Support Activity. The maximum dollar value including the base period and four option years for all five contracts combined is $95,000,000. Work provides for, but is not limited to, new construction, renovation, alteration, repairs, site improvement, general construction, electrical, fire protection, mechanical and other associated work on warehouses, training facilities, operational facilities (such as hangers and berthing piers), personnel support and service facilities, utilities, housing facilities and demolition of existing structures and facilities. Syncon, LLC is being awarded task order 0001 at $1,040,970 for the design and construction of Pier 11 power upgrades at Naval Station Norfolk, Norfolk, Virginia. Work for this task order is expected to be completed by January 2016. All work on this contract will be performed within the NAVFAC Mid-Atlantic Hampton Roads AOR, primarily for facilities for the Naval Station Norfolk/Naval Support Activity. The term of the contract is not to exceed 60 months, with an expected completion date of June 2019. Fiscal 2014 military construction (Navy) contract funds in the amount of $1,060,970 are being obligated on this award and will not expire at the end of the current fiscal year. These five contractors may compete for task orders under the terms and conditions of the awarded contract. Future task orders will be primarily funded by military construction (Navy); operation and maintenance (Navy), and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website, with 23 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

John C. Grimberg Company, Inc., Rockville, Maryland, is being awarded firm-fixed-price task order 0008 for $44,200,000 under a multiple award construction contract for design and construction of the Aircraft Prototype Facility Phase II at Naval Air Station Patuxent River. The work to be performed is for the construction of a hangar space for a single large aircraft or up to four smaller aircraft, with concrete pile and grade beam foundation, structural steel frame, insulated metal panel wall system, built-up roofing system over insulated structural metal deck, steel truss roof framing and sliding hangar doors on each end. The project will provide a secure facility, individual secure area(s), aircraft preparation bay and laboratories with equal-sized bays with separate zoning for fire protection alarm system and security systems. Work will be performed at Patuxent River, Maryland, and is expected to be completed by April 2016. Fiscal 2014 non-appropriated funds in the amount of $44,200,000 will be obligated at time of this award. Five proposals were received for this task order. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-10-D-0492).

Hensel Phelps Construction Co., Honolulu, is being awarded a $26,615,298 firm-fixed-price contract for the construction of a Submarine Production Support Facility at Joint Base Pearl Harbor-Hickam. The contract also contains two unexercised options, which if exercised would increase cumulative contract value to $28,870,298. Work will be performed in Oahu, Hawaii, and is expected to be completed by August 2017. Fiscal 2014 and fiscal 2010 military construction (Navy) funds in the amount of $26,615,298 are being obligated at time of this award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with three proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-14-C-1304).

The Boeing Co., St. Louis, Missouri, is being awarded an undefinitized contract action against a previously awarded cost-plus-incentive Fee contract (N00019-11-C-0036) with a not-to-exceed value of $22,200,000 for production of F/A-18E/F Infrared Search and Track Engineering Development Model systems and support equipment. Work will be performed in St. Louis, Missouri (58 percent), and Orlando, Fla. (42 percent), and is expected to be completed in September 2015. Fiscal 2014 research, development, test and evaluation (Navy) funds in the amount of $3,501,815 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $18,369,619 modification to a previously awarded fixed-price-incentive (firm target) contract (N00019-11-C-0083) for the procurement and delivery of electronic components needed to support F-35 production, sustainment, and operations and maintenance requirements. Work will be performed in Fort Worth, Texas, and is expected to be completed in March 2016. Fiscal 2012 and 2014 aircraft procurement, Navy and Air Force funds, and fiscal 2014 operations and maintenance, Navy and Air Force funds, in the amount of $18,369,619 will be obligated at time of award, of which $15,399,162 will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($9,346,195; 51 percent); U.S. Navy ($7,135,231; 39 percent); and international partners ($1,888,193; 10 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DPR Hardin Construction Company-LLC / Whitesell-Green, Inc., JV, Atlanta, is being awarded a firm-fixed-price task order 0010 for $14,810,000 under a multiple award construction contract for design, construction and renovation of the Navy Exchange Service Command Headquarters in Virginia Beach. The task order also contains five unexercised options, which if exercised would increase cumulative task order value to $16,286,000. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by September 2016. Fiscal 2014 non-appropriated funds in the amount of $14,810,000 are being obligated at the time of this award, none of which will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-10-D-5333).
Choctaw Manufacturing Defense Contractor,* McAlester, Oklahoma, is being awarded $14,247,484 for firm-fixed-price delivery order 0014 under an existing indefinite-delivery/indefinite-quantity contract for the purchase of 626 Medium Tactical Vehicle Replacement Modular Production Trailers and Water Dispensing System production units; training, provisioning data, and program support. Work will be performed in McAlester, Oklahoma, and is expected to be completed by Aug. 31, 2015. Fiscal 2012 procurement (Marine Corps) funds in the amount of $5,314,267 and fiscal 2012 procurement (Marine Corps) overseas contingency operations funds in the amount of $8,933,217 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(5). Choctaw Manufacturing Defense Contractor is a Native American owned, Small Business Administration 8 (a)-certified company. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-09-D-5024).

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded a $14,000,000 firm-fixed-price delivery order (#4004) against a previously issued basic ordering agreement (N00019-14-G-0004). This order provides for non-recurring efforts to incorporate the Engineering Change Proposal 4330AU into the Royal Australian Navy MH-60R aircraft for the government of Australia under the Foreign Military Sales Program. In addition, this order includes the delivery of 22 Emergency Locator Transmitter kits. Work will be performed in Stratford, Connecticut (90 percent) and West Palm Beach, Florida (10 percent), and is expected to be completed in June 2016. FMS funds in the amount of $14,000,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Corp., Aerospace Systems, Bethpage, New York, is being awarded $10,266,560 for firm-fixed-price delivery order 0010 against a previously issued Basic Ordering Agreement (N68335-10-G-0021) to procure the avionics source data for the future acquisition of depot level operational test program sets. The avionics source data consists of a detailed functional description document package and system synthesis model report for each avionics unit under test in support of the E-2D Advanced Hawkeye aircraft. Work will be performed in Bethpage, New York, and is expected to be completed in December 2016. Fiscal 2013 and 2014 aircraft procurement (Navy) funds in the amount of $10,266,560 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

BAE Systems Land & Armaments, Santa Clara, California, is being awarded a $7,882,132 modification to previously awarded contract (M67854-13-F-0009) to understand the risks and assist the government in determining the best approach for developing a High Waterspeed Amphibious Combat Vehicle (ACV). Detailed trade studies, requirements studies, operational effectiveness analyses and initial concept design results have been reported to Marine Corps leadership and the assistant secretary of the Navy research, development and acquisition. The contractors will continue these studies as they relate to flexibility and modularity requirements and the impacts to derived system specification requirements. This modification includes options which, if exercised, would bring the cumulative value of the modification to $17,190,479. Work will be performed in Santa Clara, California (80 percent); Sterling Heights, Michigan (11 percent); Stafford, Virginia (6 percent) Aiken, South Carolina (2 percent); and York, Pennsylvania (1 percent), and work is expected to be completed October 2014. With exercised options, work will continue through April 2015. Fiscal 2014 research, development, test and evaluation funds in the amount of $7,882,132 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

Millennium Engineering and Integration Co., Arlington, Virginia, is being awarded a $7,528,016 cost-plus-fixed-fee contract to provide mission planning, test execution and operations, data analysis and reporting, software and hardware maintenance/upgrades, and communications and facilities engineering in support of Missile Defense Communications and Operations Node systems in support of the Aegis Ballistic Missile Defense Program. Work will be performed in Kauai, Hawaii (65 percent); Pearl Harbor, Hawaii (6 percent); Colorado Springs, Colorado (6 percent); Huntsville, Alabama (4 percent); Wallops Island, Virginia (3 percent); San Diego, California (3 percent); Vandenberg Air Force Base, California (3 percent); Washington, District of Columbia (2 percent); Columbia, Maryland (2 percent); Tucson, Arizona (2 percent); Arlington, Virginia (2 percent); Dahlgren, Virginia (2 percent), and is expected to be completed by June 2017. Fiscal 2014 research, development, test and evaluation funding in the amount of $460,000 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with FAR 6.302-1 (a)(2) and DFARS 206.302-1. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-14-C-2006).

General Dynamics Information Technology, Fairfax, Virginia, is being awarded a $7,346,539 modification to previously awarded M67854-13-F-0010 to understand the risks and assist the government in determining the best approach for developing a High Waterspeed Amphibious Combat Vehicle. Detailed trade studies, requirements studies, operational effectiveness analyses and initial concept design results have been reported to Marine Corps leadership and the assistant secretary of the Navy research, development and acquisition. The contractors will continue these studies as they relate to flexibility and modularity requirements and the impacts to derived system specification requirements. This modification includes options which, if exercised, would bring the cumulative value of the modification to $15,901,781. Work will be performed in Sterling Heights, Michigan (96 percent) and Suffolk, Virginia (4 percent), and work is expected to be completed October 2014. With exercised options, work will continue through April 2015. Fiscal 2014 research, development, test and evaluation funds in the amount of $7,346,539 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.
Northrop Grumman Corp., Integrated Systems, Bethpage, New York, is being awarded a $6,700,000 modification to a delivery order (252) placed against a previously issued basic order agreement (N00019-10-G-0004) for two spare engines in support of the E-2D Advanced Hawkeye. Work will be performed in Indianapolis, Indiana (90 percent) and Bethpage, New York (10 percent), and is expected to be completed in September 2015. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $6,700,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Pocono ProFoods,** Stroudsburg, Pennsylvania, has been awarded a maximum $79,800,000 fixed-price with economic-price-adjustment for prime vendor food and beverage support. This contract was a competitive acquisition, and two offers were received. Location of performance is Pennsylvania. This is a two-year base contract with one one-year option and one two-year option period. Using military services are Army, Navy, Air Force, Marine Corps, job corps and detention centers. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3011).

Buckeye Terminals, LLC, Emmaus, Pennsylvania, has been awarded a minimum $42,533,000 firm-fixed-price for fuel storage services. This contract was a competitive acquisition and four offers were received. Locations of performance are Pennsylvania and New Jersey. This is a four-year six-month base contract with no option periods. Using service is Department of Energy. Type of appropriation is fiscal 2014 through fiscal 2019 Department of Energy funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-C-5419).

Renzi Bros. Inc.,* Watertown, New York, has been awarded a maximum $33,600,000 fixed-price with economic-price-adjustment, for prime vendor food and beverage support. This contract was a competitive acquisition, and three offers were received. Location of performance is New York. This is a two-year base contract with one one-year option and one two-year option. Using military services are Army and Air Force. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3012).
Global Companies, LLC, Waltham, Massachusetts, has been awarded a minimum $24,300,000 firm-fixed-price for fuel storage services. This contract was a competitive acquisition and four offers were received. Location of performance is Massachusetts. This is a four-year six-month base contract with no option periods. Using service is Department of Energy. Type of appropriation is fiscal 2014 through fiscal 2019 Department of Energy funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-C-5420).
BP Products North America, Chicago, Illinois, has been awarded a minimum $21,465,000 firm-fixed-price for fuel storage services. This contract was a competitive acquisition and four offers were received. Locations of performance are Illinois and New Jersey. This is a four-year six-month base contract with no option periods. Using service is Department of Energy. Type of appropriation is fiscal 2014 through fiscal 2019 Department of Energy funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-C-5418).

MISSILE DEFENSE AGENCY

Raytheon Missile Systems Co., Tucson, Arizona is being awarded a $50,239,866, modification (P00023) to previously awarded contract HQ0276-13-C-0001 for the procurement of material, fabrication, test and delivery of 52 SM-3 Block IB missiles and related support efforts. This modification increases the total contract value from $960,167,394 to $1,010,407,260. The work will be performed in Tucson, Arizona, with an expected completion date of Feb. 8, 2017. This modification definitizes the previously awarded undefinitized contract action (effective Jan. 9, 2014 for a value of $506,178,300). Fiscal 2014 defense-wide procurement in the amount of $152,625,839 is being obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

Raytheon Co, Integrated Defense Systems, Woburn, Massachusetts, has been awarded an estimated $14,521,358 modification (P00037) to previously awarded contract HQ0147-12-C-0014 for Object Classification (OC) requirement database enhancements and deployment. The modification brings the total cumulative face value of the contract to $205,098,422 from $190,531,002. Work will be performed at Woburn, Massachusetts, with an expected completion date of Oct. 31, 2017. Fiscal 2014 research, development, test and evaluation funds in the amount of $3,076,446 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.
*Small business

**Woman-owned small business


Friday, April 18, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR APRIL 18, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

DEFENSE LOGISTICS AGENCY

Delta Industries, East Granby, Conn., has been awarded a maximum $37,177,882 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for turbine exhaust engine cases. This is a competitive acquisition, and one offer was received. This is a two-year base contract. Location of performance is Connecticut with a May 31, 2016 performance completion date. Using service is Air Force. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Tinker Air Force Base, Okla., (SPRTA1-14-D-0009).

Golden State Medical Supply,* Camarillo, Calif., has been awarded a maximum $22,512,293 modification (P00054) exercising the fifth option period on a one-year base contract (SPM2D0-09-D-0001) with seven one-year option periods for various pharmaceutical supplies. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is California with an April 20, 2015 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.

ARMY

Lockheed Martin Corp., Orlando, Fla., was awarded a $24,449,293 cost-plus-fixed-fee, sole-source contract to install a vehicle and dismounted exploitation radar (VADER) system and an aerial precision geolocation kit on a King Air 350ER aircraft. Fiscal 2013 research, development, testing and evaluation funds in the amount of $5,700,639 were obligated at the time of the award. Estimated completion date is March 18, 2015. One bid was solicited and one received. Work will be performed in Hagerstown and Linthicum Heights Md.; Greenville, Texas; and Fayetteville N.C. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-14-C-0040).
RSP Architects, Minneapolis, Minn., was awarded a $9,000,000 firm-fixed-price contract for architect and engineer services for the design, construction of various Air Force Reserve projects. Funding and work location will be determined with each order. Estimated completion date is April 18, 2019. Bids were solicited via the Internet with 32 received. U.S. Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-14-D-0008).

NAVY

General Dynamics Ordnance and Tactical Systems, Orlando, Fla., is being awarded a $9,248,770 modification to previously awarded contract (N00174-08-D-0021) for the procurement of the improved mechanical remote fuze disassembly kit (I-MRFDK ) production units, training, system maintenance and spare and depot level repair parts. The I-MRFDK is a portable ordnance inerting and disassembly system operated by explosive ordnance disposal technicians to safely inert fuzes used with projectiles, bombs, and other explosive ordnance. Work will be performed in Orlando, Fla., and is expected to be completed by September 2015. Contract funds will not be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity.

3 Phoenix Inc., Chantilly, Va., is being awarded a $7,263,632 modification to previously awarded contract (N00024-13-C-6264) to procure two TB-29A Inverted Passive Electrical Network (iPEN) Towed Array production representative units, associated spares and test equipment. iPEN leverages technology developed under Small Business Innovation Research Topic N04-138, “Real-time Data Fusion and Visualization Interface for Environmental Research Data.” iPEN telemetry acts as a data fusion point for the integration of towed array handling system sensor data. This technology is expected to provide significant improvement in reliability and operational availability of TB-29A towed arrays. Work will be performed in Wake Forest, N.C. (50 percent); Houston, Texas (25 percent); Hanover, Md. (15 percent); and Chantilly, Va. (10 percent), and is expected to be completed by August 2015. Fiscal 2011 and 2012 shipbuilding and conversion, Navy contract funds in the amount of $7,263,632 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.

AIR FORCE

Rand and Jones Enterprises, Co., Inc., Buffalo, N.Y., has been awarded an $8,000,000 indefinite-delivery/indefinite-quantity contract for a Simplified Acquisition of Base Engineering Requirements contract for completion of minor, non-complex construction projects requiring minimum design. Typical projects involve a number of general construction disciplines including, but not limited to, plumbing, masonry, electrical, mechanical, architectural, painting, HVAC, and abatement. Work will be performed at Rome, Newport, and Stockbridge, N.Y., and is expected to be completed April 18, 2019. The ordering period concludes five years after the effective date of the contract. This award is the result of a competitive acquisition. The solicitation was conducted through Federal Business Opportunities, and two offers were received. Funding varies based on individual requirements but is primarily operations and maintenance, research and development, or Defense Finance and Accounting Service. Current fiscal year funding will be provided on individual orders. Air Force Research Laboratory Specialized Acquisition and Operational Contracting Branch, Rome N.Y., is the contracting activity (FA8751-14-D-0004).

TRICARE

Express Scripts Inc., St. Louis, Mo., is being awarded a $33,800,000 requirements-type contract with fixed unit prices, to provide pharmacy benefit management services to the Department of Defense TRICARE pharmacy program. The total cumulative face value of the contract, including the one year base period and seven one-year option periods, if exercised, for pharmacy benefit management services, and options for contract phase-out, is estimated at $5,364,684,318. The TRICARE Pharmacy Benefits Program offers pharmacy services through direct care pharmacy services at Military Treatment Facilities; retail network pharmacies; authorized retail non-network pharmacies; or delivery through the TRICARE Home Delivery/Mail Order Pharmacy. Retail pharmacy services are available in all 50 states and the District of Columbia, Guam, Puerto Rico, and the Virgin Islands. The contractor will perform pharmacy benefits management functions, including the following: perform claims adjudication, administer a retail pharmacy network, operate mail order pharmacy, provide clinical services for specialty pharmaceuticals, process direct member reimbursements for claims filled at retail network and non-network pharmacies, perform clinical reviews, and provide beneficiary and pharmacy support services. The contractor will also perform as a fiscal intermediary on behalf of DoD to pay for all authorized pharmaceuticals and supplies dispensed for eligible beneficiaries at retail pharmacies and transmit all claim information to the Pharmacy Data Transaction Service, the DoD designated data warehouse. This contract was competitively procured using the Best Value Tradeoff Source Selection process, with two offers received. Fiscal 2014 DoD operations and maintenance funding in the amount of $33,800,000 is being obligated at award. The Defense Health Agency, Aurora, Colo., is the contracting activity (HT9402-14-D-0002).

*Small Business

Thursday, April 17, 2014

U.S. SOLDIERS, AFGHAN ARMY SOLDIERS DURING CLEARING OPERATION IN MAIWAND DISTRICT OF AFGHANISTAN

FROM:  U.S. DEFENSE DEPARTMENT 



A U.S. Army Special Forces soldier provides security during a clearing operation in Sorbaghal village in the Maiwand district of Afghanistan's Kandahar province, April 10, 2014. The soldier is assigned to Combined Joint Special Operations Task Force-Afghanistan. U.S. Army photo by Spc. Sara Waka.




U.S. soldiers and Afghan army commandos help wounded Afghan soldiers into a U.S. Army UH-60 Black Hawk helicopter while conducting a medical evacuation mission in Sorbaghal village in the Maiwand district of Afghanistan's Kandahar province, April 10, 2014. U.S. Army photo by Spc. Sara Waka.

Tuesday, April 15, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR APRIL 14, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
AIR FORCE

AECOM Technical Services Inc., Los Angeles, Calif., (FA8903-14-D-0001); Baker-Stanley-Cardno Joint Venture, Moon Townside, Pa., (FA8903-14-D-0002); OTIE-RS&H Joint Venture, Milwaukee, Wis., (FA8903-14-D-0004); Parsons Brinkckerhoff-FSB-H&A Joint Venture, Houston, Texas, (FA8903-14-D- 0005); Parsons Government Services Inc., San Antonio, Texas, (FA8903-14-D-0006), and LEIDOS Inc. (formerly SAIC), McLean, Va., (FA8903-14-D-0007) have been awarded a $950,000,000 indefinite-delivery/indefinite-quantity contract for architect-engineering services to support military construction (MILCON), military family housing (MFH), and sustainment, restoration and modernization (SRM) programs worldwide. The work includes efforts to perform Title I, Title II, and other A-E services to administer, coordinate, and technically support the Air Force Civil Engineer's MILCON, MFH (to include military housing privatization initiatives, SRM program areas, and other areas of essential support worldwide. These programs could include work in various government installations in the United States, at various overseas government locations, at government territorial possessions, at Defense Logistics Agency fuel facilities worldwide, and at other worldwide locations of interest to the government that could include contingency operation, remote, austere and/or hostile locations. Work is expected to be complete by April 2021. This award is the result of a qualifications-based selection process in accordance with FAR 36.6 and the Brooks Act, Public Law 92-582 electronically through Federal Business Opportunities and 82 offers were received. Fiscal 2014 funds from a variety of types (Environmental Restoration Account/Environmental Compliance, Base Realignment and Closure, MFH, and operations and maintenance) in the amount of $3,000 are being obligated for the first task order for each of the contractors. 722 ESS/PKB, Joint Base San Antonio, Lackland Air Force Base, Texas, is the contracting activity.

Booz Allen Hamilton, McLean, Va. (FA8075-14-D-0002); Battelle Memorial Institute, Columbus, Ohio (FA8075-14-D-0003); Jacobs Technology Inc., Tullahoma, Tenn. (FA8075-14-D-0004); MacAulay-Brown Inc., Dayton, Ohio (FA8075-14-D-0005); MRI Global, Kansas City, Mo. (FA8075-14-D-0006); National Security Information Associates, Chantilly, Va. (FA8075-14-D-0007); Strategic Analysis Inc., Arlington, Va. (FA8075-14-D-0008); Leidos Inc., Reston, Va. (FA8075-14-D-0009); Scitor Corp., Colorado Springs, Colo. (FA8075-14-D-0010); TASC Inc., Andover, Md. (FA8014-14-D-0011); URS Federal Services Inc., Germantown, Md. (FA8075-14-D-0012); and Wyle Laboratories Inc., Houston, Texas (FA8075-14-D-0013) have been awarded a maximum $900,000,000 cost-plus-fixed-fee, firm-fixed-price, multiple-award, indefinite-delivery/indefinite-quantity contract for Homeland Defense and Security Technical Area Tasks (HD TATs). The HD TATs multiple-award IDIQ contracts will provide research, development, test and evaluation, and advisory and assistance services related to research and development efforts for TATs within the chemical, biological, radiological and nuclear defense, homeland defense and security, critical infrastructure protection, weapons of mass destruction, biometrics, medical, cultural studies and alternative energy focus areas. Location of performance will be cited on individual task orders. Generally, work will be performed at government facilities, and the period of performance is five years. The ordering period is a one year basic period with four one-year option periods with work expected to be completed by April 2019 if all option periods are exercised. Individual task orders, obligating fiscal 2014 research and development funds, will be issued against the basic contracts, in order to meet the minimum order guarantee. The multiple-award contracts were competitively procured by full and open competition along with a small business reservation via the Federal Business Opportunities website with 13 offers received. The Air Force Installation Contracting Agency, Offutt Air Force Base, Neb., is the contracting activity.

Jacobs Government Services Co., Oak Ridge, Tenn. (FA8903-14-D-0023); MWH-Cardno TEC Baker-A Joint Venture, San Antonio, Texas (FA8903-14-D-0024); and Zapata Inc., Charlotte, N.C. (FA8903-14-D-0025), have been awarded a $500,000,000 indefinite-delivery/indefinite-quantity contract for architect-engineering services to include environmental projects consisting of planning and programming, restoration, quality (compliance and pollution prevention), and conservation as required by the Air Force Civil Engineering Center. These programs could include work in various government installations in the United States, at various overseas government locations, at government territorial possessions, at Defense Logistics Agency fuel facilities worldwide, and at other worldwide locations of interest to the government that could include contingency operation, remote, austere and/or hostile locations. Work is expected to be complete by April 2021. This award is the result of a qualifications-based selection process in accordance with FAR 36.6 and the Brooks Act, Public Law 92-582 electronically through Federal Business Opportunities and 37 offers were received. Fiscal 2014 funds from a variety of types (Environmental Restoration Account/Environmental Compliance, Base Realignment and Closure, MFH, and operations and maintenance) in the amount of $3,000 are being obligated for the first task order for each of the contractors. 722 ESS/PKB, Joint Base San Antonio, Lackland Air Force Base, Texas, is the contracting activity.

NAVY

Baldi Bros. Inc.,* Beaumont, Calif. (N62473-14-D-0043); Coffman Specialties Inc., San Diego, Calif. (N62473-14-D-0044); Flatiron West Inc., San Marcos, Calif. (N62473-14-D-0045); Granite Construction Co., Watsonville, Calif. (N62473-14-D-0046); Kiewit Infrastructure West, Co., Vancouver, Wash. (N62473-14-D-0047); and Reyes Construction Inc., Pomona, Calif. (N62473-14-D-0048); are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple-award construction contract for airfield paving and heavy duty paving projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value including the base period and four option years for all six contracts combined is $99,000,000. Types of projects may include, but are not limited to: paving of airfield runway, taxiway, apron, and support areas for aircraft; and heavy duty paving of areas intended for heavy military and other heavy operational vehicles and equipment. No task orders are being issued at this time. Work on these contracts will be performed within the NAVFAC Southwest AOR including, but not limited to, California (80 percent), Arizona (16 percent), Nevada (1 percent), Utah (1 percent), Colorado (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of April 2019. Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $30,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured as full and open unrestricted procurement with a Historically Underutilized Business Zone price evaluation preference in accordance with FAR 52.219-4 and one reserve for small business via the Navy Electronic Commerce Online website with 20 proposals received. The reserve was met by award to Baldi Bros. Inc. These six contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

BCF Solutions Inc., Arlington, Va. (N65236-14-D-4151); Booz Allen Hamilton Inc., McLean, Va. (N65236-14-D-4152); Bowhead Science and Technology LLC, Alexandria, Va. (N65236-14-D-4153); CommIT Enterprises Inc.,* Hughesville, Md. (N65236-14-D-4154); Deloitte Consulting LLP, Alexandria, Va. (N65236-14-D-4155); TASC Inc., Andover, Mass. (N65236-14-D-4156); and Whitney, Bradley and Brown Inc., Reston, Va. (N65236-14-D-4157), are each being awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, with provisions for cost-plus-fixed-fee task orders, performance based multiple award contract. The cumulative, estimated ceiling value of the base year is $83,333,333. The contracts are for the procurement of program management and financial management support services including non-inherently governmental services to perform analyses and research. These contracts include options which, if exercised, would bring the cumulative ceiling value of these contracts to an estimated $250,000,000. This contract action merely establishes a potential ceiling value and does not obligate the Navy to fund to the ceiling. Work will be performed worldwide. Work is expected to be completed by April 2015. If all options are exercised, work could continue until April 2017. SPAWAR Systems Center Atlantic Navy working capital funds in the amount of $15,000 will be obligated at the time of award as the minimum guarantee and will be split among the seven awardees; these funds will not expire at the end of the current fiscal year. This contract action establishes a potential ceiling value, in which funds are obligated on individual task orders for efforts that fall within the core competency areas. The multiple award contracts were competitively procured by full and open competition via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 12 offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

iRobot Corp., Bedford, Mass., is being awarded a $59,220,496 modification to previously awarded contract (N00174-11-D-0013) for the procurement of Man Transportable Robotic System (MTRS) production systems, depot level repair parts, spare kits, depot repair services, parts supply, training, engineering enhancements, configuration management, and approved accessories. The MTRS is a small robotic vehicle used by explosive ordnance disposal technicians to conduct remote reconnaissance, render safe, and/or dispose of explosive devices. Work will be performed in Bedford, Mass., and is expected to be completed by April 2015. Fiscal 2014 operations and maintenance, Army and fiscal 2014 operations and maintenance, Navy contract funds in the amount of $720,500 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity.

Whitman, Requardt & Associates LLP, Baltimore, Md., is being awarded a maximum amount $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract with for multi-discipline architect-engineering services in support of projects primarily in New Jersey, New York, and Pennsylvania. The work to be performed provides for the following engineering and design services, but is not limited to building construction and addition of special projects and military construction facilities, general building renovation work, development of design-bid-build packages, development of design-build request for proposal packages, conducting life safety code studies, interior space planning/design studies, engineering and design site work, paving, landscaping, communications, fire protection, energy conservation systems, utilities and facility planning. Task order 0001 is being awarded at $157,886 for survey of sanitary and storm drain systems in Building 77L at the Philadelphia Navy Yard, Philadelphia, Pa. Work for this task order is expected to be completed by August 2014. All work will be performed at various Navy and Marine Corps facilities and other government facilities throughout the Naval Facilities Engineering Command, Mid-Atlantic area of responsibility including, but not limited to, New Jersey (34 percent), New York (33 percent), and Pennsylvania (33 percent). The term of the contract is not to exceed 60 months with an expected completion date of April 2019. Fiscal 2014 Navy working capital fund contract funds in the amount of $157,886 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance, Navy. This contract was competitively procured via the Navy Electronic Commerce Online website, with 18 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic Northeast, Integrated Product Team, Norfolk, Va., is the contracting activity (N40085-14-D-5205).
Insitu Inc., Bingen, Wash., is being awarded $10,222,289 for firm-fixed-price delivery order 0015 against a previously issued basic ordering agreement (N00019-12-G-0008) for interim contractor services in support of the RQ-21A Unmanned Aircraft System, including all requirements necessary to support the system at the organizational level during planned and surge flight operations. Services include integrated logistics support, program planning and management support, field service technical support, data reporting, and hardware to maintain the RQ-21 production configuration during initial fielding. Work will be performed at Marine Corps Air Station, Cherry Point, N.C. (80 percent) and Bingen, Wash. (20 percent), and is expected to be completed in April 2015. Fiscal 2014 procurement, Marine Corps funds in the amount of $10,222,289 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

Golden Manufacturing Co., Inc.,* Golden, Miss., has been awarded a maximum $54,873,720 modification (P00102) exercising the first option period on a one-year base contract (SPM1C1-13-D-1047) with four one-year option periods for various Permethrin Army combat uniform coats. This is a firm-fixed-price contract. Locations of performance are Mississippi and Georgia with an April 16, 2015 performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. (Awarded April 9, 2014)

Dental Health Products,* New Franken, Wis., has been awarded a maximum $38,436,832 modification (P00002) exercising the second option period on a one-year base contract (SPM2DE-12-D-7459) with four one-year option periods for distribution of general dental supplies. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Wisconsin with an April 27, 2015 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 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

MedImmune Biologics Inc., Gaithersburg, Md., has been awarded a maximum $23,274,000 modification (P00101) exercising the first option period on a one-year base contract (SPM2D0-13-D-0006) with one one-year option period for intranasal influenza vaccine spray. This is a firm-fixed-price contract. Locations of performance are Maryland and Pennsylvania with a June 26, 2015 performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

ARMY

Allison Transmission Inc., Indianapolis, Ind., was awarded a $51,444,025 modification (P00026) to multi-year contract W56HZV-08-D-0159 to acquire 99 X1100-3B transmissions for M1A2 Abrams tanks. Work will be performed in Indianapolis, Ind. Estimated completion date is Sept. 30, 2015. Fiscal 2013 other procurement funds in the amount of $11,349,458 were obligated at the time of the award. Army Contracting Command, Warren, Mich., is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

LEIDOS, Reston, Va., is being awarded a $7,294,064 modification (18) to firm-fixed-price contract (HQ0034-11-F-0080) to provide mission support services for court room and case preparation. Services required are linguistic, translation, transcription support, court reporters, and expert witnesses for commission hearings. Work will be performed in Washington, D.C., with an expected completion date of April 14, 2016. Fiscal 2014 operations and maintenance funds in the amount of $7,294,064 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured, with one proposal received. Washington Headquarters Services, Arlington, Va., is the contracting activity.

*Small Business

Wednesday, April 9, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS
ARMY

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

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

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

DEFENSE LOGISTICS AGENCY

BT Raymond Inc., Frederick, Md., has been added to a previously announced (Dec 3, 2013) maximum estimated $633,000,000 fixed-price with economic-price-adjustment contract for the procurement of commercial type material handling equipment. This contract is being issued against solicitation number SPM8EC-11-R-0001. This contract was a competitive acquisition, and thirty-eight offers were received. This contract is for a term of five years and is for a portion of the estimated $633,000,000 and will be competed amongst other contractors who receive a contract under this solicitation. Request for quotations will be issued to all contract awardees and the resulting contract delivery order(s) will be awarded to the offerer with the lowest price that is technically acceptable. Locations of performance are Maryland and New York with an April 8, 2019 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8EC-14-D-0014).
Dennis K. Burke, Inc., Chelsea, Mass., has been awarded a maximum $65,282,707 fixed-price with economic-price-adjustment contract for fuel. This is a competitive acquisition, and thirty-four offers were received. This is a three-year base contract with no option periods. Locations of performance are Massachusetts, Maine, New Hampshire, New York, Rhode Island, and Connecticut with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, federal civilian agencies, and Air National Guard. Type of appropriation is fiscal year 2014 through fiscal year 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-14-D-8521).

NAVY

Potomac-Hudson Engineering Inc.,* Gaithersburg, Md., is being awarded a maximum $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering (A-E) contract for A-E services for preparation of Navy and Marine Corps environmental planning documents for upland and desert projects in the Naval Facilities Engineering Command Southwest area of responsibility. The work to be performed provides for data collection, natural resource survey, and resource effects analysis work related to National Environmental Policy Act (NEPA) and other environmental planning services. Services will include, but are not limited to the preparation of the following primary NEPA related documents: environmental assessments; environmental impact statements; draft findings of no significant impact; and draft records of decision. No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps installations in California (85 percent), Arizona (6 percent), Nevada (6 percent), and other Department of Defense installations and federal agencies in the United States (3 percent). The term of the contract is not to exceed 60 months with an expected completion date of April 2019. Fiscal 2014 environmental restoration, Navy contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-14-D-1404).

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

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

*Small Business

Tuesday, April 8, 2014

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

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

Rosenbauer America,* Lyons, S.D., has been awarded a maximum $382,500,000 fixed-price with economic-price-adjustment contract for the procurement of commercial type fire and emergency vehicles. This contract is a competitive acquisition, and 24 offers were received. This contract is one of up to 20 contracts being issued against solicitation number SPM8EC-11-R-0005. This contract is for a term of five years and is for a portion of the estimated $382,500,000, and will be competed amongst other contractors who receive a contract under this solicitation. Request for quotations will be issued to all twenty and the resulting contract delivery order(s) will be awarded to the offerer with the lowest price that is technically acceptable. Locations of performance are South Dakota and Minnesota with an April 7, 2019 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8EC-14-D-0015).

Atlantic Diving Supply Inc.,* Virginia Beach, Va., has been awarded a maximum $66,783,068 modification (P00003) exercising the first option period on a one-year base contract (SPM2D0-13-D-0003) with nine one-year option periods for various medical/surgical products. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Virginia with an April 8, 2015 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.

Henry Schein Inc., Melville, N.Y., has been awarded a maximum $26,602,450 modification (P00012) exercising the fourth option period on a one-year base contract (SPM2DE-10-D-7342) with four one-year option periods for various laboratory supplies. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is New York with an April 25, 2015 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.

Labatt Food Service, San Antonio, Texas, has been awarded a maximum $17,250,000 modification (P00204) exercising the first option period on a one-year base contract (SPM300-13-D-3655) with one one-year option period for full line food distribution. This is a fixed-price with economic-price-adjustment, indefinite-quantity contract. Location of performance is Texas with an April 12, 2015 performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Stern Produce Co.,* Phoenix, Ariz., has been awarded a maximum $16,625,000 fixed-price with economic-price-adjustment contract for fresh fruit and vegetables support. This is a competitive acquisition, and one offer was received. This is an 18-month base contract with two 18-month option periods. Location of performance is Arizona with an Oct. 12, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, federal civilian agencies, and Department of Agriculture schools and reservations. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE300-14-D-P255).

RPR Industries,* Grantsville, W.Va., has been awarded a maximum $11,601,492 firm-fixed-price contract for life preservers and component parts. This is a competitive acquisition, and two offers were received. This is a two-year base contract with three one-year option periods. Location of performance is West Virginia with a July 12, 2016 performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8EH-14-D-0007).

Exelan Pharmaceuticals Inc., Lawrenceville, Ga., has been awarded a maximum $8,509,384 firm-fixed-price contract for pharmaceutical products. This is a competitive acquisition, and four offers were received. This is a one-year base contract with four one-year option periods. Locations of performance are Georgia and New York with an April 7, 2015 performance completion date. Using services are 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., (SPM2D0-14-D-N005).

ARMY

Savi Technology Inc.,* Alexandria, Va., was awarded a $102,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Active Radio Frequency iIdentification hardware, software, documentation, and incidental services to authorized government users worldwide. Incidental services include training, warranty, and technical engineering services. Funding and work performance locations will be determined with each order. Estimated completion date is April 6, 2017. Bids were solicited via the Internet with one received. Army Contracting Command, Rock Island Arsenal, Ill., is the contracting activity (W52P1J-14-D-0014).

NAVY

Patricia I. Romero Inc., doing business as Pacific West Builders*, National City, Calif. (N62473-14-D-0038); Peter Vander Werff Construction Inc.,* El Cajon, Calif. (N62473-14-D-0039); Dimensions Construction Inc.*, San Diego, Calif. (N62473-14-D-0040); I.E.-Pacific Inc.,* San Diego, Calif. (N62473-14-D-0041); and Halbert Construction Co., Inc.,* El Cajon, Calif. (N62473-14-D-0042) are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for new construction, renovation, and repair of general building construction at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value including the base period and four option years for all five contracts combined is $99,000,000. Types of projects may include, but are not limited to: administration buildings, school buildings, hospitals, auditoriums, fire stations, gymnasiums, office buildings, hangars, laboratories, and parking structures. No task orders are being issued at this time. All work on these contracts will be performed within the NAVFAC Southwest AOR including, but not limited to, California (90 percent), Arizona (6 percent), Nevada (1 percent), Utah (1 percent), Colorado (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of April 2019. Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $25,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured as a set-aside for Historically Underutilized Business Zone and/or Service-Disabled Veteran-Owned Small Businesses via the Navy Electronic Commerce Online website, with 35 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.
Lockheed Martin Mission Systems and Training, Moorestown, N.J., is being awarded a $45,351,395 modification to previously awarded contract (N00024-14-C-5114) to provide multi-year procurement funding for Aegis Weapon System MK 7 equipment sets. Work will be performed in Moorestown, N.J. (85.5 percent), Clearwater, Fla. (13.1 percent), and Akron, Ohio (1.4 percent) and is expected to be completed by September 2021. Fiscal 2014 shipbuilding and conversion, Navy funding in the amount of $45,351,395 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

AIR FORCE

Lockheed Martin Coherent Technologies Inc., Louisville, Colo., has been awarded a $9,387,611 cost-plus-fixed-fee contract to develop a ground-based wind profiler to meet the functional, performance, and environmental requirements for precision airdrop. The objective of this effort is to develop an affordable, rugged, set-and-start solution for precise wind measurement for precision air drop (PAD) at forward operating bases that shall enable the government to achieve 50 meters drop accuracy. This technology development shall enable accurate wind measurements from the ground to altitudes near the aircraft, and shall contribute to all-weather accurate determination of the computed-air release point for a single-pass aircraft scenario for PAD. Work will be performed at Louisville, Colo., and is expected to be completed by Oct. 16, 2015. The award is a result of a competitive acquisition under an open-ended Broad Agency Announcement. Unlimited offers were solicited and one offer was received. Fiscal 2013 ($500,000) and fiscal 2014 ($1,819,300) research and development funds are being obligated at time of award. Air Force Research Laboratory/RQKPD, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-C-2444).
*Small Business

Monday, April 7, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR APRIL 7, 2014

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

NAVY

Thales Defense & Security Inc., Clarksburg, Md., is being awarded a $38,527,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Optimized Top Owl (OTO) Helmet Mounted Sight and Display (HMSD) Sustainment Capability services for the H-1 Aircraft program. This contract includes the facility, labor, materials, parts, test and tooling equipment required for the OTO repair capabilities transition plan from Bordeaux, France to the United States. In addition, this contract includes all maintenance, support activities, repairs, calibrations and technical data required to return the OTO HMSD associated items to a ready for issue condition. Work will be performed in Clarksburg, Md., and is expected to be completed in April 2019. Fiscal 2014 Navy working capital funds in the amount of $1,846,908 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-14-D-0014).
Raytheon Missile Systems, Tucson, Ariz., is being awarded a $9,595,524 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-11-D-0004) to provide AIM-9X Sidewinder mission support and sustainment activities for the U.S. Air Force, the U.S. Navy, and the governments of Singapore, Australia, Denmark, Finland, Turkey, South Korea, Switzerland, Saudi Arabia, and Poland under the Foreign Military Sales Program. Work will be performed in Tucson, Ariz., and is expected to be completed in April 2015. Funds are not being obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Wolverine World Wide Inc., Rockford, Mich., has been awarded a maximum $14,955,649 modification (P00102) exercising the third option period on a one-year base contract (SPM1C1-11-D-1045) with four one-year option periods for men’s and women’s safety boots. This is a firm-fixed-price contract. Location of performance is Michigan with an April 7, 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.

MISSILE DEFENSE AGENCY

Lockheed Martin Mission Systems and Training, Moorestown, N.J., has been awarded a $13,684,749 modification (number P00138) to contract HQ0276-10-C-0001 for support of advanced concepts initiatives by the Aegis Ballistic Missile Defense Program Office to identify technology for introduction into present and future Aegis Ballistic Missile Defense Baselines/Spirals. This modification brings the total cumulative face value of the contract to $1,788,932,405 from $1,775,247,656. Work will be performed at Moorestown, N.J., with an expected completion date of June 30, 2014. Fiscal 2014 research, development, test and evaluation funds in the amount of $13,684,749 are being obligated at time of award. The Missile Defense Agency, Dahlgren, Va., is the contracting activity.

ARMY

Lockheed Martin, Liverpool, N.Y., was awarded a $9,085,206 modification (P00092) to contract W15P7T-06-C-T004 for interim contractor services required to continue support of the AN/TPQ-53 radar fleet. Fiscal 2012 other procurement, Army funds in the amount of $9,085,206 were obligated at the time of the award. Estimated completion date is Sept. 30, 2014. Work will be performed in Liverpool, N.Y. Army Contracting Command, Aberdeen, Md., is the contracting activity.

Schwartz Excavating Inc.,*Countryside, Ill., was awarded a $7,236,001 firm-fixed-price contract for construction services for the Chicagoland Underflow Plan, McCook Reservoir Stage 2 Slope Stabilization Project, greater Chicago, Illinois. The project includes soil nail walls, fill placement, excavation, grading, and the cellular confinement system for the current reservoir expansion. Fiscal 2014 operations and maintenance, Army funds in the amount of $7,236,001 were obligated at the time of the award. Estimated completion date is Dec. 30, 2014. Bids were solicited via the Internet with six received. Work will be performed in Bedford Park, Ill. U.S. Army Corps of Engineers, Buffalo, N.Y., is the contracting activity (W912P4-14-C-0003).
*Small Business

Friday, April 4, 2014

U.S. DEFENSE DEPARTMENT CONTRACTS FOR APRIL 3, 2014

FROM:  U.S. DEFENSE DEPARTMENT 
CONTRACTS

ARMY

ABM Government Services LLC, Hopkinsville, Ky. (W91278-14-D-0025); Brasfield & Gorrie LLC, Birmingham, Ala. (W91278-14-D-0026); Hoar Construction LLC, Birmingham, Ala. (W91278-14-D-0027); ITSI Gilbane Co., Walnut Creek, Calif. (W91278-14-D-0028); J&J Maintenance Inc., doing business as J&J Worldwide Services; Austin, Texas (W91278-14-D-0029); John J. Kirlin Special Projects LLC, Rockville, Md. (W91278-14-D-0030); United Excel Corp., Merriam, Kan.(W91278-14-D-0031), were awarded a $249,000,000 firm-fixed-price multi-year multiple-award task order contract to design and build Army medical facilities. Funding and work performance location will be determined with each order. Estimated completion date is April 2, 2019. Bids were solicited via the Internet with 29 received. U.S. Army Corps of Engineers, Mobile, Ala., is the contracting activity.

McCann World Group Inc., New York, N.Y., was awarded a $196,034,789 modification (P00012) to multi-year contract W9124D-11-D-0036 for a full range of professional marketing and advertising services in support of a nationwide advertising campaign for recruitment and retention programs throughout the Army. Funding and work performance location will be determined with each order. Estimated completion date is April 6, 2015. Army Contracting Command, Fort Knox, Ky., is the contracting activity.

The Boeing Co., Ridley Park, Pa., was awarded an $18,962,520 modification (0307) to contract W58RGZ-04-G-0023 to integrate improved drive train development with the Block II system level engineering effort being conducted under the Block II Aircraft Component Improvement Program supporting the CH-47 aircraft. Fiscal 2014 research, development, testing, and evaluation funds in the amount of $18,962,520 were obligated at the time of the award. Estimated completion date is May 29, 2015. Army Contracting Command, Redstone Arsenal., Ala., is the contracting activity.

L-3 Communications Aerospace LLC, Madison, Miss., was awarded an $18,086,317 modification (P00030) to contract W912NW-11-F-0102 to provide logistical, administrative, and base operations support to include data input and data gathering for the Corpus Christi Army Depot mission to overhaul, repair, modify, retrofit, test and modernize helicopters, engines and components for all services and foreign military customers. Fiscal 2014 other procurement funds in the amount of $18,086,317 were obligated at the time of the award. Estimated completion date is Oct. 28, 2014. Army Contracting Command, Corpus Christi, Texas, is the contracting activity.

Kearfott Corp., Black Mountain, N.C. was awarded an $8,628,628 firm-fixed-price contract for the Actuator, Electro-Me for the Blackhawk weapons system. The minimum quantity is 120 and the maximum quantity is 1,440. Funding and work performance location will be determined with each order. Estimated completion date is April 3, 2018. Two bids were solicited with one received. Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-14-D-0073).

Contrack International Inc., McLean, Va., was awarded a $6,749,291 firm-fixed-price contract for constructing a power plant to power the Army prepositioned stocks-5 warehouses, Camp Arifjan, Kuwait. Fiscal 2010 military construction funds in the amount of $6,749,291 were obligated at the time of the award. Estimated completion date is Nov. 30, 2015. Bids were solicited via the Internet with thirteen received. Work will be performed in Kuwait. U.S. Army Corps of Engineers, Winchester Va., is the contracting activity (W912ER-14-C-0011).
NAVY
BAE Systems Electronic Solutions, Nashua, N.H., is being awarded a $47,352,248 indefinite-delivery/indefinite-quantity delivery order contract for the manufacture of the transmitter countermeasures T-1687A/ALE-70 (V) in support of the Joint Strike Fighter program. Work will be performed at Nashua, N.H., and work is expected to be completed by April 2017. Fiscal 2014 procurement of ammunition Navy and Marine Corps, and fiscal 2012 Air Force aircraft funding in the amount of $14,314,816 will be obligated at the time of award. The Air Force funds in the amount of $6,308,224 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(l). The NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-14-D-K054).

DLT Solutions, Herndon, Va., is being awarded a potential $35,664,115 fixed-price blanket purchase agreement (BPA) under the Department of Navy (DoN) Enterprise Software Licensing initiative to provide Symantec brand-name software licenses and maintenance renewal for the Navy and Marine Corps. The resulting award will be subject to the DoN policy entitled, “Mandatory Use of Department of the Navy Enterprise Licensing Agreements.” This one-year base award includes four, one-year option periods which, if exercised, would bring the potential value of this award to an estimated $322,034,113. Work will be performed in Herndon, Va., and the base period is expected to be completed April 2, 2015. This agreement will not obligate funds at the time of award. BPA calls or orders will be placed by requesting activities as needed during the ordering period. This agreement was competitively procured with a brand-name justification in accordance with FAR 8.405-6 via a limited source solicitation and publication on the General Services Administration eBuy website. Four quotations were received and one was selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-14-A-0058).

General Dynamics, Electric Boat Corp., Groton, Conn., is being awarded an $11,000,000 cost-plus-fixed-fee modification to the previously awarded contract (N00024-13-C-4308) to incrementally fund previously exercised options to provide non-nuclear submarine repair work on Groton-based submarines under the New England Maintenance Manpower Initiative (NEMMI). Under the terms of the contract, Electric Boat will provide NEMMI tasks in support of non-nuclear maintenance, modernization and repair of operational nuclear powered submarines, floating dry docks, support and service craft, and plant equipment assigned to the Naval Submarine Support Facility, New London, Conn. Work will be performed in New London, Conn., and is expected to be completed by September 2014. Fiscal 2014 operations and maintenance, Navy contract funds in the amount of $11,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lone Star Aerospace,* Addison, Texas, is being awarded an $8,719,004 modification to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N68936-12-D-0033) for additional predictive business and technical decision analysis services in support of Naval Air Systems Command and the Naval Aviation Enterprise. The services to be provided includes support of existing, in production data collection and data collection systems, as well as analysis, modeling and simulation including data collection and validation, requirement derivation and analysis, quantitative and qualitative analysis; modeling personnel and processes, decision and other modeling, business case and benefit/cost modeling, total ownership cost modeling, should cost/will cost, analysis of alternative modeling, performance modeling; scenario based simulations, “what if” simulations, gaming simulations, performance simulations, simulation delivery and reports, briefings and studies. This modification also provides for operational support, including implementation and planning support, spiral model evolution, training and sustaining support of deployed models; customer satisfaction measurement; other analysis including enterprise environmental scans and assessments, industry/ competitive analysis and assessments, red cell opportunity/capability analysis, revision of existing data and implementation planning and support. Work will be performed in Addison, Texas (80 percent); Patuxent River, Md. (10 percent); China Lake, Calif. (5 percent); and Point Mugu, Calif. (5 percent), and is expected to be completed in July 2015. No funds will be obligated at the time of award. Funds will be obligated on individual delivery orders as they are issued. The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Agilent Technologies, Inc., Englewood, Colo., has been awarded a maximum $9,607,650 firm-fixed-price contract for signal generators. This is a sole-source acquisition. This is a three-year base contract with no option periods. Location of performance is Colorado with an April 15, 2017 performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2014 through fiscal year 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pa., (SPRMM1-14-A-ZZ11).

MISSILE DEFENSE AGENCY

Raytheon Missile Systems Co., Tucson, Ariz., is being awarded a $36,964,090 modification (P00021) to cost-plus-fixed-fee, cost-plus-incentive-fee contract. The modification increases the total contract value from $924,603,146 to $961,567,236. Under this modification, the contractor will perform Standard Missile-3 Block IB sustaining engineering support. The work will be performed in Tucson, Ariz. The performance period is from April 3, 2014 through April 2, 2015. Fiscal 2014 defense wide procurement funds in the amount of $36,964,090 are being obligated on this award. The Missile Defense Agency, Dahlgren, Va., is the contracting activity (HQ0276-13-C-0001).
*Small Business

Wednesday, April 2, 2014

RECENT U.S. DEFENSE DEPARTMENT PHOTOS FROM AFGHANISTAN



FROM:  U.S. DEFENSE DEPARTMENT 
An Afghan army commando bounds toward a compound after taking enemy fire during a clearing operation in the Khogyani district of Afghanistan's Nangarhar province, March 20, 2014. U.S. Army photo by Spc. Connor Mendez.




The sun rises off the tail of an AH-64E Apache Guardian helicopter as U.S. soldiers slowly guide it off the ramp of an U.S. Air Force C-17 Globemaster III cargo aircraft on Kandahar Airfield, Afghanistan, March 17, 2014. U.S. Army photo by Capt. Andrew Cochran.


Search This Blog

Translate

White House.gov Press Office Feed