Showing posts with label WASHINGTON HEADQUARTERS SERVICE. Show all posts
Showing posts with label WASHINGTON HEADQUARTERS SERVICE. Show all posts

Friday, March 21, 2014

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

FROM:  U.S. DEFENSE DEPARTMENT
CONTRACTS
 
ARMY
 
AECOM Technical Services Inc., Los Angeles, Calif., (W912DQ-14-D-3000); CH2M Hill Constructors Inc., Englewood, Colo., (W912DQ-14-D-3001); Environmental Chemical Corp., Burlingame, Calif., (W912DQ-14-D-3002); SAIC-CDM Solutions LLC, Denver, Colo. (W912DQ-14-D-3003); Sevenson Environmental Services Inc., Niagara Falls, N.Y., (W912DQ-14-D-3004); and Shaw Environmental & Infrastructure Inc., Centennial, Colo., (W912DQ-14-D-3005) were awarded a $120,000,000 multiple-award, indefinite-delivery/indefinite-quantity task order contract for environmental remediation and long term response action for the Army Corps of Engineers, Northwestern Division, and the Environmental Protection Agency Region 2.  Funding and performance location will be determined with each order.  Estimated completion date is March 19, 2019.  Bids were solicited via the Internet with 11 received.  Army Corps of Engineers, Kansas City, Mo., is the contracting activity.
 
General Dynamics Ordnance and Tactical Systems Inc, St. Petersburg, Fla., was awarded a $20,575,038 modification (P00009) to contract W52P1J-12-C-0026 to procure M1002 new production cartridges for 120mm tank training ammunition.  Fiscal 2012 other procurement funds in the amount of $93,147; fiscal 2013 other procurement funds in the amount of $292,299 and fiscal 2014 other procurement funds in the amount of $20,189,592 were obligated at the time of the award. Estimated completion date is May 31, 2016. Work will be performed in St. Petersburg, Fla. Army Contracting Command, Rock Island Arsenal, Ill., is the contracting activity.
 
Alliant Techsystems Operations LLC, Plymouth, Minn. was awarded a $19,225,386 modification (P00015) to contract W52P1J-12-C-0027 to procure M1002 new production cartridges for 120mm tank training ammunition.  Fiscal 2014 other procurement funds in the amount of $19,225,386 were obligated at the time of the award.  Estimated completion date is Jan 31, 2016.  Work will be performed in Plymouth, Minn. Army Contracting Command is the contracting activity.
 
General Atomics Aeronautical Systems Inc., Poway, Calif., was awarded a $10,523,125 modification (P00078) to contract W58RGZ-10-C-0068 for five remote ground data terminals, five local ground data terminals, and initial related spares for the Gray Eagle Unmanned Air Vehicle System.  Fiscal 2012 other procurement funds in the amount of $10,523,125 were obligated at the time of the award.  Estimated completion date is Nov. 30, 2018.  Work will be performed in Poway, Calif.  Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.
 
DEFENSE LOGISTICS AGENCY
 
Allergan USA Inc., Irvine, Calif., has been awarded a maximum $37,242,251 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical surge, re-supply, and sustainment products.  This is a one-year base contract with seven one-year option periods.  This is a competitive acquisition, and fourteen offers were received.  Location of performance is California with a March 20, 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., (SPME2D0-14-D-0004).
 
NAVY
 
Raytheon Co., El Segundo, Calif., is being awarded $23,651,848 for cost-plus-fixed-fee delivery order 0052 against a previously issued basic ordering agreement (N00019-10-G-0006) for the procurement of 63 ECP-6279 retrofit kits in support of F/A-18 E/F and EA-18G aircraft.  Work will be performed in Forest, Miss. (80 percent) and El Segundo, Calif. (20 percent), and is expected to be completed in August 2016.  Fiscal 2014 aircraft procurement, Navy funds in the amount of $23,651,848 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
 
Centurum Information Technology Inc., Marlton, N.J., is being awarded an $18,158,832 cost-plus-fixed-fee contract to provide depot-level repair and restoration support to include fabrication, manufacturing, re-manufacturing, restoration, repair, overhaul, and calibration involving electro-mechanical and mechanical units both ground and airborne, assemblies, subassemblies, and test equipment.  Support will also include worldwide technical support to the fleet, shore facilities, and government agencies.  This two-year contract includes a one-year option period which, if exercised, would bring the cumulative value of this contract to an estimated $27,618,466.  Work will be performed in San Diego, Calif., and work is expected to be completed March 19, 2016.  Fiscal 2014 operations and maintenance, Navy funds in the amount of $100,000 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  This contract was competitively procured with open competition via the Space and Naval Warfare Systems Center e-Commerce website and the Federal Business Opportunities website, with four offers received with one selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-14-D-0041).
 
Bulltrack-Watts A Joint Venture*, Marysville, Calif., is being awarded $13,349,723 for firm-fixed-price task order KB01under a previously awarded multiple award construction contract (N40192-10-D-2801) for the design and construction of a dehumidified supply storage facility at Polaris Point, Naval Base, Guam.  The warehouse shall also include support areas for office spaces, rest rooms and utility rooms.  The structural system for the facility shall be a reinforced concrete structure with overhead roll-up doors and man-doors providing access into the warehouse.  The work will also provide paved driveways around the warehouse, new parking spaces and secure bicycle racks, stormwater collection and management system, and mechanical systems to include warehouse dehumidification, administrative area air conditioning, and general ventilation.  The task order also contains one unexercised option, which if exercised would increase cumulative task order value to $13,650,996.  Work will be performed in Santa Rita, Guam, and is expected to be completed by March 2016.  Fiscal 2010 and 2014 military construction, Navy contract funds in the amount of $13,349,723 are being obligated on this award and will not expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor Hawaii, Hawaii, is the contracting activity.
 
The Boeing Co., St. Louis, Mo., is being awarded $9,650,433 for firm-fixed-price delivery order 0051 against a previously issued basic ordering agreement (N68335-10-G-0012) for the procurement of major structural repair and maintenance equipment for the F/A-18E/F and EA-18G aircraft.  Work will be performed in St. Louis, Mo., and is expected to be completed in September 2016.  Fiscal 2013 aircraft procurement, Navy funds in the amount of $9,650,433 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, N.J., is the contracting activity.
 
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an $8,500,000 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0004) to procure additional long lead-time efforts required for the incorporation of a drag chute in the Joint Strike Fighter conventional take off and landing air systems for the government of Norway.  Work will be performed in Fort Worth, Texas (55 percent); El Segundo, Calif. (15 percent); Warton, United Kingdom (10 percent); Orlando, Fla. (5 percent); Nashua, N.H. (5 percent); Baltimore, Md. (5 percent); and Cameri, Italy (5 percent), and is expected to be completed in November 2015.  International partner funds in the amount of $8,500,000 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
 
Michael Baker Jr., Inc., Virginia Beach, Va., is being awarded $7,603,530 for firm-fixed-price task order 0048 under a previously awarded indefinite-delivery/indefinite-quantity contract (N62470-10-D-3000) for leak detection testing for Navy, Marine Corps and Defense Logistics Agency Energy Facilities.  The work to be performed provides for services for environmental and engineering assessments at Department of Defense fuel systems including preparing program management documentation, environmental compliance reports and plans, release detection, optimization, and pollution prevention reports in support of DLA Energy fuel facilities, and other facilities of interest to the government at various worldwide locations and in accordance with applicable regulatory guidance.  Work will be performed at various Navy and DoD installations worldwide, and is expected to be completed by March 2016.  Fiscal 2014 Navy working capital contract funds in the amount of $7,603,530 are being obligated on this award and will not expire at the end of the current fiscal year.  One proposal was received for this task order.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.  
 
QinetiQ North America, Waltham, Mass., is being awarded a $6,779,411 modification to previously awarded contract (N00174-13-D-0007) for the procurement of Man Transportable Robotic System (MTRS) MK2 post-production support.  The MTRS MK2 provides military explosive ordnance disposal technicians with a man transportable capability to remotely perform reconnaissance.  Work will be performed in Waltham, Mass., and is expected to be completed by July 2016.  No funds are being obligated at the time of award and contract funds 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.
 
Viasat Inc., Carlsbad, Calif., is being awarded a $6,707,025 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of spares, repairs and satellite support for the ArcLight Mobile Satellite Communication System in support of special projects aircraft and the EP-3 aircraft.  The ArcLight Mobile Satellite Communication System is a high frequency data link for airborne applications that provides a means to transmit data between aircraft, command posts and other military organizations that have access to the system.  Work will be performed in Carlsbad, Calif., and is expected to be completed by March 2019.  Fiscal 2014 operations and maintenance, Navy funding in the amount of $12,000 will be obligated at time of award and 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)(iii) - only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-14-D-WT25).
 
WASHINGTON HEADQUARTERS SERVICES
 
HSU Construction, Rockville, Md., (HQ0034-14-D-0004); Athena Construction Group, Dumfries, Va., (HQ0034-14-D-0005); APC Construction, New Orleans, La., (HQ0034-14-D-0006); Cherokee CRC, LLC., Tulsa, Okla., (HQ0034-14-D-0007); FEI Construction Co., Washington, D.C., (HQ0034-14-D-0008), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for design-build or design-bid-build general building construction for various locations under the cognizance of the Washington Headquarters Services area of responsibility.  The aggregate not-to-exceed amount for these multiple award contracts combined is $60,000,000.  The five companies will have the opportunity to bid on each individual task order as they are issued.  Funding and performance location will be determined with each order.   Work will be performed in the WHS area of responsibility.  The expected completion date is March 19, 2019.  Fiscal 2014 Pentagon Reservation Maintenance Revolving Fund contract funds in the amount of $10,000 are being obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via FedBizOpps, with 12 proposals received.  Washington Headquarters Services is the contracting activity.
 
*Small Business

Search This Blog

Translate

White House.gov Press Office Feed