![Department of Defense]()
DOD AWARDED CONTRACTS
CONTRIBUTING SOURCE: U.S. Department of Defense
AIR FORCE
Bhate Environmental Associates Inc., Birmingham, Alabama (FA8903-16-D-0040); Hydrogeologic Inc., Reston, Virginia (FA8903-16-D-0044); NorthWind, Idaho Falls, Idaho (FA8903-16-D-0045); EA Engineering, Science, and Technology Inc., PBC, Hunt Valley, Maryland (FA8903-16-D-0046); Aerostar SES LLC, Oak Ridge, Tennessee (FA8903-16-D-0047); Oneida Total Integrated Enterprises LLC, Milwaukee, Wisconsin (FA8903-16-D-0048); and Trihydro Corp., Laramie, Wyoming (FA8903-16-D-0054), have been awarded a combined, not-to-exceed $500,000,000
indefinite-delivery/indefinite-quantity contract for architect-engineering services. Contractor will provide architect-engineering (A-E) 2013 environmental services including A-E services to support operations and maintenance; environmental restoration account; environmental compliance; Base Realignment and Closure; and Military Family Housing programs worldwide. The work includes all efforts necessary to manage and execute Title I, Title II, and other A-E services primarily for environmental projects including planning and programming, restoration, quality (compliance and pollution prevention), and conservation. Work will be performed at government locations worldwide, and is expected to be complete by March 2, 2023. This award is the result of a competitive acquisition with 26 offers received. Fiscal 2016 operation and maintenance funds in the amount of $3,000 are being obligated at time of award to each contractor to satisfy the minimum guarantee. Air Force Installation Contracting Agency, 772nd Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity. Additional contracts will be awarded against the program ceiling as they are negotiated.
CORRECTION: Honeywell International Inc., doing business as Honeywell Aerospace-Clearwater, Clearwater, Florida, was awarded a $9,821,166 modification (P00009) on Oct. 28, 2015, to exercise the option on previously awarded contract FA8204-14-C-0002 for repair and refurbishment services for the Pendulous Integrating Gyroscopic Accelerometer float. Work will be performed at Clearwater, Florida, and is expected to be complete by Nov. 30, 2016. Fiscal 2016 operation and maintenance funds in the amount of $9,821,166 were obligated at the time of award. Air Force Nuclear Weapon Center, Hill Air Force Base, Utah, is the contracting activity. An administration review discovered this modification was not announced. This notification corrects that error.
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
Aurora Flight Sciences, Manassas, Virginia, has been awarded an $89,444,166 cost-plus-fixed-fee contract for Phases II and III of the vertical take-off and landing X-plane research portfolio. Work will be performed in Manassas, Virginia (62 percent); Indianapolis, Indiana (31 percent); Tucson, Arizona (3 percent); and Ventura, California (4 percent), with an expected completion date of September 2018. Fiscal 2015 research and development funds in the amount of $2,692,858; and fiscal 2016 research and development funds in the amount of $50,674,897 are being obligated at time of award. This contract was a competitive acquisition and three offers were received. The Defense Advanced Research Projects Agency is the contracting activity (HR0011-16-C-0049).
DEFENSE LOGISTICS AGENCY
Pinnacle Petroleum Inc.,* Huntington Beach, California, has been awarded a minimum $77,588,910 fixed-price with economic price adjustment contract for various types of fuel. This was a competitive acquisition with 30 responses received. This is a 42-month contract with no option periods. Location of performance is California, with a Sept. 30, 2019, performance completion date. Using services are Army, Navy, Air Force, Marine Corps
and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-16-D-4542).
Thales Communications Inc., Clarksburg, Maryland, has been awarded a maximum $10,268,384 firm-fixed price, indefinite-delivery/indefinite-quantity contract for radio and watt amplifier systems. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a three-year base contract with two one-year option periods. Location of performance is Maryland, with an Aug. 26, 2019, performance completion date. Using service is Army. Types of appropriation are fiscal 2016 through fiscal 2019 defense and Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-16-D-0050).
UPDATE: Kipper Tool Co.,* Gainesville, Georgia (SPE8EC-16-D-0002), has been added as an awardee to the multiple award contract issued against solicitation SPM8EC-11-R-0003 announced Oct. 5, 2011.
NAVY
Konecranes Nuclear Equipment and Services LLC, New Berlin, Wisconsin, is being awarded a maximum amount $67,369,570 requirements contract for procurement of four 25-ton portal cranes at Puget Sound Naval Shipyard and Intermediate Maintenance Facility. The work to be performed includes design, fabrication, assembly, installation, and testing of two 25-ton portal cranes at Bremerton and two 25-ton portal cranes at Bangor, with removal of existing cranes at Bangor. The cranes will be equipped with a rotating superstructure, luffing boom, main hoist and a single line whip hoist. The cranes will be capable of simultaneous hoisting, slewing and luffing with rated load at rated speeds on curved tracks. Work will be performed in Berlin, Wisconsin (85 percent); Bangor, Washington (10 percent); and Bremerton, Washington (5 percent). The term of the contract is not to exceed 48 months, with an expected completion date of March 2020. No contract funds are being obligated at the time of award. Funds will be obligated as future delivery orders are issued. This contract was competitively procured via the Federal Business Opportunities website, with two proposals received. The Naval Facilities Engineering Command, Norfolk, Virginia, is the contracting activity (N62470-16-D-2013).
General Dynamics Information Technology Inc., Fairfax, Virginia, is being awarded a $47,396,875 cost-plus-fixed-fee, cost-reimbursable contract for services in support of the Naval Air Warfare Center Aircraft Division’s Ship and Air Integrated Warfare Department. Services will include rapid design, development, customization, manufacturing, fabrication, integration, test and evaluation, installation, certification, maintenance and upgrade, logistic, modernization, and life cycle support of new and/or existing shipboard and airborne systems. This work will be performed in St. Inigoes, Maryland (15 percent); and various locations inside and outside of the U.S. (85 percent), and is expected to be completed in March 2017. Fiscal 2016 working capital funds (Navy) in the amount of $9,200,000 will be obligated at time of award, none of which will expire at the end of the current year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c) (1). The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-16-C-0032).
Electric Boat Corp., Groton, Connecticut, is being awarded a $29,911,907 cost-plus-fixed-fee modification to a previously awarded contract (N00024-09-C-2104) for the planning and execution of USS John Warner (SSN 785) post-delivery work period (PDWP). Work will include planning and execution efforts, including long lead time material procurement, in preparation to accomplish the maintenance, repair, alterations, testing, and other work during the scheduled PDWP. Work will be performed in Newport News, Virginia (99 percent); and Groton, Connecticut (1 percent), and is scheduled to be completed by August 2016. Fiscal 2014, 2015, and 2016 shipbuilding and conversion (Navy) funds in the amount of $17,911,907 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.
Harper Construction Co. Inc., San Diego, California, is being awarded $25,074,304 for firm-fixed-price task order 0002 under a multiple award construction contract (N62473-15-D-2432) for repair and construction of Joint Strike Force Foreign Military Sales building at Naval Base Ventura County. The work to be performed provides for repair of office and laboratory space, interior wall repair and modifications, paint, flooring, ceiling tile, lights, windows, roof repair, demolition of interior building components and phone cabling, major building system repairs include heating ventilation and air conditioning, electrical, fire protection, raised flooring, security systems, and radio frequency shielding. The task order also contains one planned modification, which if exercised, would increase cumulative task order value to $25,119,304. Work will be performed in Point Mugu, California, and is expected to be completed by April 2017. Fiscal 2016 foreign military sales and Defense working capital, contract funds in the amount of $25,074,304 are obligated on this award, and will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.
ARMY
Northrup Grumman, Herndon, Virginia, was awarded a $24,541,711 cost-plus-fixed-fee, multi-year contract to sustain contingency operations. One bid was solicited with one received. Work will be performed in Huntsville, Alabama; Afghanistan; and Egypt, with a completion date of Feb. 25, 2018.
Fiscal 2016 operations and maintenance (Army) funds in the amount of $24,541,711 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-16-C-0063).
*Small business
NAVY
Fed Con/South Bay JV,* San Diego, California (N62473-16-D-1858); KKP Electrical Contractors LLC, doing business as Mountain Power Electrical Contractors,* Boise, Idaho (N62473-16-D-1859); NEI Contracting and Engineering Inc.,* Chula Vista, California (N62473-16-D-1860); Procal Electric Inc.,* Twentynine Palms, California (N62473-16-D-1861); and Synergy Electric Co. Inc.,* Santee, California (N62473-16-D-1862), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, small business set-aside, multiple award construction contract for new construction, repair, and renovation of dry utilities construction 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 five contracts combined is $99,000,000. Types of projects may include, but are not limited to: electrical distribution systems, exterior lighting systems, airfield lighting systems, communications and security systems, grounding systems, and related work. All structures (including buildings) that are integral parts of these networks are included. No task orders are being issued at this time. Work will be performed within the NAVFAC Southwest AOR including, but not limited to, California (90 percent); Arizona (2 percent); Nevada (2 percent); Utah (2 percent); Colorado (2 percent); and New Mexico (2 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of March 2021. Fiscal 2016 operation and maintenance (Navy) (O&M,N) contract funds in the amount of $25,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N; working capital funds (Navy); and military construction, (Navy). This contract was competitively procured as set-aside for small businesses via the Navy Electronic Commerce Online website with 24 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.
Lockheed Martin Aculight Corp., Bothell, Washington, is being awarded a $10,608,799 cost-plus-fixed-fee completion contract for work associated with the multispectral electro-optic infrared (EO/IR) countermeasures for advanced threats function of the combined EO/IR surveillance and response system program. The total cumulative value of this contract is $10,608,799. The contract will be incrementally funded. Work will be performed in Bothell, Washington, and is expected to be completed March 1, 2020. Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $10,000 will be obligated at the time of award. No funds will expire at end of current fiscal year. The contract was competitively procured under request for proposal N00173-15-R-SE04, for which five offers were received. The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity (N00173-16-C-6010).
Leidos Inc., Reston, Virginia, is being awarded a $9,295,409 modification to a previously awarded firm-fixed-price contract (N39430-13-C-1201) for lifecycle sustainment of physical security/access control; and command, control, communications, computers, and intelligence systems, in support of the Naval Facilities Engineering Command Anti-Terrorism/Force Protection Ashore Program at various Navy installations worldwide. The work to be performed provides for preventive maintenance of hardware, associated firmware, and software; response and resolution of service calls for corrective maintenance to include equipment repair, overhaul, or replacement; information assurance vulnerability alert to include version control, patch management, and vulnerability scanning; asset management to track, maintain, upgrade, and dispose of systems; configuration management to establish and maintain consistency of the system attributes with operational requirements and evolving technical baseline; technical refreshments, upgrades and installation of new systems; and programmatic trend analysis to identify systemic sustainment issues such as technology obsolescence. The total contract amount after this modification will be $107,124,950. The contract also contains five unexercised options, which if exercised would increase cumulative contract value to $122,686,352. Work will be performed worldwide and is expected to be completed by June 2016. If all options are exercised, work will continue through November 2016. Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $9,295,409 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.
The Boeing Co., St. Louis, Missouri, is being awarded a $9,085,765 modification to exercise an option to delivery order 2063, which was previously issued against basic ordering agreement N00019-11-G-0001. This option provides for two flight critical engineering change proposals that will address fracture critical and maintenance critical areas in support of the F/A-18A-D service life extension program (Phase C2). Work will be performed in St. Louis, Missouri, and is expected to be completed in June 2017. Fiscal 2016 aircraft procurement (Navy) funds in the amount of $9,085,765 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, Maryland, is the contracting activity.
ARMY
Modern Technology Solutions Inc.,* Alexandria, Virginia, was awarded a $63,799,786 cost-plus-fixed-fee, multi-year contract to support distributed digital simulation, with an estimated completion date of March 1, 2021. Funding and work location will be determined with each order. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-16-D-0017).
Technica LLC,* Charleston, South Carolina, was awarded a $14,282,213 firm-fixed-price contract with options for logistics readiness support for the
63d Regional Support Command. Bids were solicited via the Internet with 12 received. Work will be performed at various locations in Arizona, Arkansas, California, Nevada, New Mexico, Oklahoma, and Texas, with an estimated completion date of April 25, 2012. Funding will be determined with each order. Army Contracting Command, Ft. McCoy, Wisconsin, is the contracting activity (W911SA-16-D-0004).
Brayman Construction Corp., Saxonburg, Pennsylvania, was awarded a $9,997,962 modification (P00029) to contract W91237-10-C-0012 for dam safety assurance, Bluestone Dam. Work will be performed in Hinton, West Virginia, with an estimated completion date of Feb. 22, 2017. Fiscal 2014 and 2016 other procurement funds in the amount of $9,997,962 were obligated at the time of the award. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity.
AIR FORCE
L-3 Communications Corp., Link Simulation Training Div., Arlington, Texas, has been awarded a $36,300,000 firm-fixed-price contract for an F-16 A/B Block 20 mission training center (MTC). Contractor will provide MTC hardware, spares, and initial software development. Work will be performed at Arlington, Texas, and is expected to be complete by Nov. 1, 2016. This contract is 100 percent foreign military sales to Taiwan. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-16-C-6378).
Pinnacle Solutions Inc., Huntsville, Alabama, has been awarded a $14,743,219 modification (P00001) to previously awarded contract FA8621-16-C-6281 for support of the KC-10 training system. Contractor will provide operations, maintenance, and sustainment of 39 aircrew training devices and maintenance training devices. These training devices support maintenance and aircrew personnel continuous training at Air Mobility Command, Air Force Reserve Command, and Air Education Training Command. Work will be performed at Travis Air Force Base, California; Joint Base McGuire-Dix-Lakehurst, New Jersey; and the Training System Support Center in Fairfield, California, and is expected to be complete by Dec. 31, 2016. Fiscal 2016 operation and maintenance funds in the amount of $14,743,219 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-16-C-6281).
*Small business
NAVY
General Dynamics National Steel and Shipbuilding Co., San Diego, California, is being awarded an undefinitized contract action with a not-to-exceed amount of $156,596,386 to a previously awarded cost-plus-award-fee contract (N00024-13-C-4404) for USS Essex (LHD-2) fiscal 2016 phased maintenance availability (PMA). The PMA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities. Work will be performed in San Diego, California, and is expected to be completed by June 2017. Fiscal 2016 operation and maintenance (Navy); and fiscal 2015 other procurement (Navy) funding in the amount of $81,992,331 will be obligated at time of award; and contract funds in the amount of $121,692,679 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.
Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded a $55,927,999 advance acquisition contract for the procurement of long-lead parts and components for the manufacture and delivery of 24 Lot 14 AH-1Z new build aircraft in support of the H-1 upgrade program. Work will be performed in Fort Worth, Texas (60 percent); and Amarillo, Texas (40 percent), and is expected to be completed in June 2017. Fiscal 2016 aircraft procurement (Navy) funds in the amount of $55,927,999 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 Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent
River, Maryland, is the contracting authority (N00019-16-C-0003).
Lion-Vallen Industries, Dayton, Ohio, is being awarded a $28,372,680 firm-fixed-price, undefinitized contract for logistics services to manage, support, and operate the Marine Corps Consolidated Storage Program warehouse network. Contractor support consists of managing individual combat clothing equipment; chemical, biological, radiological, and nuclear defense equipment; special training allowance pool, soft-walled shelters and camouflage netting; and contractor-owned contractor-operated asset visibility capability system. This contract includes an eight-month option period which, if exercised, would bring the cumulative value of this contract to $47,728,683. Work will be performed in Barstow, California (23 percent); Camp Lejeune, North Carolina (18 percent); Camp Pendleton, California (13 percent); Okinawa, Japan (10 percent); Miramar, California (9 percent); Camp Geiger, North Carolina (7 percent); Twenty-nine Palms, California (4 percent); Cherry Point, North Carolina (4 percent); Kaneohe Bay, Hawaii (3 percent); Yuma, Arizona (2 percent); Beaufort, South Carolina (2 percent); Iwakuni, Japan (2 percent); New River, North Carolina (2 percent); and Bridgeport, California (1 percent). Work is expected to be completed February 2017. With options exercised, work will continue through October 2017. Fiscal 2016 operation and maintenance funds in amount of $14,186,340 are being obligated at time of award and funds will expire at the end of the current fiscal year. This is a sole-source contract in accordance with 10 U.S. Code 2304 (c)(1), as implemented by the Federal Acquisition Regulation 6.302-1, only one source. The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-16-C-0004).
Austal USA, Mobile, Alabama, is being awarded a $14,656,227 modification to a previously awarded contract (N00024-11-C-2301) to exercise options for post-delivery support of littoral combat ships USS Gabrielle Giffords (LCS 10) and USS Omaha (LCS 12). Austal will perform the planning and implementation of deferred design changes that have been identified during the construction period. The corrections and upgrades are necessary to support sail-away and follow-on post-delivery test and trials period. Work will be performed in Mobile, Alabama (70 percent); Pittsfield, Massachusetts (20 percent); and San Diego, California (10 percent), and is expected to be complete by July 2017. Fiscal 2012 shipbuilding and conversion (Navy) funding in the amount of $3,000,000 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, District of Columbia, is the contracting activity.
Northrop Grumman Corp., Aerospace Systems, San Diego, California, is being awarded $7,280,560 for cost-plus-fixed-fee task order 1269 against a previously issued basic ordering agreement (N00019-15-G-0026) in support of the MQ-8 Fire Scout unmanned aircraft systems. This test support effort for the MQ-8C includes software verification; software regression; cybersecurity; dynamic interface; and other requirements in preparation for, but not including, initial operational test and evaluation. The MQ-8B scope includes providing aircraft maintenance support for two government-owned MQ-8B test aircraft. Work will be performed in Point Mugu, California, and is expected to be completed in October 2016. Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $7,280,560 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.
ARMY
BTF Solutions JV, Dallas, Texas (W912DY-16-D-0003); General Dynamics Information Technology Inc., Warrenton, Virginia (W912DY-16-D-0004); Honeywell Technology Solutions Inc., Columbia, Maryland (W912DY-16-D-0005); VW International Inc., Alexandria, Virginia (W912DY-16-D-0006); Walsh Healthcare Logistics JV, Chicago, Illinois (W912DY-16-D-0007); Martek Global Services Inc., Bethesda, Maryland (W912DY-16-D-0008); Omega Group, San Diego, California (W912DY-16-D-0009); Partners Healthcare Group LLC, Brentwood, Tennessee (W912DY-16-D-0010); and Strategic Initial Outfitting Transition Solutions, Anchorage, Alaska (W912DY-16-D-0011), were awarded a $123,750,000 firm-fixed-price contract with options for personnel, equipment, tools, materials, supervision, and non-personal services to support planning, outfitting, and transitioning staff and patients. Bids were solicited via the Internet with 20 received with an estimated completion date of March 1, 2017. Funding and work location will be determined with each order. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.
Accenture Federal Services LLC, Arlington, Virginia, was awarded a $30,727,032 modification (D00376) to contract N00104-04-A-ZF12 for the General Fund Enterprise Business System financial program. Work will be performed in Arlington, Virginia, with an estimated completion date of June 27, 2016. Fiscal 2016 operations and maintenance (Army) funds in the amount of $30,727,032 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.
Structural Associates Inc.,* Syracuse, New York, was awarded a $20,117,794 firm-fixed-price contract with options to construct an Army Reserve Center. Bids were solicited via the Internet with seven received. Work will be performed in Mattydale, New York, with an estimated completion date of Jan. 29, 2018. Fiscal 2015 and 2016 military construction, operations, and maintenance (Army) funds in the amount of $20,117,794 were obligated at the time of the award. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-C-0009).
DynCorp International LLC, Ft. Worth, Texas, was awarded a $9,259,344 modification (P00119) to contract W58RGZ-13-C-0040 for aviation field maintenance services, Afghanistan. Work will be performed in Afghanistan with an estimated completion date of Dec. 31, 2016. Fiscal 2016 operations and maintenance (Army) funds in the amount of $9,259,344 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Mansfield Oil Co.,* Gainesville, Georgia, has been awarded a minimum $51,995,101 fixed-price with economic price adjustment contract for various types of fuel. This was a competitive acquisition with 30 responses received. This is a 42-month contract with no option periods. Locations of performance are Arizona, California, Georgia, Nevada, and Utah, with a Sept. 30, 2019, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-16-D-4541).
Short Bark Industries Inc.,** Vonore, Tennessee, has been awarded a maximum $24,164,500 modification (P00124) exercising the third one-year option period of a one-year base contract (SPM1C1-13-D-1030) with four one-year option periods for various types of Army combat uniform
coats. This is a firm-fixed-price contract. Locations of performance are Tennessee, Puerto Rico, and Mississippi, with a March 4, 2017, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
GE Datex Ohmeda Inc., Madison, Wisconsin, has been awarded a maximum $19,847,688 modification (P00107) exercising the seventh one-year option period of a one-year base contract (SPM2D1-09-D-8348), with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables, spare/repair parts and training. This is a fixed-price with economic price adjustment contract. Location of performance is Wisconsin, with a March 5, 2017, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
AIR FORCE
R. C. Construction Co. Inc., Greenwood, Mississippi, has been awarded a $9,374,906 firm-fixed-price contract for repair of the C-17 landing zone at the North Auxiliary Airfield. Contractor will provide the complete reconstruction of a 3,500-foot-long runway. The reconstructed landing zone will be comprised of a new 90-foot-wide Portland cement concrete section and asphalt shoulder pavement. New airfield lighting and signage, pavement markings, sodding, grassing, and incidental related work will also be included in the project. Work will be performed at Joint Base Charleston – North Auxiliary Air Field, South Carolina, and is expected to be complete by Jan. 3, 2017. This award is the result of a competitive acquisition with six offers received. Fiscal 2016 operations and maintenance funds in the amount of $9,374,906 are being obligated at the time of award. The 628th Contracting Squadron, Joint Base Charleston, South Carolina, is the contracting activity (FA4418-16-C-0007).
Armtec Countermeasures Co., Coachella, California, has been awarded a $9,074,846 firm-fixed-price contract for replenishment of MJU-53/B infrared countermeasure flares. Work will be performed at Camden, Arkansas, and is expected to be complete by June 2, 2017. This award is the result of a competitive acquisition with two offers received. Fiscal 2015 and 2016 procurement funds in the amount of $9,074,846 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-16-C-0027).
*Small business
**Small business in a historically underutilized business zone
NAVY
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $769,511,730 modification to a previously awarded cost-plus-incentive-fee, fixed-price-incentive-firm contract (N00019-15-C-0114) for recurring logistics sustainment services support for delivered F-35 Lightning II aircraft for the Air Force, Marine Corps, Navy, non-Department of Defense participants, and foreign military sales customers. Support to be provided includes ground maintenance activities; action request resolution; depot activation activities; Automatic Logistics Information System operations and maintenance; reliability, maintainability and health management implementation support; supply chain management; and activities to provide and support pilot and maintainer initial training. Work will be performed in Ft. Worth, Texas (46 percent); El Segundo, California (7 percent); Warton, United Kingdom (9 percent); Orlando, Florida (32 percent); and Greenville, South Carolina (6 percent). Work
is expected to be completed in December 2016. Fiscal 2016 operation and maintenance funds (Air Force and Navy); fiscal 2015 and 2016 aircraft procurement funds (Air Force and Navy); international partner and foreign military sales funds in the amount of $646,571,536 will be obligated at time of award, of which $233,427,816 will expire this fiscal year. This contract combines purchases for the Air Force ($372,107,211; 48 percent); Marine Corps ($181,292,120; 24 percent); Navy ($115,009,621; 15 percent); international partners ($93,092,756; 12 percent); and foreign military sales ($8,010,022, 1 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
The Boeing Co., Seattle, Washington, is being awarded a $276,261,820 modification to a previously awarded fixed-price-incentive, firm target contract (N00019-14-C-0067) for the production and delivery of two full-rate production Lot III P-8A Multi-mission Maritime Aircraft. Work will be performed in Seattle, Washington (80 percent); Baltimore, Maryland (3 percent); Greenlawn, New York (2.8 percent); Cambridge, United Kingdom (1.7 percent); North Amityville, New York (1.1 percent); Rockford, Illinois (0.9 percent); Rancho Santa Margarita, California (0.7 percent); Salt Lake City, Utah (0.6 percent); and various other locations within the continental U.S. (9.2 percent). Work is expected to be completed in February 2019. Fiscal 2014 and 2016 aircraft procurement (Navy) funds in the amount of $138,130,910 will be obligated at time of award, $69,065,455 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 Systems Corp., Aerospace Systems, Melbourne, Florida, is being awarded $50,762,901 for modification 0026 to a previously awarded fixed-price-incentive, firm target, cost-plus-fixed-fee contract (N00019-13-C-9999) for non-recurring engineering, product support, engineering investigations, and software sustainment in support of the full-rate production Lot 4 E-2D Advanced Hawkeye aircraft. Work will be performed in Melbourne, Florida (52 percent); Syracuse, New York (13.6 percent); St. Augustine, Florida (8.1 percent); Herndon, Virginia (5.2 percent); Greenlawn, New York (4.7 percent); Liverpool, New York (4.7 percent); Indianapolis, Indiana (2.9 percent); Woodland Hills, California (2.7 percent); El Segundo, California (2.3 percent); Menlo Park, California (1.5 percent); Rolling Meadows, Illinois (0.9 percent); and various locations within the U.S. (1.4 percent), and is expected to be completed in March 2017. Fiscal 2016 aircraft procurement (Navy) funds in the amount of $50,762,901 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, Maryland, is the contracting activity.
Science Applications International Corp., McLean, Virginia, is being awarded a $26,712,116 indefinite-delivery/indefinite-quantity, cost-reimbursement contract for technical support in the areas of project management, system engineering, research, test and evaluation, logistics, integration, technical troubleshooting, installation, and security. This is one of four multiple-award contracts: all awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two one-year option periods which, if exercised, would bring the potential value of this contract to $45,049,296. All work will be performed in San Diego, California, and is expected to be completed Feb. 28, 2019. No contract funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated via task orders as they are issued. The types of funding to be obligated include operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy). This contract was competitively procured using full and open competition via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with four offers received and four selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0068).
Capstone Corp., Alexandria, Virginia, is being awarded a $25,845,759 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders for implementation and maintenance of information resource management solutions through the performance of program management; help desk services; field services; information assurance compliance support; applications and system support; projects and new work services; and enterprise video teleconference support to the Office of the Chief of Naval Operations and selected components of Secretary of the Navy and subordinate echelons. Work will be performed in Washington, District of Columbia metropolitan area (67 percent); and Arlington, Virginia (33 percent), and work is expected to be completed March 2021. Fiscal 2016 operations and maintenance (Navy) funds in the amount of $175,000 will be obligated at the time of award and funds will expire at the end of the current fiscal year. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with seven offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Pennsylvania, is the contracting activity (N00189-16-D-Z015).
G2 Software Systems Inc.,* San Diego, California, is being awarded a $24,510,631 indefinite-delivery/indefinite-quantity, cost-reimbursement contract for technical support in the areas of project management, system engineering, research, test and evaluation, logistics, integration, technical troubleshooting, installation, and security. This is one of four multiple-award contracts: all awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two one-year option periods which, if exercised, would bring the potential value of this contract to $41,611,865. All work will be performed in San Diego, California, and is expected to be completed Feb. 28, 2019. No contract funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated via task orders as they are issued. The types of funding to be obligated include operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy). This contract was competitively procured using full and open competition via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with four offers received and four selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0069).
BAE Systems Surface Ships Ltd., United Kingdom, is being awarded a $22,172,442 firm-fixed-price contract for the production and delivery of Archerfish Destructors and fiber optic spools. The Archerfish Destructors are a component of the airborne mine neutralization system. The Navy has a mission need to neutralize bottom, close tethered, and moored sea mines. This contract includes options which, if exercised, would bring the cumulative value of this contract to $56,208,000. Work will be performed in the United Kingdom and is expected to be completed by August 2018. Fiscal 2014, 2015 and 2016 weapons procurement (Navy) funding in the amount of $22,172,442 will be obligated at time of award and funds in the amount of $11,856,775 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) — BAE is the only responsible source capable of satisfying the Navy’s requirements for the immediate production of the Archerfish Destructor. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-6304).
Kratos Defense & Rocket Support Services, San Diego, California, is being awarded a $21,413,622 indefinite-delivery/indefinite-quantity, cost-reimbursement contract for technical support in the areas of project management, system engineering, research, test and evaluation, logistics, integration, technical troubleshooting, installation, and security. This is one of four multiple-award contracts: all awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two one-year option periods which, if exercised, would bring the potential value of this contract to $36,215,638. All work will be performed in San Diego, California, and work is expected to be completed Feb. 28, 2019. No contract funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated via task orders. The types of funding to be obligated include operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy). This contract was competitively procured using full and open competition via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with four offers received and four selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0070).
Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is being awarded a $20,144,483 firm-fixed-price, cost-plus-fixed-fee modification to previously awarded contract (N00024-15-C-6318) for the exercise of options for Airborne Laser Mine Detection Systems (ALMDS); depot services and software support; and peculiar support equipment in support of Program Executive Office, Littoral Combat Ships. ALMDS is a laser-based system which uses streak tube imaging light detection and ranging to detect, classify, and localize surface and near-surface moored sea mines. ALMDS provides a revolutionary, high area coverage rate capability. Work will be performed in Melbourne, Florida (41 percent); Tucson, Arizona (31 percent); St. Charles, Missouri (11 percent); Irvine, California (7 percent); Santa Clarita, California (6 percent); and Brentwood, New York (4 percent), and is expected to be complete by March 2018. Fiscal 2016 other procurement (Navy); and fiscal 2016 operations and maintenance (Navy) funding in the amount of $19,732,562 will be obligated at the time of award. Contract funds in the amount of $1,275,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity.
Booz Allen Hamilton Engineering Services LLC, Linthicum, Maryland, is being awarded a $19,187,597 indefinite-delivery/indefinite-quantity, cost-reimbursement contract for technical support in the areas of project management, system engineering, research, test and evaluation, logistics, integration, technical troubleshooting, installation, and security. This is one of four multiple-award contracts: all awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two one-year option periods which, if exercised, would bring the potential value of this contract to $32,502,917. All work will be performed in San Diego, California, and work is expected to be completed Feb. 28, 2019. No contract funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated via task orders. The types of funding to be obligated include operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy). This contract was competitively procured using full and open competition via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with four offers received and four selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0071).
Rockwell Collins-ESA Vision Systems, Fort Worth, Texas, is being awarded $18,500,550 for modification P00004 to a previously issued firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-15-D-0024) to exercise an option for night vision cueing and display system hardware, support equipment, non-recurring engineering, testing, and technical data for the Joint Helmet Mounted Cueing system. Work will be performed in Merrimack, New Hampshire (79 percent); Wilsonville, Oregon (15 percent); Atlanta, Georgia (4 percent); and Fort Worth, Texas (2 percent), and is expected to be completed in February 2018. Fiscal 2015 and 2016 other procurement (Navy) funds in the amount of $18,500,550 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.
Vericor Power Systems LLC, Alpharetta, Georgia, is being awarded a $26,157,664 modification to a previously awarded contract (N00024-15-C-4100) to exercise options for the manufacturing, testing and delivery of ETF40B marine gas turbine engines in support of the Landing Craft Air Cushion (LCAC) service life extension program (SLEP) as well as the repair and refurbishment of output group modules for LCAC engines. The SLEP will extend the service life of LCAC from 20 to 30 years; sustain/enhance craft capability; replace obsolete electronics; repair corrosion damage; reduce life cycle cost by improving reliability and maintainability; increase survivability; and establish a common configuration baseline. Work will be performed in Winnipeg, Manitoba, Canada, and is expected to be completed by February 2017. Fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $26,157,664 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
L-3 Communications, Communication Systems-West, Salt Lake City, Utah, is being awarded $16,930,838 for modification PO0022 to a previously awarded firm-fixed-price contract (N00019-12-C-2024) to exercise an option for the manufacture, test, delivery and support of 29 AN/ARQ-59 radio terminal Common Data Link Hawklink systems in support of the MH-60R aircraft. Work will be performed in Salt Lake City, Utah (60 percent); Atlanta, Georgia (14 percent); Mountain View, California (6 percent); Exeter, New Hampshire (2 percent); and Phoenix, Arizona; El Cajon, California; Oxnard, California; Salinas, California; Sunnyvale, California; Boise, Idaho; Derby, Kanas; Littleton, Massachusetts; Stow, Massachusetts; Minnetonka, Minnesota; Skokie, Illinois; Dover, New Hampshire; Bohemia, New York; York Haven, Pennsylvania; Providence, Rhode Island; Cedar Park, Texas; Ft. Worth, Texas; and Toronto, Canada (1 percent each), and is expected to be completed in October 2017. Fiscal 2016 aircraft procurement (Navy) funds in the amount of $16,930,838 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, Maryland, is the contracting activity.
Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded $9,201,304 for modification 0041 to a previously awarded firm-fixed-price contract (N00019-13-C-0004) to exercise an option for the installation of one Block I modification aircraft kit, to include the Internet Protocol Bandwidth Expansion and Very Low Terminal kits, on one E-6B aircraft. Work will be performed in Oklahoma City, Oklahoma (95 percent); and Richardson, Texas (5 percent), and is expected to be completed in March 2017. Fiscal 2016 aircraft procurement (Navy) funds in the amount of $9,201,304 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, Maryland, is the contracting activity.
Pacific West Builders,* National City, California, is being awarded $8,998,037 for firm-fixed-price task order 0027 under a multiple award construction contract (N62473-11-D-0065) for repair and rehabilitation of Field Maintenance Facility, Building 2000 at Marine Corps Air Ground Combat Center, Twentynine Palms. The task order also contains one unexercised option, which if exercised, would increase cumulative task order value to $9,839,392. Work will be performed in Twentynine Palms, California, and is expected to be completed by December 2016. Fiscal 2016 operation and maintenance, (Marine Corps) contract funds in the amount of $8,998,037 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.
Ace Electronics Defense Systems LLC,* Aberdeen Proving Ground, Maryland, is being awarded a $8,744,704 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide various supply materials in support of producing Tactical Tomahawk Weapons Control Systems suites of equipment for installation in new ships and retrofit into existing ships. Work will be performed in Aberdeen Proving Ground, Maryland, and is expected to be completed by February 2019. Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $373,177 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Port Hueneme, California, is the contracting activity (N63394-16-D-0002).
Sikorsky Support Services Inc., Stratford, Connecticut, is being awarded an $8,491,857 modification to a previously awarded firm-fixed-price, cost reimbursement contract (N00421-15-C-0022) to exercise an option for organizational, selected intermediate and limited depot level aircraft maintenance, management, and logistics support services for the 44 F-5 F/N aircraft. Work will be performed in Key West, Florida (39 percent); Yuma, Arizona (32 percent); and Fallon, Nevada (29 percent); and is expected to be completed in June 2016. Fiscal 2016 operations and maintenance (Navy Reserve) funds in the amount of $8,491,857 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.
Lockheed Martin Mission Systems and Training, Liverpool, New York, is being awarded an $8,046,094 modification to previously awarded contract N00024-14-C-6227 to exercise options for the production of two low cost conformal array (LCCA) production units, spare modules and spare outboard electronics canisters. The LCCA is a passive planar array mounted on the aft submarine sail structure that is integrated with the Acoustic Rapid Commercial Off-The-Shelf Insertion AN/BQQ-25 system to provide situational awareness and collision avoidance for improved tactical control in high density environments. Work will be performed in Syracuse, New York (90 percent); Marion, Massachusetts (8 percent); and Owego, New York (2 percent); and work is expected to be complete by July 2017. Fiscal 2016 other procurement (Navy) funding in the amount of $8,046,094 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, District of Columbia, is the contracting activity.
Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded $7,912,270 for modification P00022 to a previously awarded fixed-price-incentive-firm target contract (N00019-14-C-0050) for integration of formation lighting into the VH-92A Integrated Air Vehicle in support of the engineering and manufacturing development phase of the Presidential Helicopter Replacement Program. Efforts will include the design, development, qualification/certification, documentation, and integration of formation lights into six test aircraft, including spares support. Work will be performed in Stratford, Connecticut, and is expected to be completed in October 2020. Funds are not being obligated at time of award; funds will be obligated on future modifications. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
AIR FORCE
Aerojet Rocketdyne, Canoga Park, California, has been awarded a $115,312,613 other transaction agreement for the development of the AR1 rocket propulsion system prototype for the Evolved Expendable Launch Vehicle program. This agreement implements Section 1604 of the fiscal 2015 National Defense Authorization Act, which requires the development of a next-generation rocket propulsion system that will transition away from the use of the Russian supplied RD-180 engine to a domestic alternative for National Security Space launches. An other transaction agreement was used in lieu of a standard procurement contract in order to leverage ongoing investment by industry in rocket propulsion systems. This other transaction agreement requires shared cost investment with Aerojet Rocketdyne for the development of a prototype of the AR1 engine, a booster stage engine intended for use on United Launch Alliance’s Vulcan launch vehicle. The locations of performance are Canoga Park, California; Sacramento, California; Centennial, Colorado; Huntsville, Alabama; Stennis Space Center, Mississippi; West Palm Beach, Florida; and Los Angeles Air Force Base, California. The work is expected to be completed no later than Dec. 31, 2019. Air Force fiscal 2015 research, development, test and evaluation funds in the amount of $52,200,000; and Air Force fiscal 2016 research, development, test and evaluation funds in the amount of $63,112,613 are being obligated at the time of award. Aerojet Rocketdyne is contributing $57,656,307 at the time of award. The total potential government investment, including all options, is $536,029,652. The total potential investment by Aerojet Rocketdyne, including all options, is $268,014,826. This award is the result of a competitive acquisition with multiple offers received. The Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-16-9-0003).
United Launch Services LLC, a majority owned subsidiary of United Launch Alliance, Centennial, Colorado, has been awarded a $46,629,267 other transaction agreement for the development of the Vulcan BE-4 and Advanced Cryogenic Evolved Stage (ACES) rocket propulsion system prototypes for the Evolved Expendable Launch Vehicle program. This agreement implements Section 1604 of the fiscal year 2015 National Defense Authorization Act, which requires the development of a next-generation rocket propulsion system that will transition away from the use of the Russian supplied RD-180 engine to a domestic alternative for National Security Space launches. Another transaction agreement was used in lieu of a standard procurement contract in order to leverage ongoing investment by industry in rocket propulsion systems. This other transaction agreement requires shared cost investment with United Launch Services for the development of prototypes of the Vulcan BE-4 rocket propulsion system, which is a booster stage engine, and the ACES rocket propulsion system, which is an upper stage engine. The Vulcan BE-4 award is for $45,820,515, or 98.3 percent of the total awarded amount. The ACES award is for $808,752, or 1.7 percent of the total awarded amount. Both of these rocket propulsion systems are intended for use on United Launch Alliance’s Vulcan launch vehicle. The locations of performance are Denver, Colorado; Decatur, Alabama; Kent, Washington; Midland, Texas; Jupiter, Florida; and Los Angeles Air Force Base, California. The work is expected to be completed no later than Dec. 31, 2019. Air Force fiscal 2015 research, development, test and evaluation funds in the amount of $26,344,603 are being obligated at the time of award. United Launch Services is contributing $40,828,213 at the time of award. The total potential government investment, including all options, is $201,655,584. The total potential investment by United Launch Services, including all options, is $134,196,971. This award is the result of a competitive acquisition with multiple offers received. The Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California is the contracting activity (FA8811-16-9-0004).
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a not-to-exceed $32,000,000 modification (P00035) to previously awarded contract FA8615-12-C-6012 for a one-year extension of Iraq pilot training. Work will be performed at Tucson, Arizona, and is expected to be complete by Feb. 28, 2017. This contract is 100 percent foreign military sales to Iraq. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
Engineering and Software System Solutions Inc., Warner Robins, Georgia, has been awarded a $27,028,876 firm-fixed-price requirements contract for C-5 depot supplemental repair. Contractor will be the source of repair for overhaul of all organically assigned C-5 Air Force managed structural items classified within the 1560 Federal Stock Class. Work will be performed at Warner Robins, Georgia, and is expected to be complete by Feb. 28, 2020. This award is the result of a competitive acquisition with four offers received. No funds are being obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8538-16-D-0005).
Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a not-to-exceed $16,239,664 modification (P00511) to previously awarded FA8625-11-C-6597 for the sustainment of two Kingdom of Saudi Arabia KC-130J aircraft. Contractor will provide additional spares and logistics and engineering support services. The work will be performed at Marietta, Georgia; and Prince Sultan Air Base, Kingdom of Saudi Arabia, and is expected to be complete by Jan. 31, 2017. This contract action is 100 percent foreign military sales for an unclassified procurement on behalf of Saudi Arabia. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
ARMY
Goodyear Tire and Rubber Co., Akron, Ohio, was awarded a $43,458,174 indefinite-delivery/indefinite-quantity, fixed-price economic price adjustment, foreign military sales contract (Israel) for tires. One bid was solicited with one received, with an estimated completion date of Dec. 31, 2020. Funding and work location will be determined with each order. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91CRB-16-D-0005).
Sentel Corp., Alexandria, Virginia, was awarded a $25,081,184 modification (0001) to contract W52P1J-13-G-0027 for logistics support services. Work will be performed at Fort Bragg, North Carolina, with an estimated completion date of March 20, 2021. Fiscal 2016 operations and maintenance
(Army) funds in the amount of $171,576 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.
Smiths Detection, Edgewood, Maryland, was awarded a $17,262,861 modification (P00061) to contract W911SR-07-C-0080 to purchase 2,092 M4A1 Joint Chemical Agent Detectors; 2,088 communication adapter kits; and 10 platform interface kits. Work will be performed in Edgewood, Maryland, with an estimated completion date of Sept. 30, 2016. Fiscal 2016 other procurement (Army); operations and maintenance (Army); and research, development, testing and evaluation funds in the amount of $17,262,861 were obligated at the time of the award. Army Contracting Command, Aberdeen, Maryland, is the contracting activity.
Boeing Co., Mesa, Arizona, was awarded a $9,849,966 modification (0030) to contract W58RGZ-14-G-0005 for Apache helicopter rotary tail blades. Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2017. Fiscal 2016 other procurement funds in the amount of $9,849,966 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Honeywell International, Tempe, Arizona, was awarded a $9,585,183 modification (P00040) to contract W58RGZ-11-C-0039 for technical and logistics support for the repair of CH-47 T-55 engines. Work will be performed in Corpus Christi, Texas, with an estimated completion date of Aug. 29, 2017. Fiscal 2016 other procurement funds in the amount of $9,585,183 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
DEFENSE LOGISTICS AGENCY
3D Systems Inc., Rock Hill, South Carolina, has been awarded a maximum $18,637,163 fixed-price with economic price adjustment contract for medical equipment and accessories. This was a competitive acquisition with 90 responses received. This is a five-year contract with no option periods. Location of performance is South Carolina, with a Feb. 28, 2021, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-16-D-0010).
Bell Boeing, California, Maryland, has been awarded a maximum $8,231,859 firm-fixed-price delivery order (5069) against basic ordering agreement SPRPA1-15-G-001Y for aircraft hub assemblies. This is a 38-month contract with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Maryland, with a May 31, 2019, performance completion date. Using service is Navy. Type of appropriation is fiscal 2016 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.
DEFENSE MEDIA ACTIVITY
Taft Broadcasting LLC, Houston, Texas, was awarded a $17,451,682 firm-fixed-price contract for audio-visual maintenance services. This contract provides for 24/7/365 audio-visual maintenance support services to the Defense Media Activity (DMA) at locations in Riverside, California;
and Fort Meade, Maryland, with an expected completion date of Feb. 28, 2021. Fiscal 2016 operations and maintenance funding in the amount of $3,304,276 are being obligated at time of award. This contract was a competitive acquisition and one offer was received. The Defense Media Activity, Fort Meade, Maryland, is the contracting activity (HQ0028-16-C-0010). (Awarded on Feb. 26, 2016)
DEPARTMENT OF DEFENSE EDUCATION ACTIVITY
The Town of Lincoln/Lincoln Public Schools, Massachusetts, is being awarded a $12,500,205 firm-fixed price modification exercising the fourth of four option periods of contract HEVAS6-12-C-0001. The contract is for comprehensive education program services, grades pre-kindergarten through eight, servicing eligible dependent children of Department of Defense personnel residing on Hanscom Air Force Base, Massachusetts. The period of performance for this option is March 1, 2016, through June 30, 2017. The modification, which will use fiscal 2016 operations and maintenance funds, brings the total cumulative face value of the contract to $59,267,385 from $46,767,180. The contracting activity for this action is Department of Defense Education Activity, Peachtree City, Georgia.
The Caesar Rodney School District, Delaware, is being awarded an $8,856,304 firm-fixed price modification exercising the third of four option periods of contract HEVAS6-13-C-0001. The contract is for comprehensive education program services, grades kindergarten through 12, servicing eligible dependent children of Department of Defense personnel residing on Dover Air Force Base, Delaware. The period of performance for this option is March 1, 2016, through June 30, 2017. The modification, which will use fiscal 2016 operations and maintenance funds, brings the total cumulative face value of the contract to $33,682,736 from $24,826,432. The contracting activity for this action is Department of Defense Education Activity, Peachtree City, Georgia.
DEFENSE FINANCE AND ACCOUNTING SERVICE
Cotton & Co. LLP, Alexandria, Virginia, was awarded a maximum $10,600,216 modification (P00010) to contract HQ0423-15-F-0013 for audit
services to perform an audit of the Navy General Fund Schedule of Budgetary Activity for fiscal 2016. The modification brings the total cumulative face value of the contract to $21,155,580. Work will be performed in Alexandria, Virginia, with an expected completion date of Dec. 31, 2016. Fiscal 2016 operations and maintenance (Navy) funds in the amount of $10,600,216 were obligated at the time of the award. Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity.
*Small business
![bmg logo(R)2]()
![BMG AD (fv)]()