Quantcast
Channel: Hydraulics International – beenetworknews
Viewing all 149 articles
Browse latest View live

BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

ARMY

AM General, South Bend, Indiana, was awarded a $356,213,318 modification (P00019) to contract W56HZV-15-C-0155 for 1,259 M1151A1B1 High Mobility Multipurpose Wheeled Vehicles (HMMWVs); and 414 M1152A1B2 Troop Enclosure HMMWVs in support of Afghanistan.  Work will be performed in Mishawaka, Indiana, with an estimated completion date of July 29, 2017.  Fiscal 2015 other procurement funds in the amount of $356,213,318 were obligated at the time of the award.  Army Contracting Command Warren, Michigan, is the contracting activity.

Source America, Vienna, Virginia, was awarded a $43,427,857 firm-fixed-price, incrementally funded contract with options for installation facilitiesDepartment of the Army maintenance.  One bid was solicited with one received.  Work will be performed at Ft. Knox, Kentucky, with an estimated completion date of July 31, 2019.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $8,246,467 were obligated at the time of the award.  Army Contacting Command, Ft. Knox, Kentucky, is the contracting activity (W9124D-16-C-0014).

L&S Services LLC, Tucker, Georgia, was awarded a $32,828,048 firm-fixed-price, multi-year contract with options for a food service contract.  Bids were solicited via the Internet with four received. Work will be performed at Ft. Benning, Georgia, with an estimated completion date of June 28, 2019.  Funding and work location will be determined with each order. Army Contracting Command, Ft. Benning, Georgia, is the contracting activity (W911SF-16-D-0004).

Tatitlek Services, Anchorage, Alaska, was awarded a $24,418,070 modification (P0001) to contract W9124J-12-D-0003 to support base services, and to manage the joint mobilization sites, power generation platforms and mobilization-training center.  Work will be performed at Ft. Bliss, Texas, with an estimated completion date of Sept. 29, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $24,418,070 were obligated at the time of the award.  Army Contracting Command, Ft. Bliss, Texas, is the contracting activity.

R.C. Construction Co. Inc., Greenwood, Mississippi, was awarded a $9,531,588 firm-fixed-price contract with options for expanding the tanker apron, Seymour Johnson Air Force Base, North Carolina, with an estimated completion date of Oct. 22, 2017.  Bids were solicited via the Internet with four received.  Fiscal 2013-2015 military construction funds in the amount of $9,531,588 were obligated at the time of the award.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-C-0016).

Missouri Department of Social Services, Jefferson City, Missouri, was awarded a $7,825,706 modification (P0004) to contract W911S7-16-C-0006 for dining facility food service.  Work will be performed in Ft. Leonard Wood, with an estimated completion date of Nov. 10, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $7,825,706 were obligated at the time of the award.  Army is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Herndon Products Inc., O’Fallon, Missouri, has been awarded a maximum $108,000,000 fixed-price with economic-price-adjustment contract for industrial hardware for aviation maintenance. This was a competitive acquisition with five responses received. This is a four-year base contract with two three-year option periods. Locations of performance are Missouri and Texas, with a July 31, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE5EY-16-D-0547).

Doyon Utilities LLC, Fairbanks, Alaska, has been awarded a maximum $28,500,044 modification (P00092) to a 50-year contract (SP0600-07-C-8261) incorporating interim tariff rates as ordered by the Regulatory Commission of Alaska. This is a regulated tariff contract. Location of performance is Alaska, with an Aug. 14, 2058, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through fiscal 2058 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

URS Federal Services Inc., Germantown, Maryland, has been awarded a maximum $12,992,825 modification (P00072) exercising the fourth one-year option period of a one-year base contract (SP3300-12-C-5003) with four one-year option periods for warehousing and distribution support services. This is a fixed-price incentive firm target contract with cost reimbursement and labor hour line items. Locations of performance are Maryland, and Utah, with a July 31, 2017, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania.

AIR FORCE

Lockheed Martin Corp., Marietta, Georgia, has been awarded a $71,383,146 firm-fixed-price, time and material, cost-plus-incentive-fee, indefinite-delivery/ indefinite-quantity contract for C-130J long term sustainment.  Contractor will provide program sustainment support, inventory control point management, consumable spares replenishment, repair work, sustaining engineering support, technical data, and depot activation in support of the C‐130J weapon system. Work will be performed at Marietta, Georgia, and is expected to be complete by July 31, 2017. This award is the result of a sole-source acquisition. Fiscal 2016 operations and maintenance funds in the amount of $42,033,481 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-16-D-0001).

BAE Systems, Rockville, Maryland, has been awarded a $51,250,135 fixed-price level of effort modification (P00146) to exercise an option on previously awarded contract FA8214-13-C-0001 for integration support contract. Contractor will provide systems engineering, technical assistance support, training and development in performing integration, sustaining engineering and program management support functions for the Minuteman III weapon system. Work will be performed at Hill Air Force Base, Utah, and is expected to be complete by July 31, 2017. Fiscal 2016 operations and maintenance; and research and development funds in the amount of $32,460,163 are being obligated at the time of award. Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity.

Duke Energy Progress LLC; Raleigh, North Carolina, has been awarded a $45,187,307 indefinite term contract for electric utility service. Contractor will provide all labor, materials, tools, equipment and supervision necessary to supply and deliver electrical energy to meet the required delivery point capacities and peak demands. Work will be performed at Shaw Air Force Base, South Carolina, and is expected to be complete by July 31, 2026. This award is the result of a sole-source acquisition. Fiscal 2016 operations and maintenance funds in the amount of $825,000 are being obligated at the time of award. The 20th Contracting Squadron, Shaw Air Force Base, South Carolina, is the contracting activity (FA4803-16-F-0008).

Trade Products Corp., Fairfax, Virginia, has been awarded a $24,500,000 firm-fixed-price, cost-plus-fixed-fee and cost reimbursement contract for facility furnishings, fit-out and support. Contractor will provide material and services to procure and install furnishings required to support U.S. Strategic Command transition to a new facility, with coordination and oversight provided by a professional project management team. Work will be performed at Offutt Air Force Base, Nebraska, and is expected to be complete by Aug. 31, 2021. This award is the result of a competitive acquisition with three offers received. Fiscal 2016 operations and maintenance funds in the amount of $15,000,000 (estimated) are being obligated at the time of award. The 55th Contracting Squadron, Offutt Air Force Base, Nebraska, is the contracting activity (FA4600-16-D-0013).

Sierra Nevada Corp., Sparks, Nevada, has been awarded a not-to-exceed $10,224,545 undefinitized contract action for the modification of an M-28356px-Seal_of_the_US_Air_Force.svg aircraft. Contractor will provide modification of one aircraft, aircraft ferry, spares, and field service representative support for 12 months after aircraft delivery. Work will be performed at Centennial, Colorado; and Amman, Jordan, and is expected to be complete by July 31, 2018. This contract is 100 percent Foreign Military Sales to the country of Jordan. This award is the result of a sole-source acquisition. The 645th Aeronautical Systems Group, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8620-16-F-4027).

Pacific Scientific Energetic Material Co., Hollister, California, has been awarded a $9,755,179 firm-fixed-price contract for C-17 egress panel production. The egress panels aid in passengers and air crew disembarking of the C-17 during an emergency. Work will be performed at Hollister, California, and is expected to be complete by Dec. 31, 2018. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Fiscal 2014 and 2015 procurement of ammunition funds and foreign military sales funds in the amount of $9,755,179 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-0015).

Vencore Labs Inc., doing business as Applied Communication Sciences; Basking Ridge, New Jersey, has been awarded a $9,021,383 cost-plus-fixed-fee contract for software development. Contractor will provide research, development, demonstration and delivery of a Scalable and Holistic Energy CybeR-weapon Localization and Characterization (SHERLOC) system that is capable of rapidly localizing and characterizing cyber-weapons that have gained access to power grid infrastructure and able to map industrial control systems, gather configuration data, determine which devices are behaving incorrectly, and discover and characterize malware. Work will be performed at Basking Ridge, New Jersey, and is expected to be complete by July 28, 2020. This award is the result of a competitive acquisition with 70 offers received. Fiscal 2016 research, development, test and evaluation funds in the amount of $1,568,315 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-16-C-0178).

BAE Systems Information and Electronic Systems Integration Inc., Burlington, Massachusetts, has been awarded an $8,688,675 cost-plus-fixed-fee completion contract for software. Contractor will provide research, develop, demonstrate, and deliver a PHOENIX software system that allows first responders to entirely disconnect a non-cooperative organization from its network infrastructure and then selectively reform on a separate secure emergency network. Work will be performed at Burlington, Massachusetts, and is expected to be complete by July 29, 2020. This award is the result of a competitive acquisition with 70 offers received. Fiscal 2016 research, development, test and evaluation funds in the amount of $1,498,588 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-16-C-0177).

SRI International, Menlo Park, California, has been awarded a $7,346,989 cost-plus-fixed-fee contract for software. The Threat Intelligence for Grid Recovery is a project under Technical Area 3 of the Defense Advanced Research Projects Agency’s Rapid Attack Detection, Isolation and Characterization Systems (RADICS) program.  The goal of the RADICS program is to enable skilled cyber and power engineers to restore electrical service within seven days of an attack that overwhelms the recovery capabilities of the impacted organizations. RADICS will develop innovative automated systems to detect indications and warning of an impending attack, provide situational awareness, and accelerate recovery actions by enabling first responders to isolate affected systems from the Internet, establish a secure communications network and characterize the nature of the threat. Work will be performed at Menlo Park, California, and is expected to be complete by July 28, 2020. This award is the result of a competitive acquisition with 70 offers received. Fiscal 2016 research, development, test and evaluation funds in the amount of $1,306,578 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-16-C-0179).

600px-US-DeptOfNavy-Seal.svgNAVY

Excet Inc., Springfield, Virginia, is being awarded a maximum value $48,590,709 indefinite-delivery/indefinite-quantity, cost-plus fixed-fee contract for scientific, engineering, technical, and analytical research and development for a wide range of Naval Research Laboratory research projects supporting the Navy’s corrosion mitigation, coatings, environmental and prevention programs.  The initial task order, having a cumulative face value of $2,044,872, is being awarded concurrent with the contract, and will be incrementally funded in the amount of $504,500.  Work will be performed in Washington, District of Columbia (45 percent); Key West, Florida (45 percent); and Springfield, Virginia (10 percent).  The work is expected to be completed July 28, 2021.  Fiscal 2016 working capital funds (Navy) in the amount of $504,500 will be obligated at the time of award.  No funds will expire at the end of the current fiscal year.  This contract was competitively procured as a small business set-aside under solicitation N00173-16-R-RE01, with one offer received.  The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity (N00173-16-D-2014).

Engility Corp., Andover, Massachusetts, is being awarded a $40,172,869 cost-plus-fixed-fee, cost-reimbursable contract to provide engineering and technical support services in support of the Naval Air Systems Command Systems Engineering Department.  Services to be provided include systems engineering management, air/ship integration, systems safety, mass properties, survivability, manufacturing and quality, reliability and maintainability, electromagnetic environmental effects, anti-tamper, and mission engineering and interoperability.  These efforts are focused across a broad business base comprised of Integrated Program Teams, Externally Directed Teams and Enterprise Teams, which support all Naval Air Programs.  Work will be performed at Naval Air Station (NAS) Patuxent River (98 percent); NAS Jacksonville (1.4 percent); and Marine Corps Air Station Cherry Point (.6 percent), and is expected to be complete by July 2017.  Fiscal 2014 aircraft procurement (Navy); fiscal 2016 aircraft procurement (Navy and Air Force); fiscal 2015 and 2016 weapons procurement (Navy); fiscal 2016 working capital funds; fiscal 2016 research, development, test and evaluation;  fiscal 2016 operations and maintenance (Navy); and foreign military sales funds are being obligated in the amount of $10,498,546, of which $1,084,583 will expire at the end of the current fiscal year.  This contract combines purchase for the  Navy ($39,006,761; 97.10 percent); the government of Japan ($536,028, 1.33 percent); the government of Australia ($271,440, 0.68 percent); the government of Saudi Arabia ($169,360, 0.42 percent); the government of Denmark ($99,760, 0.25 percent); the government of Norway ($77,920, 0.19 percent); and the government of Spain ($11,600, 0.03 percent).  This contract was not competitively procured pursuant to 10 U.S Code 2304(c)(1) and Federal Acquisition Regulation 6.302-1(a)(2).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00421-16-C-0048).

Cape Environmental Management Inc.,* Honolulu, Hawaii 96819-1806 (N62742-16-D-1809); EATC JV,* Honolulu, Hawaii 96814-3177 (N62742-16-D-1810); Engineering/Remediation Resources Group Inc.,* Martinez, California 94553-2228 (N62742-16-D-1811); Insight-ESI LLC,* Brea, California 92821-6705 (N62742-16-D-1812); and CKY Inc.,* San Pedro, California 90731-2750 (N62742-16-D-1813), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, fixed-price, remedial action contract for various sites in the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all five contracts combined is $40,000,000.  The work to be performed provides for remedial action services that include, but are not limited to the following:  performing remedial actions, removal actions, soil excavation, hauling and disposal of contaminated soil, closure and/or replacement of underground storage tanks or above ground storage tanks, long-term management and preparing appropriate documentation of planned and completed actions.  No task orders are being issued at this time.  Work will be performed primarily within the NAVFAC Pacific AOR which includes Hawaii (65 percent); Guam (30 percent); and the Commonwealth of the Northern Mariana Islands (5 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of July 2021.  Fiscal 2016 environmental restoration (Navy) contract funds in the amount $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 environmental restoration (Navy); and operations and maintenance, (Navy and Marine Corps).  These contracts were competitively procured via the Navy Electronic Commerce Online website, with six proposals received.  These five contractors may compete for task orders under the terms and conditions of the awarded contracts.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

BL Harbert International LLC, Birmingham, Alabama, is being awarded a $37,909,250, firm-fixed-price contract for design and construction of a simulator integration and range control facility at Marine Corps Base, Camp Lejeune.  The complex will include virtual training systems, administrative spaces, high-bay simulator space, classrooms, storage space, conference/training rooms and telecommunication rooms.  This project will also construct a single-story boat shop and warehouse, a covered training area to provide a covered shelter for outdoor training exercises to support equipment training for the tactical engagement simulator systems, and provide renovations to Building 26 to all mechanical, plumbing, electrical, communication, and fire protection.  The contract also contains two unexercised planned modifications, which if exercised would increase cumulative contract value to $43,661,780.  Work will be performed in Jacksonville, North Carolina, and is expected to be completed by August 2018.  Fiscal 2016 military construction (Navy) contract funds in the amount of $37,909,250 are obligated on this award; of which $9,776,039 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 10 proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-16-C-5500).

General Dynamics Advanced Information Systems Inc., Fairfax, Virginia, is being awarded a $36,037,472 cost-plus-incentive-fee modification to previously awarded contract (N00024-09-C-6250) for the AN/BYG-1 Tactical Control System (TCS) Technology Insertion and Advanced Processing Build software modernization.  This option exercise is for the TCS program. General Dynamics Advanced Information Systems Inc. will continue development of AN/BYG-1 TCS Technology Insertions (TI-14, TI-16 and TI-18) Advanced Processing Builds (APB-15 and APB-17) software, for delivery to multiple  Navy and Royal Australian Navy submarines.  Work will be performed in Fairfax, Virginia, and is expected to be completed by July 2017.  Armaments cooperative program (Royal Australian Navy); fiscal 2014 and 2016 other procurement (Navy); fiscal 2016 research, development, test and evaluation (Navy); and fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $12,112,072 will be obligated at time of award and funds in the amount of $12,735 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

General Dynamics NASSCO-Norfolk, Norfolk, Virginia, is being awarded a $23,442,136 modification to a previously awarded cost-plus-award-fee/incentive-fee contract (N00024-11-C-4303) for USS Harry S Truman (CVN-75) fiscal 2016 Planned Incremental Availability (PIA).  A PIA 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 Portsmouth, Virginia, and is expected to be completed by May 2017. Fiscal 2016 operations and maintenance (Navy); and fiscal 2016 other procurement (Navy) funds in the amount of $23,177,053 will be obligated at time of award with $18,782,730 expiring at the end of the current fiscal year. Mid Atlantic Regional Maintenance Center, Norfolk, Virginia, is the administrative contracting activity.

Lockheed Martin Global, Inc., Owego, New York, is being awarded a $10,990,708 firm-fixed-price contract for the procurement of peculiar support equipment and specialized test equipment to perform depot level repairs to identified common cockpit avionics suite components in support of the H-60 aircraft.  Work will be performed in Owego, New York, and is expected to be completed in October 2018.  Fiscal 2014 aircraft procurement (Navy) funds in the amount of $10,990,708 will be obligated at time of award, all 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 Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-16-C-0002).

BAE Systems Southeast Shipyards Mayport LLC, Jacksonville, Florida, is being awarded a $9,658,407 firm-fixed-price contract, for Selected Restricted Availability (SRA) repair work onboard USS The Sullivans (DDG 68).  The SRA work consists of structural and tank repairs, propulsion systems repairs, ventilations and auxiliary systems repairs, temporary services habitability preservations, structural preservations, ship alterations, and miscellaneous repairs.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $9,998,217.  Work will be performed in Jacksonville, Florida, and is expected to be completed by March 2017.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $9,658,407 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract was competitively procured with five proposals solicited via the Federal Business Opportunities website, with three offers received. The Southeast Regional Maintenance Center, Mayport, Florida, is the contracting activity (N40027-16-C-0045).

Coastal Enterprises of Jacksonville Inc., Jacksonville, North Carolina, is being awarded a $7,520,961 indefinite-delivery/indefinite-quantity contract for grounds maintenance services at Marine Corps Base Camp Lejeune, Marine Corps Air Station New River, and other outlying locations.  The work to be performed provides for grounds maintenance services that will maintain landscaping, mowing and trimming grass, weed control, and fire ant treatment for the Camp Lejeune Complex which include commands such as the Naval Hospital, Marine Corps Special Operations Command, and Department of Defense Dependent Schools.  The maximum dollar value including the base period and four option years is $37,885,156.  Work will be performed in Jacksonville, North Carolina, and is expected to be completed by July 2017.  No funds will be obligated at time of award.  Fiscal 2016 operations and maintenance (Marine Corps) contract funds in the amount of $4,059,253 for recurring work will be obligated on individual task orders issued during the base period.  These services were procured directly from the Procurement List with Source America under Federal Acquisition Regulation Part 8.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-16-D-6318).

NORDAM Group Inc., Tulsa, Oklahoma, is being awarded $7,518,295 for firm-fixed-price delivery order 7007 under previously awarded basic ordering agreement (N00383-13-G-001H) for the repair of the inner wing panel used on the F/A-18.  Work will be performed in Tulsa, Oklahoma, and is expected to be completed by December 2016.  Working capital funds (Navy) in the amount of $7,518,295 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was a sole source pursuant to the authority set forth in 10 U.S. Code 2304(c)(1) and Federal Acquisition Regulation 6.320-1.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

DEFENSE INFORMATION SYSTEMS AGENCY

CORRECTION: Contract HC1047-16-D-4041, awarded to Raytheon Co., Arlington, Virginia, on July 28, 2016, was inadvertently included in contract announcements posted on July 27, 2016. All other information in the announcement was accurate.

*Small business

NAVY

Tetra Tech Inc., Norfolk, Virginia, is being awarded a maximum amount $200,000,000 cost-plus-award-fee, indefinite-delivery/indefinite-quantity, architect-engineering contract for comprehensive long-term environmental action services on Navy and Marine Corps installations at various Department of Defense sites in the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility (AOR).  The principle geographic areas covered by this contract include NAVFAC Mid-Atlantic North Integrated Product Team, Southeast, and Base Realignment and Closure East.  Task order 0001 is being awarded at $592,325 for architect engineering services at the Program Management Office in Virginia Beach,600px-US-DeptOfNavy-Seal.svg Virginia.  Work for this task order is expected to be completed by March 2017.  All work on this contract will be performed within the NAVFAC Atlantic AOR including, but not limited to, Maine (14 percent); Florida (11 percent); Massachusetts (11 percent); Indiana (10 percent); New Jersey (10 percent); Rhode Island (7 percent); Texas (7 percent); Pennsylvania (6 percent); New York (6 percent); South Carolina (6 percent); Illinois (3 percent); Mississippi (3 percent); Connecticut (2 percent); Georgia (1 percent); Louisiana (1 percent); Tennessee (1 percent); and Alabama (1 percent), and is expected to be completed by July 2021.  Fiscal 2016 environmental restoration (Navy) contract funds in the amount of $592,325 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by environmental restoration (Navy).  This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-16-D-9008).

Northrop Grumman Systems Corp., Military Aircraft Systems, Melbourne, Florida, is being awarded a $163,957,953 modification to a previously awarded fixed-price-incentive (firm target) contract (N00019-13-C-9999) for one E-2D Advanced Hawkeye aircraft configured for the Government of Japan.  Work will be performed in St. Augustine, Florida (24.9 percent); Syracuse, New York (20.59 percent); Melbourne, Florida (7.60 percent); El Segundo, California (4.56 percent); Indianapolis, Indiana (4.05 percent); Menlo Park, California (3.90 percent); Rolling Meadows, Illinois (2.30 percent); and various locations within the continental U. S. each under 2 percent (32.10 percent), and is expected to be completed in March 2018.  Foreign military sales funds in the amount of $163,957,953 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.

Lockheed Martin Mission Systems and Training, Owego, New York, is being awarded a $67,600,195 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the non-recurring engineering, manufacture, and delivery of up to 103 AN/APS-153(V)1 automatic radar periscope detection and discrimination multi-mode radar kits to upgrade the MH-60R fleet aircraft.  Work will be performed at Farmingdale, New York (82.77 percent); Owego, New York (17.10 percent); Oldsmar, Florida (0.11 percent); and Syracuse, New York (0.02 percent), and is expected to be complete by September 2020.  Fiscal 2015 and 2016 aircraft procurement (Navy) funds in the amount of $39,783,915 will be obligated at the 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. Code 2304(c)(1) and Federal Acquisition Regulation 6.302-1(a)(2).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-16-D-0051).

The Boeing Co., St. Louis, Missouri, is being awarded $41,420,991 for firm-fixed-price delivery order 0026 against a previously issued basic ordering agreement (N00019-16-G-00001), to procure 80 advanced capability mission computers and associated non-recurring engineering in support of the F/A-18E/F and EA-18G aircraft for the Navy and the government of Australia.   Work will be performed at St. Louis, Missouri, and is expected to be complete by August 2018.  Fiscal 2014, 2015 and 2016 aircraft procurement (Navy); and foreign military sales funds in the amount of $41,420,991 are being obligated at the time of award, $3,958,845 of which will expire at the end of the current fiscal year.  This contract combines purchase for the  Navy ($22,743,983; 54.91 percent); and government of Australia ($18,677,008; 45.09 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Space Systems Co., Sunnyvale, California, is being awarded a maximum value $28,240,307 for modification P00013 to a previously awarded cost-plus-fixed-fee contract (N00030-15-C-0005) for Common Missile Compartment /Ohio Replacement, Missile Service Unit, XPod Refresh, and Strategic Weapons Systems Ashore efforts.  The work will be performed in Cape Canaveral, Florida, and is expected to be completed July 31, 2018.  Fiscal 2015 weapons procurement (Navy) funds in the amount of $23,137,000; and fiscal 2016 weapons procurement (Navy) funds in the amount $5,103,307 are being obligated on this award.  No contract funds will expire at the end of the current fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

L-3 Chesapeake Science Corp.,* Millersville, Maryland, is being awarded a $26,750,000 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for technical engineering services and material associated with Towed Array Integrated Product Team telemetry.  Fiscal 2016 service cost center funding in the amount of $97,308 will be obligated at the time of award and will not expire at the end of the current fiscal year.  Work will be performed in Millersville, Maryland, and is expected to be completed by September 2017.  This contract was not competitively procured in accordance with 15 U.S. Code 638(r)(1)(4).  The Naval Undersea Warfare Center, Division Newport, Newport, Rhode Island, is the contracting activity (N66604-16-D-0845).

Environet Inc.,* Kamuela, Hawaii, is being awarded $15,598,341 for firm-fixed-price task order 0006 under a previously awarded multiple award construction contract (N62478-14-D-4005) to repair spalls and deck on Wharves B25-B26 at Joint Base Pearl Harbor-Hickam.  The work will include replacing the top four inches of concrete deck and repairing spalls and cracks in concrete members, to maintain the structural integrity and prevent further major deterioration of the wharves.  Work will be performed in Oahu, Hawaii, and is expected to be completed by August 2018.  Fiscal 2016 operations and maintenance (Navy) contract funds in the amount of $15,598,341 are being obligated on this award and will not expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

TEC-AECOM Pacific JV, Charlottesville, Virginia, is being awarded $14,499,214 for firm-fixed-price task order 0023 under a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-11-D-1801) for architect-engineering services for the preparation of National Environmental Policy Act documents and environmental studies at various Navy and Marine Corps activities located within the Pacific Basin and Indian Ocean areas.  Work will be performed in Honolulu, Hawaii, and is expected to be completed by September 2019.  Fiscal 2016 operations and maintenance (Marine Corps) contract funds in the amount of $14,499,214 are being obligated on this award and will expire at the end of the current fiscal year.  One proposal was received for this task order.  The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Marine Hydraulics International LLC, Norfolk, Virginia, is being awarded a $14,185,366 firm-fixed-price contract for the fiscal 2016 selected restricted availability for USS Gravely (DDG 107).  Work will involve ship repair, maintenance, and modernization.  The work consists of structural repairs, non-skid replacement, ventilation repairs, temporary services, ship alterations, and miscellaneous repairs.  Work will be performed in Norfolk, Virginia, and is expected to be completed by March 2017.  Fiscal 2016 operations and maintenance (Navy); and fiscal 2016 other procurement (Navy) funding in the amount of $14,185,366 will be obligated at the time of award and $9,354,077 will expire at the end of the current fiscal year.  This contract was competitively procured under full and open competition with three offers received.  The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity (N00024-16-D-4407-0004).

Sauer Inc., Jacksonville, Florida, is being awarded a $10,040,700 firm-fixed-price contract for fire protection system replacement and structural supports superstructure repair of Hangar 111 at Naval Air Station Oceana.  The work to be performed will replace the fire protection system and repair the structural supports superstructure, replace hangar bay insulation, clean and paint interior hangar bay, refurbish hangar bay doors, repair exterior door frames, replace exterior doors, replace aircraft power distribution, replace air compressors and dryers, and replace main air handlers in Hangar 111.  Work will be performed in Virginia Beach, Virginia, and is expected to be completed by February 2019.  Fiscal 2016 operations and maintenance (Navy) contract funds in the amount of $10,040,700 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 five proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-16-C-6140).

Department of the ArmyARMY

General Dynamics Ordnance and Tactical Systems, Garland, Texas, was awarded a $167,436,000 firm-fixed price contract with options for MK84-4 tritonal-filled general purpose bomb components procured by the Air Force.  One bid was solicited with one received. Work will be performed in Garland, Texas, with an estimated completion date of March 31, 2019.  Fiscal 2016 other procurement funds in the amount of $ 83,718,000 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-16-C-0058).

Dynamic Animation Systems Inc.,* Fairfax, Virginia (W911NF-16-D-0019); Cole Engineering Services Inc.,* Orlando, Florida (W911NF-16-D-0020); Dignitas Technologies LLC,* Orlando, Florida (W911NF-16-D-0021); Intelligent Decision Systems Inc.,* Centreville, Virginia (W911NF-16-D-0022); VCOM3D, Orlando, Florida (W911NF-16-D-0023); Cole Engineering Services Inc.,* Orlando, Florida (W911NF-15-D-0024); STS International Inc.,* Berkeley Springs, West Virginia (W911NF-16-D-0025); Intelligent Decision Systems Inc.,* Centreville, Virginia (W911NF-16-D-0026); Engineering & Computer Simulation, Orlando, Florida (W911NF-16-D-0027); Cole Engineering Services Inc.,* Orlando, Florida (W911NF-16-D-0028); Digintas Technologies LLC,* Orlando, Florida (W911NF-16-D-0029); Intelligent Decision Systems Inc.,* Centreville, Virginia (W911NF-16-D-0030); and Engineering & Computer Simulation, Orlando, Florida (W911NF-16-D-0031), were awarded a $135,000,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award task order contract with options for research and development technology.  Bids were solicited via the Internet with 19 received with an estimated completion date of July 27, 2021.  Funding and work location will be determined with each order.  Army Contracting Command, Research Triangle Park, North Carolina, is the contracting activity.

San Juan Construction Inc., Montrose, Colorado, was awarded a $54,844,009 firm-fixed-price contract with options for Echo Pier Restoration, U.S. Army Kwajalein Atoll (USAKA).  Bids were solicited via the Internet with two received. Work will be performed in the Marshall Islands, with an estimated completion date of July 9, 2020.  Fiscal 2014-2016 military construction funds in the amount of $54,844,009 were obligated at the time of the award.  Army Corps of Engineers, Ft. Shafter, Hawaii, is the contracting activity (W9128A-16-C-0006).

Vectrus Systems Corp., Reston, Virginia, was awarded a $46,625,722 modification (P00015) to contract W52P1J-16-C-0005 for receiving, repairing, maintaining, storing, preparing for issue and issuing Army Prepositioned Stock 5 equipment in southwest Asia in support of the 401st Army Field Support Battalion.  Work will be performed in Kuwait, with an estimated completion date of Feb. 28, 2017.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $34,487,156 were obligated at the time of the award.  Army Contracting Command, Rock Island, Illinois, is the contracting activity.

Korte Construction Co., St. Louis, Missouri, was awarded a $44,083,201 firm-fixed-price contract for the renovate propulsion maintenance wing plating shop at Tinker Air Force Base.  Bids were solicited via the Internet with four received. Work will be performed in Oklahoma City, Oklahoma, with an estimated completion date of March 1, 2020.  Fiscal 2015 other funds in the amount of $44,083,201 were obligated at the time of the award.  Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-16-C-0035).

Environmental Systems Research Institute, Redlands, California, was awarded a $41,538,000 firm-fixed-price contract for Arc geographic information system computer software products and services.  Bids were solicited via the Internet with one received. Work location and funding will be determined with each order, with an estimated completion date of Aug. 2, 2019.  Army Corps of Engineers, Alexandria, Virginia, is the contracting activity (W5J9CQ-16-A-0001).

Honeywell Technology Solutions Inc., Columbia, Maryland, was awarded a $24,009,471 modification (P000214) to contract W52P1J-12-G-0061 for supply of the functions required to support what is currently known as maintenance, supply, transportation and other logistics functions for the Army Prepositioned Stocks 3 Charleston Afloat program.  Work will be performed in Charleston, South Carolina, with an estimated completion date of Aug. 14, 2017.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $24,009,471 were obligated at the time of the award.  Army Contracting Command, Rock Island, Illinois, is the contracting activity.

Philips Healthcare, a division of Penac, Bothell, Washington, was awarded an $18,802,500 modification (P00013) to contract W81K04-11-D-0016) for biomedical equipment maintenance at various Army and Air Force military treatment facilities.  Base plus four one-year options.  This is the extension of services option.  Work location and funding will be determined with each order, with an estimated completion date of Sept. 30, 2017. Army Medical Command, Fort Sam Houston, Texas, is the contracting activity.

Argo Systems LLC, Hanover, Maryland, was awarded a $14,900,000 firm-fixed-price contract for construction of a vehicle control point located at Fort Meade, Maryland.  Bids were solicited via the Internet with six received. Work will be performed in Fort Meade, Maryland, with an estimated completion date of Oct. 10, 2017.  Fiscal 2015 military construction funds $7,450,000; and fiscal 2016 military construction funds in the amount of $7,450,000, were obligated at the time of the award.  Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DF-16-C-0021).

Alstom Power Inc., Littleton, Colorado, was awarded a $9,500,000 firm-fixed-price contract for rehabilitation and/or replacement of components of generators and hydroelectric turbines for  Army Corps of Engineers power plant facilities primarily at Hartwell, Russell, and Thurmond hydropower dams.  Bids were solicited via the Internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of July 27, 2021.  Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-16-D-0005).

Macro-Z Technology,* Santa Ana, California, was awarded an $8,580,000 firm-fixed price contract with options to construct an administration abuilding and warehouse for the U.S. Forest Service.  Bids were solicited via the Internet with two received. Work will be performed in Kernville, California, with an estimated completion date of July 27, 2017.  Fiscal 2014-2016 other procurement funds in the amount of $8,580,000 were obligated at the time of the award.  Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-16-C-0021).

DEFENSE LOGISTICS AGENCY

Brothers Produce of Dallas,* Garland, Texas, has been awarded a maximum $62,128,910 fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh fruits and vegetables in the San Antonio south zone. This was a competitive acquisition with four responses received. This isDefense_Logistics_Agency an 18-month base contract with two 18-month option periods. Location of performance is Texas, with a Jan. 27, 2018, performance completion date. Using customers are non-Department of Defense school customers. 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 (SPE300-16-D-S676).

Brothers Produce of Dallas,* Garland, Texas, has been awarded a maximum $30,688,691 fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh fruits and vegetables in the San Antonio north zone. This was a competitive acquisition with four responses received. This is an 18-month base contract with two 18-month option periods. Location of performance is Texas, with a Jan. 27, 2018, performance completion date. Using customers are non-Department of Defense school customers. 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 (SPE300-16-D-S675).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Pyrotechnic Specialties Inc., Byron, Georgia (FA8213-16-D-0007); and CAPCO LLC, Grand Junction, Colorado (FA8213-16-D-0008), have each been awarded an indefinite-delivery/indefinite-quantity, firm fixed price contract with a combined contractual ceiling of $37,000,000 for the replenishment of BBU-35 A/B Impulse Cartridges.  Work will be performed at Byron, Georgia, and Grand Junction, Colorado, and is expected to be complete by Dec. 27, 2022.  These contracts involve Foreign Military Sales to Pakistan, Belgium, Oman, Singapore, Romania, NATO-Hungary, Tunisia, and the United Arab Emirates. This award is the result of a competitive acquisition with three offers received.  Fiscal 2016 Ammunition Procurement funds in the amount of $3,475,590 will be obligated on FA8213-16-F-0021 and $1,157,738 will be obligated on FA8213-16-F-0022.  Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

University of Illinois, Urbana, Illinois, has been awarded an $18,699,100 cost contract for Cyber-Physical Experimentation Environment (CEER) for Rapid Attack Detection, Isolation Characterization Systems (RADICS) software system and report. Contractor will provide research, development and demonstration of a CEER hardware and software system to enable RADICS research, development, testing and evaluation. Work will be performed at Champaign, Illinois, and is expected to be complete by Aug. 1, 2020. This award is the result of a competitive acquisition with 70 offers received. Fiscal 2016 research, development, test and evaluation funds in the amount of $2,774,714 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-16-C-0181).

Radiance Technologies Inc.*, Huntsville, Alabama, has been awarded a $17,948,212 cost-plus-fixed-fee completion contract for research and development. Contractor will design, develop and evaluate high-fidelity models of multiple specific sensors and the communication links and command and control nodes associated with them. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by July 28, 2021. This award is the result of a competitive acquisition under the Small Business Innovation Research program. Fiscal 2016 research, development test and evaluation funds in the amount of $404,630 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-16-C-1744).

Innovative Signal Analysis Inc., Richardson, Texas, has been awarded a $16,179,482 cost-plus-fixed-fee contract for software, hardware, and reports. Contractor will provide enablement of real-time detection, tracking, and geo-location of emerging radar systems. Work will be performed at Richardson, Texas, and is expected to be complete by July 27, 2021. This award is the result of a competitive acquisition with two offers received. Fiscal 2016 $3,512,144 funds in the amount of $3,512,144 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-16-C-0091).

Lockheed Martin Corp. – Lockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded a $14,879,315 delivery order (000717) to previously awarded contract FA8625-04-D-6452 for C-130J Block 7.0/8.1 combined trial kit installations. Contractor will provide incorporation of combined block 7.0/8.1 TKIs on Air Force C-130J variants and the Marine Corps KC-130J variant. This includes 7.0/8.1 time compliance technical orders, technical publications, differences training courseware and classes. The location of performance is Marietta, Georgia. The work is expected to be completed by May 31, 2019. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Lockheed Martin Corp. – Lockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded a $14,733,376 delivery order (000729) to previously awarded contract FA8625-04-D-6452 for C-130J Block 7.0/8.1 combined trial kit installations. Contractor will provide incorporation of combined block 7.0/8.1 TKIs on the Coast Guard HC-130J Variant. This includes time compliance technical orders, technical publications, differences training courseware, and classes. The location of performance is Marietta, Georgia. The work is expected to be completed by Aug. 31, 2017; $5,500,000.00 of fiscal year 2016(Coast Guard) funding is being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Vencore Labs, Inc. – Applied Communication Sciences, Basking Ridge, New Jersey, has been awarded an $8,169,720 cost-plus-fixed-fee contract for software and reports. Contractor will provide research, development, demonstration, and delivery of a machine-intelligence for advance notification of threats and energy-grid survivable situational awareness software system. Work will be performed at Basking Ridge, New Jersey, and is expected to be complete by July 27, 2020. This award is the result of a competitive acquisition with 70 offers received. Fiscal 2016 research, development, test and evaluation funds in the amount of $1,353,354 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-16-C-0054).

*Small business

bmg logo(R)2

BMG AD (fv)



BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

$
0
0

SOURCE:  Kentucky Procurement Assistance Program / Kentucky Small Business Development Center (KSBDC) 

NOTE:  all information relating to this specific contracting opportunity should be verified with the issuing agency. For any other assistance, contact the KSBDC via email at bidmatch@ksbdc.org

 

Department of the ArmyDepartment of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT PO Box 59 Louisville KY 40201-0059

R — Housing Market Analyses W912QR-16-R-0044 091516 Magdalena Bernard, Contract Specialist, Phone 5023156215, Email magdalena.bernard@usace.army.mil DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR-16-R-0044 for the US Army Housing Market Analysis. The contractor shall conduct an HMA for each of the following three (3) locations: Camp Atterbury, Indiana, Camp Zama, Japan, and Presidio of Monterey, California. An HMA is a comprehensive and detailed investigation and projection of housing requirements at a specific military installation. The HMA focuses on the private-sector rental housing that may be available to military personnel in the local housing market area. The contractor shall conduct an analysis of present, and prospective, housing demand and supply relationships in the local housing market. This is done to assess the private sector’s ability to provide adequate support for the future housing needs of military personnel, five years hence. The analysis will consider both accompanied and unaccompanied personnel located at the installation. The contractor shall comprehensively evaluate the current and prospective dynamic forces affecting economic, demographic, and housing conditions. The contractor shall analyze housing trends to quantify the local demand for, and supply of, private sector housing. The contractor personnel will: visit the specific locality and installation; meet with installation leadership and housing staff; conduct in-person interviews with knowledgeable professionals at the installation and in nearby communities; collect primary and secondary data; assess the private sector housing quality neighborhood-by-neighborhood; and apply economic modeling in a method compatible with guidelines approved by the OSD and the OACSIM. Data will include housing inventory, population, demographics, rents, utility costs, renter’s insurance, and rental vacancies and turnovers. The contractor shall use current guidance approved by OSD and the OACSIM. Army policy has established minimum housing requirements, or ‘floor requirements,’ and the method to apply them in the analysis. Adequate housing is defined to be within a reasonable commute of the installation; affordable for military personnel; acceptable in quality; and with the proper number of bedrooms for given household sizes and military ranks. The contractor shall apply economic modeling to assess the ability of the private-sector community to meet military needs of soldiers and military families at a specific site. The modeling must consider the ability of military members and military families to afford private sector housing with their housing allowances that vary by paygrade of the military member. The contractor will project the total military family housing requirement and the total unaccompanied housing requirement. The contractor will compare this to the Army existing and projected inventory that will be provided by the Army.
The project contains options such as:

Conduct an HMA for the following locations:
Option One: Yuma Proving Ground, Arizona
Option Two: Picatinny Arsenal, New Jersey
Option Three: Fort McCoy, Wisconsin
Option Four: Redstone Arsenal, Alabama
Option Five: Camp Merrill, North Carolina
Option Six: Fort Eustis, Virginia
Option Seven: USAG Hawaii, Hawaii
Option Eight: Camp Shelby, Mississippi
The Contract Duration is three hundred sixty-five (365) calendar days from Contract Award.
TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 541611 administrative management and general management consulting services.
TYPE OF SET-ASIDE: This acquisition will be set-aside for Total Small Business.
SELECTION PROCESS: This is a single/phase procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror’s proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance, Technical, and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are considered more important than cost or price.
DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government’s best interest.
ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 15 August 2016. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov
SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation.
REGISTRATIONS:
Offerors shall have and shall maintain an active registration in the following database:
System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.go to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.
POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Magdalena Bernard, at Magdalena.Bernard@usace.army.mil.
This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-16-R-0044/listing.htm OutreachSystems Article Number: 20160730/PROCURE/0087
Matching keyword(s): age:state!ky;

Department of the Interior, National Park Service, NPS – All Offices, NPS, PWR – GOGA MABO
Building 201, Fort Mason, San Francisco CA 94123 US

T–Educational Wilderness Use and Stock Management Videos P16PS01753 Daniska, Kyle Educational Wilderness Use and Stock600px-US-DeptOfTheInterior-Seal.svg Management Videos, Sequoia and Kings Canyon National Parks, Tulare County, California
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS01753/listing.htm

OutreachSystems Article Number: 20160730/PROCURE/0126
Matching keyword(s): video*; education*; business*; naics!512110;

600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk, N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA

U–ONLINE TRAINING FOR CYBER IT AND CYBER SECURITY PROFESSIONALS N0018916QCYBER Thomas Armstrong 7574433115 The Contracting Department, NAVSUP Fleet Logistics Center (FLC), Norfolk, VA, intends to award a firm fixed price (FFP) contract under FAR Part 12 “Acquisition of Commercial Items” and FAR Part 13.5 “Test Program For Certain Commercial Items”.
The purpose of this proposed contracted effort is to provide a comprehensive continuing education/training program to the Department of the Navy’s (DoN) Navy Information Forces’ (NAVIFOR) Cyberspace Information Technology (Cyber IT) and Cybersecurity (CS) Workforces (Cyber IT/CSWF). The education/training program must be available online via a contractor-hosted website and also capable of being hosted on the Navy eLearning (NeL) website for deployment aboard US naval vessels.

NAVIFOR requires learning and development opportunities for its Cyber IT/CSWF through a comprehensive, contractor-provided continuing education/training program. Within this training program, NAVIFOR requires a contractor to provide a collection of self-paced education/training courses, performance support videos which complement and support learning objectives, and student learning assessment opportunities (quizzes/testing). Additionally, the training program shall provide the capability to create individual and group curriculums, assign and track continuing education units, and promote individual progress toward attainment of professional certifications.
This requirement is currently being satisfied by the SKILLSOFT CORPORATION under GSA order HHSP23301400058G, awarded by the Health and Human Services Agency on 19 December 2013.
The current contract resulted from a competitive process among qualified GSA contract holders.
The North American Industry Classification System (NAICS) code for this acquisition is 611430, Professional and Management Development Training, with a Small Business size standard of $11.0M. After analyzing submittals received in response to a Sources Sought notice posted on 18 March 2016, the prospective Request for Proposal (RFQ) will be processed utilizing “Full and Open Competition” and will require a Small Business Subcontracting Plan. The Small Business Subcontracting Plan requirement may be waived with adequate justification.
The resulting contract, if awarded, will be for a twelve (12) month base period and four (4) twelve month option periods.
FAR 52.217-8 “Option to Extend Services” will be included in the solicitation and contract. All options will be evaluated in accordance with FAR 17.206(a). A complete RFQ package will be available by downloading the documents at the NECO Website as follows: http://www.neco.navy.mi or FEDBIZOPPS at http://www.fedbizopps.go on or around 15 August 2016. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above site; this office will NOT issue hard copy solicitations. By submitting a quote, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency.
Failure to do so may represent grounds for refusing to accept the offer. By submission of a quote, the contractor acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov Please direct all questions regarding this requirement via e-mail to the POC identified in this synopsis.
URL: https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018916QCYBER/listing.htm

OutreachSystems Article Number: 20160730/PROCURE/0131
Matching keyword(s): video*; train*; website; site?; education*; business*; commercial?;

FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.asp phone: 800-899-6665, email: support@fedconnect.net

T — Educational Wilderness Use and Stock Management Vi SOL P16PS01753 Due Date: ” PRE-SOLICITATION ANNOUNCEMENT SEQUOIA AND KINGS CANYON NATIONAL PARKS EDUCATIONAL WILDERNESS USE AND STOCK MANAGEMENT VIDEOS RFQ No. P16PS01753 The National Park Service, Sequoia and Kings Canyon National Parks, located in Tulare County, California has a requirement for the production of four short films about wilderness use in Sequoia and Kings Canyon Wilderness and one short film about appropriate stock management in the Sequoia and Kings Canyon Wilderness. The Contractor shall provide all services including labor, materials, subject matter research, equipment, facilities, fees, and travel to produce five educational videos. All work shall be performed under a single, fixed price contract. This acquisition is set-aside exclusively for Small Business concerns. The North American Industry Classification System (NAICS) code is 512110; the small business size standard is $32.5 million. Award selection shall be made on a Best Value determination made after consideration of price and factors other than price (relevant prior experience and understanding of the project, key personnel, and past performance). Award is subject to the availability of funding at the time of award. The RFQ will be available via electronic commerce only and may be accessed on or about July 29, 2016 at either FBO: http://www.fbo.go or FedConnect: https://www.fedconnect.net The prospective Offeror is responsible to periodically check these websites for any amendments that may be issued prior to the closing date of the RFQ. Interested parties may explore the SEKI website to acquaint themselves with the general area and to view park maps at http://www.nps.gov/seki ” For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160731/SMALL/7460
Matching keyword(s): video*; film?; produc*; website; education*; business*; produce?; production?;

California – Orange County-CEO/Purchasing http://www.bidsync.com/DPX 1300 S. Grand; Santa Ana, CA 92705; (714) 567-7300

R – Bid #060-C008691-MA2 – Consultant Services for Complete Upgrade Due Date: Aug 26, 2016 4:00:00 PM PDT Bid #060-C008691-MA2 – Consultant Services for Complete Upgrade of Audiovisual System For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160730/BID/0111
Matching keyword(s): audiovisual; serv*;

Cincinnati Metropolitan Housing Authority, 1627 Western Avenue, Cincinnati, OH 45214

R — Legal Services for Development Activities. SOL 016-4105 DUE 08/30/2016 Website: http://www.cintimha.com/business-opportunities.asp This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 20160729/KY/1164
Matching keyword(s): age:state!ky; state!ky;

Kentucky – City of Henderson http://www.cityofhendersonky.org/bids.asp 222 First Street; Henderson, KY 42420; (270) 831-1200

R – Dispatch Workstations SOL Request for Proposal 16-22 Due Date: 8/12/2016 4:00 PM REQUEST FOR PROPOSAL The City of Henderson, Kentucky is seeking proposals for: Dispatch Workstations The complete Request for Proposal is on file and may be obtained at the Office of the Director of Finance, first floor of the Henderson Municipal Center, 222 First Street, Henderson, Kentucky 42420. Proposals will be accepted in the Office of the Director of Finance, first floor of the Henderson Municipal Center, 222 First Street, Henderson, Kentucky 42420, no later than 4:00 p.m., prevailing local time, on Friday, August 12, 2016. The City of Henderson reserves the right to reject any and all proposals and to waive irregularities in said proposals. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160731/BID/0027
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Commonwealth of Kentucky https://emars.ky.gov/webapp/vssonline/AltSelfServic 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601; (502) 564-4510

99 – KYDOC Halfway Houses SOL RFP-758-1700000032 Due Date: 1/9/193:30 PMEST Contact: Office Of The Controller KYDOC Halfway Houses For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160730/BID/0250
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Commonwealth of Kentucky https://emars.ky.gov/webapp/vssonline/AltSelfServic 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601; (502) 564-4510

99 – Historical Markers SOL RFB-758-1700000083 Due Date: 8/12/161:30 PMEDT Contact: Office Of The Controller Historical Markers For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160730/BID/0251
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Commonwealth of Kentucky https://emars.ky.gov/webapp/vssonline/AltSelfServic 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601; (502) 564-4510

99 – Boots, Danner SOL RFB-758-1700000079 Due Date: 8/4/161:30 PMEDT Contact: Office Of The Controller Boots, Danner For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160729/BID/0263
Matching keyword(s): age:state!ky; state!ky;

Northern Kentucky University, Procurement Services, 617 Lucas Administrative Center, Suite 617, 1 Nunn Drive, Highland Heights, KY 41099

R — Dean of Arts and Science Academic Dean Search (Re-Issue). SOL NKU-04-17 DUE 08/10/2016 Website: http://nkuplanroom.com/View/Default.asp Northern Kentucky University is seeking a search firm to assist in identifying and selecting an academic dean for the College of Arts and Science. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 20160729/KY/1151
Matching keyword(s): age:state!ky; state!ky;

Western Kentucky University, Bowling Green, KY

R — Procurement Card and Accounts Payable Automation Services. SOL WKU-10080 DUE 09/01/2016 Website: http://www.wkuplanroom.com/construction Western Kentucky University requests proposals from banks, financial institutions or otherwise qualified Procurement Card Service providers for commercial card services. These cards will be used by WKU employees for purchasing/payment of supplies, materials, travel, and other products and services necessary for the day-to-day operation of a large university. The contract for the provision of these services is for an initial five-year period with the option for a maximum of five one-year renewals. It is the University s intent to select the most qualified vendor to provide these services. Western Kentucky University expects to award this contract on or about October 31, 2016 with services to begin January 1, 2017. Proposals submitted in response to this RFP must be received before 3:30 p.m. on September 1, 2016. The Unimarket system will not accept proposals after that date and time. Questions regarding this RFP must be received before 3:30 p.m. on August 22, 2016. Any questions received after this date and time will be returned unanswered. Proposals and questions must be submitted via the Unimarket system. The WKU Purchasing contact for this RFP is: Pamela Davidson, Department of Purchasing, Western Kentucky University, pam.davidson@wku.edu This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 20160729/KY/1153
Matching keyword(s): age:state!ky; state!ky;

Northern Kentucky Water District, 2835 Crescent Springs Road, P.O. Box 18640, Erlanger, KY 41018

R — FISCAL AGENT SERVICES. SOL DUE 08/09/2016 Website: http://www.nkywater.org/procurement/currentprocurementitems.htm The Northern Kentucky Water District (hereinafter the District ) is a public water district organized and operating under Chapter 74 of the Kentucky Revised Statutes. The District provides water service to over 80,000 residential, commercial, industrial and wholesale customers in Northern Kentucky. To provide water service to its customers, the District is regularly in need of fiscal agent services related to managing bonds and meeting requirements applicable to Water Districts as regulated by the Kentucky Public Service Commission. Services requested by the District may include the following: To serve as Fiscal Agent. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 20160729/KY/1178
Matching keyword(s): age:state!ky; state!ky;

Northern Kentucky Water District, 2835 Crescent Springs Road, P.O. Box 18640, Erlanger, KY 41018

R — BOND COUNSEL SERVICES. SOL DUE 08/09/2016 Website: http://www.nkywater.org/procurement/currentprocurementitems.htm The Northern Kentucky Water District (hereinafter the District ) is a public water district organized and operating under Chapter 74 of the Kentucky Revised Statutes. The District provides water service to over 80,000 residential, commercial, industrial and wholesale customers in Northern Kentucky. To provide water service to its customers, the District is regularly in need of legal counsel related to managing bonds and meeting requirements applicable to Water Districts as regulated by the Kentucky Public Service Commission. Services requested by the District may include the following: To serve as General Bond Counsel. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 20160729/KY/1179
Matching keyword(s): age:state!ky; state!ky;

Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601

99 — Waterproof Poster Frames. SOL RFB 605 1700000078 version 1 DUE 08/19/2016 Sheila Durham, email: sheila.durham@ky.gov Phone: (502) 564-6524; Website: https://emars.ky.gov/webapp/vssonline/AltSelfServic Picture Frames. Extended Description: This poster frame will provide information for the public. We are requesting an outdoor frame as we require it to be water-resistant. 11 X 17; Aluminum; Wall Mounted; Portrait or Landscape Orientation; Swing-Open Door; Lockable; Rubber gasket to prevent water from entering frame. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct, but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 20160729/KY/1185
Matching keyword(s): age:state!ky; state!ky;

Kenton County Fiscal Court, 303 Court Street, Covington, KY 41011

R — Technology and Knowledge-Based Economic Development Services. SOL DUE 08/12/2016 Website: http://www.egovlink.com/kentoncounty/postings.asp The Kenton County Fiscal Court is requesting sealed proposals for Technology and Knowledge-Based Economic Development Services for the Kenton County Fiscal Court. Copies of the RFP may be obtained from the Purchasing Manager’s Office, Kenton County Building, 303 Court Street, Room 207 Covington, KY 41011. Proposals must be received in the Purchasing Manager’s Office no later than 2:00 p.m., Friday, August 12, 2016. This notice is provided by the Kentucky Procurement Technical Assistance Center (PTAC). The information is believed to be correct but should be verified with the issuing agency/organization.

OutreachSystems Article Number: 20160729/KY/1208
Matching keyword(s): age:state!ky; state!ky;

bmg logo(R)2

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

600px-US-MissileDefenseAgency-Seal.svgMISSILE DEFENSE AGENCY

Utah State University Research Foundation, Logan, Utah, is being awarded a $99,400,000 ceiling cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. Under this contract, the contractor will perform research, development, engineering, state of-the-art and proof-of-concept spaced-based sensor systems, and advanced technology research and development. No task orders are being issued at this time. The work will be performed in Logan, Utah. The ordering period is from Aug. 17, 2016 through Aug. 16, 2021. One offer was solicited and one offer was received. Research, development, test and evaluation funds will be used, with no funds being obligated at the time of award. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-16-D-0002).

Raytheon Missile Systems Co., Tucson, Arizona, is being awarded an $18,218,497 sole-source cost-plus-fixed-fee completion modification. This award is for the planning, development and implementation of an acceptance test solution for circuit card assemblies (CCA) and CCA stack assembly level testing using the Presidio Gen 2 Block IV/V automated test architecture.  This modification will add contract line item number 0019 to contract HQ0276-10-C-0005.  The efforts executed under HQ0276-10-C-0005 vary from the preliminary design of the SM-3 Block IIA missile to the development and integration of the missile.  The scope of work covers the definition of performance requirements and the phased engineering development of the SM-3 Block IIA missile.  This modification increases the total contract ceiling from $1,848,720,291 to $1,866,938,788. The effort will be performed in Tucson, Arizona, with an expected completion date of May 18, 2018.  Fiscal 2016 research, development test and evaluation funding in the amount of $5,000,000 is being obligated at the time of award of this modification.  The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ0276-10-C-0005).

NAVY

Superior Electric, Plainville, Connecticut, is being awarded a $39,422,099 indefinite-delivery/indefinite-quantity contract for the supply of automatic voltage regulators.  Automatic voltage regulators are used aboard ships to automatically regulate alternate current and direct current voltages intended for Navy shipboard application.  Work will be performed in Plainville, Connecticut, and is expected to be completed by August 2021.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $533,669 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with one offer received.  The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-16-D-0004).

Imagine One Technology & Management Ltd., Colonial Beach, Virginia, is being awarded $33,637,439 for cost-plus-incentive-fee, level-of-effort600px-US-DeptOfNavy-Seal.svg Seaport task order EH03 under previously award contract N00178-14-D-7755 for Navy Maritime Maintenance Enterprise Solution Sustainment and Modernization support.  The objective of this procurement is to provide operations support and sustainment services for systems engineering, testing, and evaluation of hardware and software information technology systems, hardware design, procurement assistance, system integration, software maintenance (i.e. upgrades, fixes, and coding repairs), data center operations support, and information technology facility management.  Work will include program and project management support, development of end items resulting from maintenance activities, and life-cycle support for existing or proposed solutions.  The contractor shall provide support services to ensure the successful programming (for the purpose of sustainment), testing, training, deployment, implementation, and operation of Navy Shore Based Maintenance systems managed by NAVSEA 04.  This task order contains options which, if exercised, would bring the cumulative value of this contract to $174,975,161.  Work will be performed in Norfolk, Virginia (85 percent); Washington, District of Columbia (5 percent); Rocket Center, West Virginia (5 percent); and at various Navy shore maintenance facilities (5 percent), and is expected to be completed by July 2017.  Fiscal 2016 operations and maintenance (Navy) funds in the amount of $5,056,855 will be obligated at the time of award and will expire at the end of the current fiscal year.  This task order was competitively procured via the Seaport-e-portal, with 14 offers received.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is being awarded $7,183,247 for modification P00012 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-15-D-0028) to procure additional AIM-9X Sidewinder repairs for the Air Force, and Navy, and the governments of South Korea, Singapore, Finland, Denmark, Switzerland, Poland, Oman, Netherlands, Australia, Kuwait, Morocco, Belgium, and Turkey under the Foreign Military Sales program.  Work will be performed in Tucson, Arizona, and is expected to be completed in September 2018.  No funds will be obligated at time of award.  Funds will be obligated on individual delivery orders as they are issued.  This contract combines purchases for Air Force ($2,973,100, 41.39 percent); Navy ($2,556,866; 35.59 percent); and the governments of South Korea ($302,312, 4.21 percent); Singapore ($301,052, 4.19 percent); Finland ($252,274, 3.51 percent); Denmark ($155,551, 2.17 percent); Switzerland ($138,174, 1.93 percent); Poland ($98,816, 1.38 percent); Oman ($81,439, 1.13 percent); Netherlands ($81,439, 1.13 percent); Australia ($79,346, 1.10 percent); Kuwait ($74,112, 1.03 percent); Morocco ($32,031, .45 percent); Belgium ($32,031, .45 percent), and Turkey ($24,704, .34 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Department of the ArmyARMY

Raytheon Co., McKinney, Texas, was awarded a $30,104,580 modification (P00055) to contract W56HZV-12-C-0046 for a quantity of 20 turrets for the Marine Corps armored vehicle anti-tank variant.  Work will be performed in McKinney, Texas, with an estimated completion date of Feb., 28, 2019.  Fiscal 2016 other funds in the amount of $30,104,580 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

*Small business

ARMY

Connectec Company Inc.,* Irvine, California, was awarded a $96,700,000 firm-fixed-price contract for 60mm mortar weapon components, 81mm lightweight mortar weapon components, and 60mm, 81mm and 120mm support equipment to include mortar mounts, baseplates, direct support tools, basic issue items, and additional authorized list items.  Bids were solicited via the Internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 16, 2021.  Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-16-D-0055).

Foster-Miller, Waltham, Massachusetts, was awarded a $35,400,000 modification (P00013) to contract W56HZV-11-D-0057 for tactically adaptable light ordnance neutralization, family of robots, sustainment, maintenance, and repair parts.  Work locations and funding will be determinedDepartment of the Army with each order, with an estimated completion date of Sept. 14, 2016.  Army Contracting Command, Warren, Michigan, is the contracting activity.

Kearfott Corp.,* Black Mountain, North Carolina, was awarded a $7,709,471 firm-fixed-price contract for procuring overhaul and repair of the UH-60 servo, roll trim for a minimum quantity of 150 each and a maximum quantity of 1,140 each.  Bids were solicited via the Internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 15, 2021.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-16-D-0059).

Manson Construction Co., Seattle, Washington, was awarded a $7,629,200 firm-fixed-price contract for hopper dredging for Freeport Harbor, Texas, entrance and jetty channel in Brazoria County, Texas.  Bids were solicited via the Internet with two received. Work will be performed in Brazoria, Texas, with an estimated completion date of March 31, 2017.  Fiscal 2016 operations and maintenance, funds in the amount of $7,629,200 were obligated at the time of the award.  Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912G-16-C-0050).

600px-US-DefenseThreatReductionAgency-Seal.svgDEFENSE THREAT REDUCTION AGENCY

CENTRA Technology Inc., Burlington, Massachusetts, was awarded a cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HDTRA1-16-D-0004) with a five-year ordering period and a ceiling of $70,000,000 for advisory and assistance services. This contract provides non-personal services, technical support services to the Defense Threat Reduction Agency (DTRA) Intelligence, Plans, and Resource Integration Directorate and Standing Joint Forces Headquarters-Elimination. Technical support will fall into the following six organizations: Strategic Planning and Policy Integration Office;  Standing Joint Force Headquarters for Elimination; Front Office, Administrative Support;  Advisory Committees and Programs; Synchronization and Plans Department; and the Requirements Integration Department. Work will be performed at DTRA Headquarters, Fort Belvoir, Virginia, with an expected completion date of Aug. 18, 2021.  Fiscal 2016 operations and maintenance funds in the amount of $864,925 are being obligated at time of award on task order 0001 for Synchronization and Plans Department Support.  This contract was a competitive acquisition and three offers were received.  DTRA-Headquarters, Fort Belvoir, Virginia, is the contracting activity.

NAVY

General Dynamics, National Steel and Shipbuilding Co. (NASSCO), San Diego, California, is being awarded a $24,385,582 modification to previously awarded contract N00024-14-C-2409 for LX(R) Amphibious Ship Replacement program design acceleration and contract design engineering support.  LX(R) contract design efforts were previously awarded as an option under contract N00024-16-C-2229 (T-AO 205) and are being transferred and exercised under the existing LX(R) Early Industry Involvement contract for administrative purposes.  LX(R) Amphibious Ship600px-US-DeptOfNavy-Seal.svg Replacement program awarded early industry involvement contracts to two U.S. Shipyards (Huntington Ingalls Industries Inc., Ingalls Shipbuilding Division; and General Dynamics NASSCO) that have the facilities and resources to build a large amphibious ship without major re-capitalization.  NASSCO will be required to perform design efforts, special studies, analyses, and reviews in support of the LX(R) Amphibious Ship Replacement program acceleration and contract design.  The tasking may include efforts related to systems engineering, marine engineering, naval architecture, cost estimating and computer modeling.  Work will be performed in San Diego, California (77 percent); Bath, Maine (19 percent); and Pittsfield, Massachusetts (4 percent), and is expected to be completed by the end of September 2017.  Fiscal 2016 research, development, test and evaluation funding in the amount of $5,369,000 is being obligated at time of award, and contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Cape Environmental Management Inc., Norcross, Georgia, is being awarded a $17,178,089 firm-fixed-price contract for the construction of the Hydrant Fuel Facility at Joint Base Andrews.  The work to be performed provides for construction of two outlet direct fueling systems, two above-ground fuel storage tanks, a pump house and fuel filter/separator facility, transfer pipeline, and fueling apron.  Work includes all necessary pumps, control systems, cathodic protection, automatic tanks gauging, site work, blast deflectors, utility connections, and security lighting.  The contract also contains one unexercised option, which if exercised, would increase cumulative contract value to $17,772,494.  Work will be performed in Camp Springs, Maryland, and is expected to be completed by January 2018.  Fiscal 2015 military construction (Defense-wide) contract funds in the amount of $17,178,089 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received.  The Naval Facilities Engineering Command Washington, Washington, District of Columbia, is the contracting activity (N40080-15-C-0161).

*Small business

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

General Atomics – Aeronautical Systems Inc., Poway, California, has been awarded a $370,932,862 firm fixed-price, incentive firm contract for fiscal 2015 MQ-9 Reaper production. Contractor will provide 30 aircraft for fiscal 2015 MQ-9 Reaper production configuration aircraft. Work will be performed at Poway, California, and is expected to be completed by May 31, 2019. This award is the result of a sole-source acquisition. Fiscal 2014 and 2015 aircraft procurement funds in the amount of $$370,932,862 are being obligated at the time of the award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-15-G-4040 0007).

CSC Government Solutions LLC, Fairview Heights, Illinois, has been awarded an indefinite-delivery/indefinite-quantity contract with a not-to-exceed $88,085,627 for logistics integration and weapon systems logistics network support. Contractor will provide the support for the services necessary to perform four separate interoperability roles. The interoperability roles include supporting information technology infrastructure at headquarters Air Mobility Command, at the wing-level for sortie generation, and for G081 Program Management Office staff, as well as providing G081 functional programming support, training and subject matter expertise for technology, policy, and system integration recommendations.  Work will be performed at Scott Air Force Base, Illinois, and is expected to be complete by Aug. 20, 2021. This award is a result of competitive acquisitions and three offers were received. Fiscal 2016 transportation working capital; and operational and maintenance funds in the amount of $4,511,442 are being obligated at the time of the award. The 763rd Specialized Contracting Squadron, Scott Air Force Base, Illinois, is the contracting activity (FA4452-16-D-0001).

NAVY

Logistics Services International Inc., Jacksonville, Florida (N00189-16-D-Z047); and Technical Software Services Inc., Pensacola, Florida (N00189-16-D-Z048), are being awarded an estimated $167,168,947 in multiple award, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price task order contracts to provide reengineering, development, and personal computer-simulation services in support of Naval Education Training Command’s Naval Training Products and Services program.  Each contract will run concurrently and includes a 33-month base ordering period and 36-month option period.  If all options are exercised, the total estimated value of all seven contracts combined will be $344,541,804.  Work will be performed 100 percent in contractor facilities in response to awarded task orders and cannot be reasonably estimated at600px-US-DeptOfNavy-Seal.svg the time of contract award.  Work is expected to be completed by May 2019; if all options are exercised, work will be completed by May 2022.  Fiscal 2016 operations and maintenance (Navy) funds in the amount of $5,000 will be obligated on each of the contracts to fund the contract’s minimum amount, and will expire at the end of the current fiscal year.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities online website, with nine offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk Contracting Department, Philadelphia, Pennsylvania, is the contracting activity.

Vigor Marine LLC, Portland, Oregon, is being awarded a $9,319,391 firm-fixed-price contract for a 71-calendar day shipyard availability for the regular overhaul and dry docking of USNS Henry J. Kaiser (T-AO 187).  Work will include general services, clean and gas free tanks, ballast tank blast and paint, cargo tank blast and paint, cargo and ballast tank close up survey, expansion joint structural steel replacement, port and starboard main engine 72,000-hour overhaul, starboard main engine coupling and shaft brake replacement, dry docking, underwater hull blast and paint, propeller maintenance, 15-year tailshaft inspection, and repair underway replenishment quad cargo gear survey blocks and sheaves.  The contract includes options which, if exercised, would bring the total contract value to $9,638,090.  Work will be performed in Portland, Oregon, and is expected to be completed by Dec. 19, 2016.   Subject to availability of funds, fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $9,319,391 are being obligated at the time of award and will not expire at the end of the current fiscal year.  This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with one offer received.  The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-16-C-4008).

Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is being awarded $8,374,194 for modification P00029 to a previously awarded cost-plus-incentive-fee contract (N00019-13-C-0135) for design and development of a controlled breakpoint (CBP) for the aerial refueling (AR) program in support of the E-2D Advanced Hawkeye (AHE) program.  The E-2D CBP will be a line replaceable assembly integrated onto the AR probe forward mast assembly to mitigate the hazard of potential foreign object damage to the E-2D during air-to-air refueling operations.  The contractor will be responsible for the design, development, test, documentation, and integration of the CBP into the AR baseline.  Work will be performed at Melbourne, Florida (52 percent); Wimborne, United Kingdom (39 percent); Bohemia, New York (7 percent); and St. Augustine, Florida (2 percent), and is expected to be completed in January 2019.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $2,600,000 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, Maryland, is the contracting activity.

Vigor Marine LLC, Portland, Oregon, is being awarded an $8,095,057 firm-fixed-price contract for a 45-calendar day shipyard availability for the regular overhaul and dry docking of USNS Wally Schirra (T-AKE 8).  Work will include clean and gas-free tanks, voids, cofferdams and spaces, sulfur dioxide detection system, main generator maintenance and cleaning, HV-SS and emergency switchboard cleaning, aqueous film-forming foam bilge sprinkler system piping, dry-docking and undocking, propeller shaft and stern tube inspect waft seal, forward and aft stern tube seal inspection and overhaul, underwater hull cleaning and painting, freeboard cleaning and painting, sea valve replacements, renew flight deck nonskid, and ram tensioner refurbishment.  The contract includes options which, if exercised, would bring the total contract value to $8,242,580.  Work will be performed in Portland, Oregon, and is expected to be completed by Dec. 15, 2016.  Subject to availability, fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $8,095,057 are obligated at the time of award.  This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with two offers received.  The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-16-C-4307)

Department of the ArmyARMY

Odyssey International Inc.,* Lancaster, Pennsylvania, was awarded a $15,000,000 modification (P00007) to contract W911N2-12-D-0040 for construction, renovations, maintenance and repair at Letterkenny Army Depot.  Work will be performed in Chambersburg, Pennsylvania, with an estimated completion date of Aug. 26, 2017.  Fiscal 2017 other funds in the amount of $15,000,000 were obligated at the time of the award.  Army Contracting Command, Chambersburg, Pennsylvania, is the contracting activity.

Mandus Group,* Rock Island, Illinois, was awarded a $7,810,506 modification (P0012) to contract W56HZV-12-D-0004 for hydraulic system test and repair unit providing field maintainers the ability to fabricate high pressure hoses at the point of need.  Work will be performed in Rock Island, Illinois, with an estimated completion date of Aug. 4, 2017.  Fiscal 2015 other procurement, Army funds in the amount of $828,387; and fiscal 2016 other procurement, Army funds in the amount of $6,982,119 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

*Small business

bmg logo(R)2

BMG AD (fv)


BUSINESS CAREER OPPORTUNITIES BIDS AND PURCHASES

$
0
0

SOURCE:  Kentucky Procurement Assistance Program / Kentucky Small Business Development Center (KSBDC) 

NOTE:  all information relating to this specific contracting opportunity should be verified with the issuing agency. For any other assistance, contact the KSBDC via email at bidmatch@ksbdc.org

 

160px-Special_Operations_Specops_Army.svgOther Defense Agencies, U.S. Special Operations Command, Special Operation Forces Support Activity (SOFSA), 5749 BRIAR HILL ROAD LEXINGTON KY 40516-9723

R — *FINAL* Special Operations Forces Global Logistics Support Services (SOF GLSS) H92254-16-R-0001_FINAL 110116 Michael J. Hawkins, Contracting Officer, Phone 8138267047, Email michael.hawkins4@socom.mil – Marc Huizinga, Contracting Officer, Phone 9102433464, Email marc.huizinga@socom.mil **NOTE – This notice replaces FBO Notice H92254-16-R-0001**

FINAL RFP SOF GLSS (H92254-16-R-0001_FINAL)

This is a formal Request for Proposal (RFP) for the Special Operations Forces Global Logistics Support Services (SOF GLSS) Indefinite Delivery Indefinite Quantity (IDIQ) contract.

The objective of the IDIQ is to acquire contractor-provided services to perform:

1. Global program support services utilizing three Core Competencies: Streamlined Design and Rapid Prototyping; Production, Modification, and Integration; and Lifecycle Sustainment Activities across the two major areas of SOF platforms: aviation and SOF systems (ground and maritime); and

2. Enterprise functions normally associated with running a Government-Owned Contractor-Operated (GOCO)-type (state-owned, Government-leased (tenant), contractor-operated) operation in a cost efficient manner to include logistics operations; facility management; environmental, safety, and health; security management; and information technology (IT) management.

This requirement is being solicited on a full and open competitive basis with no exclusions/set-asides. The requirement contains minimum mandatory requirements for Small Business subcontracting as outlined in RFP Section L.5.4. The Government contemplates award of a single Indefinite Delivery, Indefinite Quantity (IDIQ) contract resulting from this solicitation, which will include multiple contract types available for use across all task and delivery orders. Offerors are required to submit proposals in accordance with the instructions outlined in Section L of the RFP.

Attached to this FBO notice is the final RFP including all attachments. To gain access to several of the final RFP attachments including the Performance Work Statement (PWS), PWS Appendices, Quality Assurance Surveillance Plan (QASP), Contract Data Requirements List (CDRLs), cost templates, and Representative Task Order Instructions to Offerors (ITOs) and Statements of Objectives (SOOs), an Explicit Access Request must be made via this FBO posting. Package 1 contains a list summarizing all of the RFP attachments, their associated FedBizzOps package number, and whether or not Explicit Access is required. Email and/or phone call requests for access will not be accepted. Even if you had previous access under the draft RFP FBO notice, you MUST submit another Explicit Access Request under this notice

Before Explicit Access is granted, the Contracting Officer will verify registration in SAM and Top Secret Facility Clearance and Secret Level of Safeguarding in accordance with the DD 254.

Please be advised, this verification can take up to 24 hours. Requests for Explicit Access received on a Friday after 1500 Eastern Time will not begin verification until the next business day.

This verification process has been established to limit the dissemination of sensitive but unclassified information and proof of Top Secret Facility Clearance and Secret Level of Safeguarding are required to propose on this effort as a prime offeror.

Due to the size and complexity of file structure for the draft Technical Data Package (TDP) (TO 1, AC-130J, ITO Attachment 3), the files could not be posted within this FBO notice. Therefore, interested prime offerors only must contact the Contracting Officers in writing to arrange either shipping of the DVD or a time to pickup the DVD at USSOCOM HQ on MacDill AFB, FL between 0800-1500, Monday-Friday. The contents of the DVD have NOT changed from the draft RFP so if you have already received a copy of the DVD, you do not need to submit another request.

Communications with anyone other than the Contracting Officers are prohibited. Those contractors interested in proposing as a prime contractor or teaming with a prime contractor on this effort must email their questions in writing to Mike Hawkins, Contracting Officer, michael.hawkins4@socom.mil and Mr. Marc Huizinga, Contracting Officer, marc.huizinga@socom.mil. If a question must be asked, utilize RFP Attachment 12, Q&A Template to summarize all questions. Oral requests (e.g. phone call) for information will be re-directed to provide email correspondence (using the Q&A Template), for documentation purposes. Individual responses to inquiries will not be provided. If it is necessary to include source selection sensitive information in the template, it must be marked appropriately in Column E of the Q&A Template.

All questions and answers (except those with source selection sensitive information) will be posted to FBO. Offerors may submit questions to the Contracting Officers at any time; however, questions received after 1630 Eastern Time on 11 October 2016 may not be answered prior to the solicitation closing date. Please read through the entire final RFP and attachments prior to submitting questions.
URL: https://www.fbo.gov/spg/ODA/USSOCOM/SOFSA/H92254-16-R-0001_FINAL/listing.htm

OutreachSystems Article Number: 20160820/PROCURE/0149
Matching keyword(s): age:state!ky;

Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, Bldg 1109B, Fort Knox, KY 4012

U–Training-Red Hat W9124D-16-Q-6110-01 082216 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W9124D-16-Q-6110-01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses areDepartment of the Army those in effect through Federal Acquisition Circular 2005-89. The associated North American Industrial Classification System (NAICS) code for this procurement is 611420 with a small business size standard of $11.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on http://www.FedBid.com will start on the date this solicitation is posted and will end on 2016-08-22 12:30:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be Fort Knox, KY 40121 Set-Aside: Total Small Business Place of Performance: Fort Knox, KY 40121 40121-5001 US URL: https://www.fbo.gov/notices/33ea535e83417030b1d605e5f499795

OutreachSystems Article Number: 20160820/PROCURE/0166
Matching keyword(s): age:state!ky; state!ky;

Department of the ArmyDepartment of the Army, Army Contracting Command, MICC, MICC – Fort Bragg, Installation Contracting Office Drawer 70120 Fort Bragg NC 28307-0120

R — Technical<span style=”color:blue;”> Writer Support Services W91247-16-T-0039 082416 Nicole M. Jones, Contract Specialist, Phone 9106437221, Email nicole.m.jones2.civ@mail.mil – Heather D. Clifton, Contracting Officer, Phone 9109083466, Email heather.d.clifton.civ@mail.mil
Set-Aside: Total Small Business Place of Performance: Directorate of Public Works (DPW Fort Bragg, NC 28310 US URL: https://www.fbo.gov/notices/c6d90ff0b277e4e223785b564c760e3

OutreachSystems Article Number: 20160820/PROCURE/0766
Matching keyword(s): writ*; technical;

Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 Independence Avenue, SW Suite 4360 Washington DC 20237

R — Request for Information, Newswires BBG50-RFI-16-00012 082916 Seneca B. Belinfontie, Contract Specialist, Phone 2022034944, Email sbelinfo@voanews.com – Herman Shaw, Contracting Officer, Phone 202-382-7856, Fax (202) 382-7854, Email hshaw@bbg.gov Amendment to correct reading twenty-four hours each day and seven (7) days per week in paragraph PROGRAM BACKGROUND.

REQUEST FOR INFORMATION (RFI)
Newswires
RFI BBG50-RFI-16-00012

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP), Request for Quotation (RFQ), Invitation for Bids (IFB) or a promise to issue an RFP or formal acquisition in the future. This RFI does not commit the U.S. Government to contract for any supply or service whatsoever or does not intend to award a contract on the basis of this RFI. The Broadcasting Board of Governors (BBG) is not at this time seeking proposals and will not accept unsolicited proposals. All, who respond to this RFI, are advised that the U.S. Government will not pay for any information, inquires, the U.S. Government’s use of such information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the Interested Party’s expense. Not responding to this RFI does not preclude participation in anyBroadcasting Board of Governors future procurement if any is released.

Based on the response to this RFI, a determination to compete or not to compete a future procurement is solely within the discretion of the U.S. Government. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this RFI or a future solicitation.
BBG is conducting market research in anticipation of a future requirement. Interested Parties are encouraged to provide a comprehensive capabilities statement on how they would provide BBG with the services noted herein.

The BBG is seeking information regarding Industry’s capability to provide newswire service consisting of worldwide and domestic U.S. News coverage in English on an uninterrupted and unrestricted basis twenty-four (24) hours each day, seven (7) days per week.

Interested parties are encouraged to provide information on how they would deliver newswires including text, video and photos, electronically to multiple users in multiple newsrooms operated by the BBG entities Voice of America (VOA), Radio Free Asia (RFA), Radio Free Europe/Radio Liberty (RFE/RL), Middle East Broadcasting Networks (MBN) and the Office Of Cuba Broadcasting (OCB) operated worldwide, for rewriting by BBG journalists and/or distribution via BBG platforms including radio, television, mobile and web. Interested parties should also explain the existing procedures that they use to verify the truth of information (“double sourcing”) before stories are transmitted on their news services.

PROGRAM BACKGROUND. Currently, the Broadcasting Board of Governors (BBG) utilizes firm fixed­price (FFP) contracts with various firms who provide newswire services including text, video and photos, consisting of domestic U.S. and worldwide news coverage in English on an uninterrupted and unrestricted basis twenty-four (24) hours each day, seven (7) days per week.  Several of the organizations with which the BBG currently contracts also provide their information in multiple languages.

REQUESTED INFORMATION. Interested Parties are requested to respond to this RFI with a comprehensive written “Capabilities Statement, ” consisting of an original and two (2) copies, describing their approach to this Notice. The statement should be no more than 25 pages (excluding the cover page) in length in font size and type 12 point, Times New Roman. Additionally, the cover page shall display: 1. Company name; 2. Primary and secondary points of contact; 3. Telephone number, address, city, state, and country; 4. Business or organization size (e.g. small, large, etc.) and ownership; and (if applicable); 5) Federal Supply and/or Service Schedule Information.  The “Capabilities Statement” must include, at a minimum, the following:

1. EXAMPLES OF CAPABILITIES: evidence of specific examples of the Interested Party’s successful past performance, with a desired minimum of three (3) years of experience in providing specialized newswire service; 2. TECHNICAL PERFORMANCE: clearly describing its ability to provide the above service, including, but not limited to the approximate size of its reporting staff and stringers, location of its bureaus worldwide, the procedures it employs to ensure that the news it reports is factual and “vetted” prior to transmission (i.e., “double sourcing”), its ability to deliver its newswire in English, and its technical ability to provide redundant service to prevent outages; 3. REFERENCES: provide three (3) current or former clients, including the names and title, current address, city, state, country, email and telephone number of the customer point-of-contact; 4. RESPONSE: covering capability of delivering original newswire coverage on a twenty­ four (24) hour per day, seven (7) days per week basis in English to multiple users working for the BBG worldwide; 5. Budgetary estimate to provide the above services.”

2. Explain capability on direct, unlimited distribution of newswire material including text, video and photos, to BBG journalist terminals worldwide for rewriting and/or redistribution via the BBG’s platforms, including television, radio, mobile and online applications; (b.) BBG for journalist terminals rewriting and/or redistribution worldwide covering four thousand (4,000) produced items or packages shared amongst BBG entities, and totaling possible increments of one thousand (1,000) additional items of packages per annum up to ten thousand (10,000); (c.) including non-English language (foreign language only) redistribution of newswire material within the United States on BBG’s platforms, U.S.-based foreign-language broadcasters and/or educational institutes have requested BBG specific programs that include the vendor’s content.

Those interested should be prepared to indicate how content would be delivered to or accessed by the five (5) BBG entities.

Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the BBG, please segregate proprietary information.

All written courier delivered responses, consisting of original and two (2) copies to this RFI notice, must be received by 2:00 p.m., Eastern Time (ET) on September 1, 2016 at the Broadcasting Board of Governors, Attention Seneca Belinfontie or Jackie Gray, Office of the Contracts Division (CON), Wilbur-Cohen Building, 330 Independence Ave., SW., Room 4360-B, Washington, DC 20237. Responses may also be emailed to: CONSOL@bbg.gov by the same due date/time stated above. Please be advised that all submissions become Government property and will not be returned. No telephone, facsimile, or oral responses will be accepted and will not be considered.

Those who respond to this Notice will be notified whether their written “Capabilities Statement,” as verified by the BBG, is responsive to this Notice.  If it is determined to be in the best interest of the Government, interested and qualified sources responding to this Notice may be requested to provide follow-up information.  A determination to compete, or not to compete, in a future procurement will be based on the responses to this Request for Information (RFI) notice, and is solely within the discretion of the Government. This Notice is not a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ).

160px-Special_Operations_Specops_Army.svgOther Defense Agencies, U.S. Special Operations Command, Special Operation Forces Support Activity (SOFSA), 5749 BRIAR HILL ROAD LEXINGTON KY 40516-9723

R — *DRAFT* Special Operations Forces Global Logistics Support Services (SOF GLSS) H92254-16-R-0001 Michael J. Hawkins, Contracting Officer, Phone 8138267047, Email michael.hawkins4@socom.mil – Marc Huizinga, Contracting Officer, Phone 9102433464, Email marc.huizinga@socom.mil **19 Aug 2016 Final Draft RFP Documents with Tracked Changes, Final Draft RFP Q&A, and Updated Information**

This notice has been replaced by a separate final RFP FBO notice entitled “H92254-16-R-0001_FINAL”. The final RFP and attachments are located in this separate final RFP FBO notice. No further postings will appear under this draft RFP FBO notice.

As a result of internal and DPAP peer reviews as well as the Technical Interchange Meetings (TIMs) held at the Government facility in Crestview, FL 9-11 August 2016, many changes were made to the documents from the versions included in the latest Draft RFP FBO posting (14 Jul 2016). To assist offerors, the Government has posted the final draft RFP documents (which match the final RFP documents) with tracked changes under this draft RFP FBO notice. However, offerors are advised to review the final RFP and all attachments located in the separate FBO notice in their entirety as the final RFP and attachments take precedence should there be any inconsistencies between them and the tracked changes versions posted under this draft RFP FBO notice.

Additionally, the Government has provided updated answers to all draft RFP questions received to date. Any questions received on the final RFP will be answered on a separate spreadsheet under the separate final RFP FBO notice.

The draft RFP is now closed and a final RFP has been posted (see FBO Notice H92254-16-R-0001_FINAL). The Government appreciates all of the comments and feedback received from Industry.

*NOTE – **UPDATE TO PACKAGES (19 Aug 2016)**
The following packages replace the packages noted in their entirety. Tracked changes were used to the maximum extent possible:
Package 1f replaces Package 1e;
Package 2d replaces Package 2c;
Package 3f replaces Package 3e;
Package 4d replaces Package 4c;
Package 5d replaces Package 5c;
Package 7c replaces Package 7b; and
Package 8c replaces Package 8b

**NOTE – This notice replaces FBO Notice H9225415ROSGS**

This is a draft Request for Proposal (RFP) for the Special Operations Forces Global Logistics Support Services (SOF GLSS) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This notice is provided for purposes of providing Industry with the most current information.

The objective of the IDIQ is to acquire contractor-provided services to perform:

1. Global program support services utilizing three Core Competencies: Streamlined Design and Rapid Prototyping; Production, Modification, and Integration; and Lifecycle Sustainment Activities across the two major areas of SOF platforms: aviation and SOF systems (ground and maritime); and

2. Enterprise functions normally associated with running a Government-Owned Contractor-Operated (GOCO)-type (state-owned, Government-leased (tenant), contractor-operated) operation in a cost efficient manner to include logistics operations; facility management; environmental, safety, and health; security management; and information technology (IT) management.

This announcement does not constitute a solicitation and proposals are not being requested at this time. The draft RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. The NAICS code is 561990 and the small business size standard is $11 million. The ordering period is 10-years if all options are exercised, the guaranteed contract minimum is $500, 000.00, and the contract maximum is $8,000,000,000.00.

The Government may issue a final RFP for this requirement. In that case, the RFP number H92254-16-R-0001 will be issued as an RFP using full and open competition with no exclusions/set-asides but with minimum mandatory requirements for Small Business subcontracting (outlined in RFP Section H.11). If/when issued, the final RFP may result in a single award IDIQ contract issuing task and delivery orders of multiple contract types. If/when the final RFP is issued, offerors will be required to submit proposals in accordance with the instructions outlined in Section L of the RFP.

To gain access to several of the draft RFP attachments including the Performance Work Statement (PWS), PWS Appendices, Quality Assurance Surveillance Plan (QASP), Contract Data Requirements List (CDRLs), Representative Task Order Instructions to Offerors (ITOs) and Statements of Objectives (SOOs), Cost Templates, and Government answers to draft RFP questions, an Explicit Access Request must be made via this FBO posting. Email and/or phone call requests will not be accepted.

Before Explicit Access is granted, the Contracting Officer will verify registration in SAM and Top Secret Facility Clearance and Secret Level of Safeguarding in accordance with the DD 254.

Please be advised, this verification can take up to 24 hours. Requests for Explicit Access received on a Friday after 3:00 pm Eastern Time will not begin verification until the next business day.

This verification process has been established to limit the dissemination of sensitive but unclassified information and proof of Top Secret Facility Clearance and Secret Level of Safeguarding are required to propose on this effort as a prime offeror.

Package 1f contains a list summarizing all of the revised draft RFP attachments, their associated FedBizzOps package number, and whether or not Explicit Access is required.
URL: https://www.fbo.gov/spg/ODA/USSOCOM/SOFSA/H92254-16-R-0001/listing.htmOutreachSystems Article Number: 20160820/PROCURE/0776
Matching keyword(s): age:state!ky;

Department of the Army, FedBid, FedBid.com — for Department of Army procurements only, Bldg 1109B, Fort Knox, KY 40121

U–Training-Red Hat W9124D-16-Q-6110 082216 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; MODIFICATIONDepartment of the Army NOTICE:Bids are being solicited under solicitation number W9124D-16-Q-6110. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to http://www.FedBid.com and reference Buy No. 815820_02.
Set-Aside: Total Small Business Place of Performance: Fort Knox, KY 40121 40121-5001 US URL: https://www.fbo.gov/notices/e02990931cf8633183c5b8f99403fe1

OutreachSystems Article Number: 20160820/PROCURE/0795
Matching keyword(s): age:state!ky; state!ky;

Department of the ArmyDepartment of the Army, FedBid, FedBid.com — for Department of Army procurements only, Bldg 1109B, Fort Knox, KY 40121

U–Training-Red Hat W9124D-16-Q-6110 082216 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; CANCELLATION NOTICE:Bids are being solicited under solicitation number W9124D-16-Q-6110. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to http://www.FedBid.com and reference Buy No. 815820_02.
Set-Aside: Total Small Business Place of Performance: Fort Knox, KY 40121 40121-5001 US URL: https://www.fbo.gov/notices/a9092a8e615e7a368b0ed12007cec1f

OutreachSystems Article Number: 20160820/PROCURE/0796
Matching keyword(s): age:state!ky; state!ky;

Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 Independence Avenue, SW Suite 4360 Washington DC 20237

R — Request for Information, Newswires BBG50-RFI-16-00012 082916 Seneca B. Belinfontie, Contract Specialist, Phone 2022034944, Email sbelinfo@voanews.com – Jacqueline D. Gray, Contract Specialist, Phone 2023827861, Email jgray@bbg.gov ; ; ; ;bsp;                                     REQUEST FOR INFORMATION (RFI)
Newswires
RFI BBG50-RFI-16-00012

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP), Request for Quotation (RFQ), Invitation for Bids (IFB) or a promise to issue an RFP or formal acquisition in the future. This RFI does not commit the U.S. Government to contract for any supply or service whatsoever or does not intend to award a contract on the basis of this RFI. The Broadcasting Board of Governors (BBG) is not at this time seeking proposals and will not accept unsolicited proposals. All, who respond to this RFI, are advised that the U.S. Government will not pay for any information, inquires, the U.S. Government’s use of such information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the Interested Party’s expense. Not responding to this RFI does not preclude participation in any future procurement if any is released.

Based on the response to this RFI, a determination to compete or not to compete a future procurement is solely within the discretion of the U.S. Government. If a solicitation is released, it will beBroadcasting Board of Governors synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this RFI or a future solicitation.
BBG is conducting market research in anticipation of a future requirement. Interested Parties are encouraged to provide a comprehensive capabilities statement on how they would provide BBG with the services noted herein.

The BBG is seeking information regarding Industry’s capability to provide newswire service consisting of worldwide and domestic U.S. News coverage in English on an uninterrupted and unrestricted basis twenty-four (24) hours each day, seven (7) days per week.

Interested parties are encouraged to provide information on how they would deliver newswires including text, video and photos, electronically to multiple users in multiple newsrooms operated by the BBG entities Voice of America (VOA), Radio Free Asia (RFA), Radio Free Europe/Radio Liberty (RFE/RL), Middle East Broadcasting Networks (MBN) and the Office Of Cuba Broadcasting (OCB) operated worldwide, for rewriting by BBG journalists and/or distribution via BBG platforms including radio, television, mobile and web. Interested parties should also explain the existing procedures that they use to verify the truth of information (“double sourcing”) before stories are transmitted on their news services.

PROGRAM BACKGROUND. Currently, the Broadcasting Board of Governors (BBG) utilizes firm fixed­price (FFP) contracts with various firms who provide newswire services including text, video and photos, consisting of domestic U.S. and worldwide news coverage in English on an uninterrupted and unrestricted basis twenty-four (24) hours each day, seven Several of the organizations with which the BBG currently contracts also provide their information in multiple languages.

REQUESTED INFORMATION. Interested Parties are requested to respond to this RFI with a comprehensive written “Capabilities Statement,” consisting of an original and two (2) copies, describing their approach to this Notice. The statement should be no more than 25 pages (excluding the cover page) in length in font size and type 12 point, Times New Roman. Additionally, the cover page shall display: 1. Company name; 2. Primary and secondary points of contact; 3. Telephone number, address, city, state, and country; 4. Business or organization size (e.g. small, large, etc.) and ownership; and (if applicable); 5) Federal Supply and/or Service Schedule Information.  The “Capabilities Statement” must include, at a minimum, the following:

1. EXAMPLES OF CAPABILITIES: evidence of specific examples of the Interested Party’s successful past performance, with a desired minimum of three (3) years of experience in providing specialized newswire service; 2. TECHNICAL PERFORMANCE: clearly describing its ability to provide the above service, including, but not limited to the approximate size of its reporting staff and stringers, location of its bureaus worldwide, the procedures it employs to ensure that the news it reports is factual and “vetted” prior to transmission (i.e., “double sourcing”), its ability to deliver its newswire in English, and its technical ability to provide redundant service to prevent outages; 3. REFERENCES: provide three (3) current or former clients, including the names and title, current address, city, state, country, email and telephone number of the customer point-of-contact; 4. RESPONSE: covering capability of delivering original newswire coverage on a twenty­ four (24) hour per day, seven (7) days per week basis in English to multiple users working for the BBG worldwide; 5. Budgetary estimate to provide the above services.”

2. Explain capability on direct, unlimited distribution of newswire material including text, video and photos, to BBG journalist terminals worldwide for rewriting and/or redistribution via the BBG’s platforms, including television, radio, mobile and online applications; (b.) BBG for journalist terminals rewriting and/or redistribution worldwide covering four thousand (4,000) produced items or packages shared amongst BBG entities, and totaling possible increments of one thousand (1,000) additional items of packages per annum up to ten thousand (10, 000); (c.) including non-English language (foreign language only) redistribution of newswire material within the United States on BBG’s platforms, U.S.-based foreign-language broadcasters and/or educational institutes have requested BBG specific programs that include the vendor’s content.
Those interested should be prepared to indicate how content would be delivered to or accessed by the five (5) BBG entities.

Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the BBG, please segregate proprietary information.

All written courier delivered responses, consisting of original and two (2) copies to this RFI notice, must be received by 2:00 p.m., Eastern Time (ET) on September 1, 2016 at the Broadcasting Board of Governors, Attention Seneca Belinfontie or Jackie Gray, Office of the Contracts Division (CON), Wilbur-Cohen Building, 330 Independence Ave., SW., Room 4360-B, Washington, DC 20237. Responses may also be emailed to: CONSOL@bbg.gov by the same due date/time stated above. Please be advised that all submissions become Government property and will not be returned. No telephone, facsimile, or oral responses will be accepted and will not be considered.

Those who respond to this Notice will be notified whether their written “Capabilities Statement,” as verified by the BBG, is responsive to this Notice. If it is determined to be in the best interest of the Government, interested and qualified sources responding to this Notice may be requested to provide follow-up information. A determination to compete, or not to compete, in a future procurement will be based on the responses to this Request for Information (RFI) notice, and is solely within the discretion of the Government. This Notice is not a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ).

Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

99 – Aquatic Specialty Products SOL IFB-3718-0-2017/KBM Due Date: 9/2/2016 3:00 PM Eastern Contact: Kim Henry A price contract for a portion of Louisville Metro Government’s need for Aquatic Specialty Products for a twelve (12) month period, per the attached specifications. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160820/BID/0252
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Louisville Water Company http://www.lwckyplanroom.com/View/Default.asp 550 South Third Street; Louisville, KY 40202; (502) 574-5000

R – 16-01 RFP – Roof Consulting ServicesLouisville Water Company is Due Date: 09/14/2016 16-01 RFP – Roof Consulting ServicesLouisville Water Company is requesting proposals for the purchase of Roof Consulting Services. For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160820/BID/0253
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Lynn Imaging https://www.lynnimaging.com/distribution/View/ViewJobList.aspx This notice is provided by Lynn Imaging: 328 Old Vine Street, Lexington, KY 40507, (859) 255-1021

99 – CCK-2160-17 PAV H – H-6 AHU Upgrade Due Date: 08/25/2016 Contact: UK Purchasing CCK-2160-17 PAV H – H-6 AHU Upgrade For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160820/BID/0261
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Lynn Imaging https://www.lynnimaging.com/distribution/View/ViewJobList.aspx This notice is provided by Lynn Imaging: 328 Old Vine Street, Lexington, KY 40507, (859) 255-1021

99 – City of Somerset – Ikerd Development-US 27 Water Line Extension Due Date: 08/30/2016 Contact: Bell Engineering Lex City of Somerset – Ikerd Development-US 27 Water Line Extension For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160820/BID/0267
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Lynn Imaging https://www.lynnimaging.com/distribution/View/ViewJobList.aspx This notice is provided by Lynn Imaging: 328 Old Vine Street, Lexington, KY 40507, (859) 255-1021

R – Housing Authority of Barbourville – Modernization Project Due Date: 09/08/2016 Contact: CS Design, Inc. Housing Authority of Barbourville – Modernization Project For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160820/BID/0273
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Lynn Imaging https://www.lynnimaging.com/distribution/View/ViewJobList.aspx This notice is provided by Lynn Imaging: 328 Old Vine Street, Lexington, KY 40507, (859) 255-1021

R – Housing Authority of Hickman – Modernization Project REBID Due Date: 08/31/2016 Contact: CS Design, Inc. Housing Authority of Hickman – Modernization Project REBID For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160820/BID/0276
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Lynn Imaging https://www.lynnimaging.com/distribution/View/ViewJobList.aspx This notice is provided by Lynn Imaging: 328 Old Vine Street, Lexington, KY 40507, (859) 255-1021

R – Housing Authority of Morgantown – Modernization Project Due Date: 09/07/2016 Contact: CS Design, Inc. Housing Authority of Morgantown – Modernization Project For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160820/BID/0278
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Lynn Imaging https://www.lynnimaging.com/distribution/View/ViewJobList.aspx This notice is provided by Lynn Imaging: 328 Old Vine Street, Lexington, KY 40507, (859) 255-1021

R – Land Surveying Services – 3703 Due Date: 08/25/2016 Contact: Metro Louisville Land Surveying Services – 3703 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160820/BID/0281
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Lynn Imaging https://www.lynnimaging.com/distribution/View/ViewJobList.aspx This notice is provided by Lynn Imaging: 328 Old Vine Street, Lexington, KY 40507, (859) 255-1021

99 – LFUCG – West Hickman Trunk B&C Due Date: 09/01/2016 Contact: LFUCG Div of Water Quality LFUCG – West Hickman Trunk B&C For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160820/BID/0282
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Lynn Imaging https://www.lynnimaging.com/distribution/View/ViewJobList.aspx This notice is provided by Lynn Imaging: 328 Old Vine Street, Lexington, KY 40507, (859) 255-1021

99 – RFB-23-17 Curtis Kitchen AML Due Date: 08/30/2016 Contact: Division of Engineering and Contract Administration RFB-23-17 Curtis Kitchen AML For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160820/BID/0288
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Lynn Imaging https://www.lynnimaging.com/distribution/View/ViewJobList.aspx This notice is provided by Lynn Imaging: 328 Old Vine Street, Lexington, KY 40507, (859) 255-1021

99 – RFB-39-17 Hazel Rice AML Due Date: 09/15/2016 Contact: Division of Engineering and Contract Administration RFB-39-17 Hazel Rice AML For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160820/BID/0298
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Lynn Imaging https://www.lynnimaging.com/distribution/View/ViewJobList.aspx This notice is provided by Lynn Imaging: 328 Old Vine Street, Lexington, KY 40507, (859) 255-1021

99 – RFB-42-17 RE-ADVERTISEMENT OF RFB-268-16 Due Date: 08/31/2016 Contact: Division of Engineering and Contract Administration RFB-42-17 RE-ADVERTISEMENT OF RFB-268-16 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160820/BID/0301
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Lynn Imaging https://www.lynnimaging.com/distribution/View/ViewJobList.aspx This notice is provided by Lynn Imaging: 328 Old Vine Street, Lexington, KY 40507, (859) 255-1021

99 – RFB-46-17 Gibson Drainage AML Due Date: 09/22/2016 Contact: Division of Engineering and Contract Administration RFB-46-17 Gibson Drainage AML For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160820/BID/0305
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Lynn Imaging https://www.lynnimaging.com/distribution/View/ViewJobList.aspx This notice is provided by Lynn Imaging: 328 Old Vine Street, Lexington, KY 40507, (859) 255-1021

99 – RFB-49-17 Group VII Mad 16 Due Date: 09/06/2016 Contact: Division of Engineering and Contract Administration RFB-49-17 Group VII Mad 16 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160820/BID/0306
Matching keyword(s): age:state!ky; state!ky;

Kentucky – Lynn Imaging https://www.lynnimaging.com/distribution/View/ViewJobList.aspx This notice is provided by Lynn Imaging: 328 Old Vine Street, Lexington, KY 40507, (859) 255-1021

99 – WKU-PDC-2017-003 – Construct Parking Structure #3 Due Date: 09/14/2016 Contact: WKU Planning Design and Construction WKU-PDC-2017-003 – Construct Parking Structure #3 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160820/BID/0312
Matching keyword(s): age:state!ky; state!ky;

U.S. Small Business Administration http://web.sba.gov/subnet/search/dsp_search_option.cf SBA SubNet; Contact information is included with each sub-contracting bid.

R — Ernie Davis & Sons Mechanical, Inc. – We will be accepting prici SOL Due Date: 8/26/2016 3:00 PM Ernie Davis & Sons Mechanical, Inc. – We will be accepting pricing for the following project: RWRA Contract 2016-19, Hayden and Pleasant Valley Road Area Subdivisions. Owensboro, KY Bids are due by Friday, August 26, 2016 For more information about this opportunity please contact the buyer directly.

OutreachSystems Article Number: 20160820/SMALL/8461
Matching keyword(s): state!ky;

bmg logo(R)2

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

NAVY

Northrop Grumman Corp., Electronic Systems, Linthicum Heights, Maryland, is being awarded a $375,582,523 four-year, fixed-price-incentive contract for the procurement of nine Ground/Air Task-Oriented Radar (G/ATOR) low-rate initial production systems.  G\ATOR is managed by Program Executive Officer Land Systems, Quantico, Virginia.  Work will be performed in Linthicum Heights, Maryland (55 percent); East Syracuse, New York (29 percent); Stafford Springs, 600px-US-DeptOfNavy-Seal.svgConnecticut (4 percent); Tulsa, Oklahoma (2 percent); San Diego, California (2 percent); Wallingford Center, Connecticut (1 percent); Farmingdale, New York (1 percent); Gilbert, Arizona (1 percent); East Aurora, New York (1 percent); Saint Paul, Minnesota (1 percent); Londonderry, New Hampshire (1 percent); Durham, North Carolina (1 percent); and Shelby, North Carolina (1 percent), and is expected to be completed by September 2020.  Fiscal 2014 procurement (Marine Corps) funds in the amount of $607,950; fiscal 2016 procurement (Marine Corps) funds in the amount of $117,944,307; and fiscal 2016 research, development, test and evaluation funds in the amount of $621,794 will be obligated at the time of award. Contract funds in the amount of $607,950 will expire at the end of the current fiscal year.  This contract is awarded as a sole-source contract in accordance with 10 U.S. Code 2304(c)(1)(B).  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-C-2011).

Progeny Systems Corp., Manassas, Virginia, is being awarded a $66,413,466 cost-plus-fixed-fee, cost-only Small Business Innovation Research Phase III contract action for MK 54 Mod 1 lightweight torpedo (LWT) sonar assembly kits and related test equipment, spares, and engineering and hardware support services.  These sonar assembly kits will be used to build MK54 Mod 1 LWTs and commence operational test and evaluation.  The MK54 Mod 1 LWT will be used by all Navy surface and air anti-submarine warfare forces, improving weapon effectiveness against current and future submarine threats in littoral environments beyond the MK54 Mod 0 LWT.  Work will be performed in Charleroi, Pennsylvania (55 percent); Salt Lake City, Utah (41 percent); and Manassas, Virginia (4 percent), and is expected to be completed by August 2020.  Fiscal 2014 and 2016 weapons procurement (Navy); and fiscal 2016 research, development, test, and evaluation (Navy) funds of $58,772,320 will be obligated at time of award, and $25,779,278 will expire at the end of the current fiscal year.  This contract was not competitively awarded in accordance with 10 U.S. Code 2304(c)(1) – only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-6415).

Huntington Ingalls Industries, Newport News Shipbuilding Inc., Newport News, Virginia, is being awarded a not-to-exceed $65,321,318 undefinitized modification to previously awarded contract N00024-16-C-2116 for the purchase of long lead-time material in support of the USS Enterprise (CVN 80).  Work will be performed in Newport News, Virginia, and is expected to be completed by December 2018.  Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $65,321,318 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 Navy Yard, Washington, District of Columbia, is the contracting activity.

CB&I Federal Services LLC, Alexandria, Virginia, is being awarded a $20,437,942 firm-fixed-price task order 0005 under a multiple award construction contract for cleaning, inspecting, and repairing three fuel tanks at the Red Hill Underground Fuel Storage Complex, Joint Base Pearl Harbor-Hickam, Hawaii.  Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by December 2019.  Fiscal 2016 Defense working capital (Defense Logistics Agency) contract funds in the amount of $20,437,942 are obligated on this award and will not expire at the end of the current fiscal year.  Two proposals were received for this task order.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-15-D-1632).

Mortenson Construction, Minneapolis, Minnesota, is being awarded a $25,425,000 firm-fixed-price contract for design and construction of an unmanned aircraft system facilities expansion at Marine Corps Air Station Cherry Point.  The work to be performed provides for the design and construction of an unmanned aircraft facility expansion.  The project provides a maintenance hangar comprised of reinforced concrete foundation, reinforced exterior walls and standing seam metal roofing over metal deck.  The hangar will provide maintenance space, administration space, and additional supplementary space in support of the unmanned aircraft system.  The contract also contains one unexercised option, which if exercised, would increase cumulative contract value to $25,600,000.  Work will be performed in Havelock, North Carolina, and is expected to be completed by September 2018.  Fiscal 2016 military construction, (Navy) contract funds in the amount of $25,425,000 are obligated on this award, of which $1,987,013 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with 10 proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-16-C-5506).

Lockheed Martin Corp., Mission Systems and Training, Moorestown, New Jersey, is being awarded a $19,569,891 modification to previously awarded contract N00024-15-C-5151 to exercise an option for ship integration and test of the Aegis Weapon System (AWS) for AWS Baselines through Advanced Capability Build (ACB) 16.  Work will be performed in Moorestown, New Jersey (76 percent); Norfolk, Virginia (15 percent); Washington, District of Columbia (5 percent); Bath, Maine (2 percent); and Pascagoula, Mississippi (2  percent), and is expected to be completed by August 2017.  Fiscal 2015 shipbuilding and conversion (Navy); fiscal 2016 other procurement (Navy); and fiscal 2016 operations and maintenance (Navy) funding in the amount of $7,454,217 will be obligated at time of award. Contracts funds in the amount of $2,385,842 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

CB&I Federal Services LLC, Alexandria, Virginia, is being awarded a $14,718,398 firm-fixed-price task order 0004 under a multiple award construction contract for cleaning, inspecting, and repairing two fuel tanks at the Red Hill Underground Fuel Storage Complex Joint Base Pearl Harbor-Hickam, Hawaii.  Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by August 2018.  Fiscal 2016 Defense working capital (Defense Logistics Agency) contract funds in the amount of $14,718,398 are obligated on this award and will not expire at the end of the current fiscal year.  Three proposals were received for this task order. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-15-D-1632).

AT&T Government Solutions Inc., Oakton, Virginia, is being awarded a $11,298,180 firm-fixed-price contract for design and construction of five new enhanced land mobile radio communication towers in various locations throughout the Marine Corps Mountain Warfare Training Center, Bridgeport.  The work to be performed provides for each communication tower to be constructed as a standalone facility in remote locations within the Sierra Nevada Mountains.  Towers will range from 70 to 150 feet in height, and each tower will consist of a foundation, propane generator, solar panels and batteries, equipment shelter, fence and associated support features like halo grounding, ice bridge system and propane tanks.  This project will provide a safety and communications network for personnel, training, mission critical users, and first responders.  This project will provide radio frequency and cellular coverage between the installation and Coleville Military Housing area.  This project fulfills critical needs in supporting the increased communications requirements for the installation and surrounding areas.  Work will be performed in Bridgeport, California, and is expected to be completed by March 2019.  Fiscal 2015 military construction, (Navy) contract funds in the amount of $11,298,180 are obligated on this award, of which $4,800,856 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, California, is the contracting activity (N62473-16-C-0601).

Lockheed Martin, Mission Systems and Training, Moorestown, New Jersey, is being awarded a $10,452,318 modification to a previously awarded contract N00024-13-C-5132 to activate development equipment suites for future advanced capability builds in support of computer program development at the Naval Systems Computer Center and Combat System Engineering Development Site. This contract modification provides technical engineering, configuration management, associated equipment/supplies, quality assurance, information assurance, and other operation and maintenance efforts required to provide the Combat Systems Engineering Development Site, SPY-1A Test Facility, and the Naval Systems Computing Center.  These facilities, which are also collectively referred to as the “Aegis Sites,” incorporate highly integrated, classified, real-time networks that connect numerous contractor and U.S. government facilities required to build, integrate, test, and deliver computer code baselines.  This contract also provides for the continuing site maintenance and planned improvements of the sites for Aegis Combat System and Aegis Weapon System upgrades to Ticonderoga and Arleigh Burke class ships through the completion of Advanced Capability Build 12 and Technology Insertion 12 (ACB 12/TI 12), in addition to Aegis Ballistic Missile Defense and Foreign Military Sales requirements.  Work will be performed in Moorestown, New Jersey, and is expected to be completed by June 2018. Fiscal 2016 research, development, test and evaluation funding in the amount of $5,843,410 will be obligated at time of award and will not expire at the end of the fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Pave-Tech Inc.,* Vista, California, is being awarded a $9,993,268 firm-fixed-price modification to increase the maximum dollar value of a multiple award construction contract task order for the repairs to Delta Taxiway and lighting at Naval Air Station Fallon.  After award of this modification, the total cumulative task order value will be $30,034,081.  The work to be performed provides for the removal of existing asphalt pavement and replacement with portland cement concrete pavement, expansion of the width of the taxiway, the retrofitting of all Delta Taxiway lighting with Federal Aviation Administration compliant light-emitting diodes and upgrades of direct burial cable to the concrete trench duct system and new hand-hole/vaults.

Work will be performed in Fallon, Nevada, and is expected to be completed by November 2017.  Fiscal 2016 operation and maintenance, (Navy) contract funds in the amount of $9,993,268 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-15-D-2441).

Insitu Inc., Bingen, Washington, is being awarded a $9,896,412 modification (0007) to a previously awarded firm-fixed-price contract (N00019-14-C-0070) to procure intelligence, surveillance, and reconnaissance services using its unmanned aircraft system in support of the Navy.  Work will be performed at locations outside the continental U.S., and is expected to be complete in September 2019.  Fiscal 2016 operations and maintenance (OCO) funds in the amount of $9,896,412 are being obligated at time of award, all of which will expire at the end of the fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Reel Power Wire and Cable Inc.,* Oklahoma City, Oklahoma, is being awarded a $8,784,076 fixed-price contract for the procurement of cable tension systems for the Navy, including installation and government-furnished peculiar support equipment, training and technical data.  In addition, this contract provides for the procurement of three shore-based reel and cable tension machines for the Navy (2) and government of Australia (1), including installation, training and technical data.  This equipment is in support of the Airborne Low Frequency Sonar on the MH-60R helicopter.  Work will be performed in Oklahoma City, Oklahoma, and is expected to be completed in March 2018.  Fiscal 2014 and 2015 aircraft procurement (Navy); and foreign military sales funds in the amount of $8,784,076 will be obligated at time of award, $6,815,126 of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)1.  This contract combines purchases for the Navy ($6,980,190; 80 percent); and government of Australia ($1,803,886; 20 percent) under the Foreign Military Sales program.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-16-C-0387).

AUSTAL, Mobile, Alabama, is being awarded a $8,629,606 cost-plus-award-fee order against a previously awarded basic ordering agreement (N00024-15-G-2304) to provide engineering and management services for advance planning and design in support of the post shakedown availability for the littoral combat ship USS Jackson (LCS-6).  Work will be performed in Mobile, Alabama (75 percent); and San Diego, California (25 percent), and is expected to be completed by September 2017.  Fiscal 2016 shipbuilding and conversion (Navy); and fiscal 2010 shipbuilding and conversion (Navy) funding in the amount of $8,629,606 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair Gulf Coast, Pascagoula, Mississippi, is the contracting activity.

Modutech Marine Inc.,* Tacoma, Washington, is being awarded a $8,584,032 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Workboat Medium Boats. This contract includes options, which if exercised, would bring the cumulative value of this contract to $17,698,273. Work will be performed in Tacoma, Washington, and is expected to be completed by November 2018. Fiscal 2016 other procurement (Navy) funding in the amount of $8,584,032 will be obligated at time of award, and no contract funds will not expire at the end of the current fiscal year. This contract is for the construction of 12 Workboat Medium Boats, with the option to construct 12 additional Workboat Medium Boats . This contract was competitively procured as a Small Business Set Aside via Federal Business Opportunities with five offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-D-2211).

CB&I Federal Service LLC, Alexandria, Virginia, is being awarded a $7,464,131 firm-fixed-price task order 0003 under a multiple award construction contract for cleaning, inspecting, and repairing of four fuel tanks at the Defense Fuel Support Point (DFSP) Guam.  Work will be performed in Tenjo Vista, Guam, and is expected to be completed by March 2019.  Fiscal 2016 Defense working capital (Defense Logistics Agency) contract funds in the amount of $7,464,131 are obligated at the time of award, and will not expire at the end of the current fiscal year.  Two proposals were received for this task order. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-15-D-1632).

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is being awarded a $7,395,958 modification (00008) to a previously awarded cost-plus-incentive-fee, fixed-price-incentive-fee contract (N00019-15-C-0004).  This modification procures advanced spare parts and deployment spare part packages and initial spare 3BSM modules in support of the F-35 Lightening II for the Marine Corps and Navy. Work will be performed in Hartford, Connecticut (62 percent); and Indianapolis, Indiana (38 percent), and is expected to be completed in August 2019.  Fiscal 2016 aircraft procurement (Marine Corps and Navy) funds in the amount of $7,395,958 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Marine Corps $6,261,526 (85 percent); and the Navy $1,134,432 (15 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

600px-US-MissileDefenseAgency-Seal.svgMISSILE DEFENSE AGENCY

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, has been awarded a $204,303,604 cost-plus-incentive-fee, sole-source modification to previously awarded contract HQ0276-10-C-0001 for Aegis Ballistic Missile Defense (ABMD) Continuation of Baseline 5.1, Increment-2 development, and the Adaptation of Aegis Ashore efforts (Contract Line Item Number 0127). Upon completion, these efforts will provide a certified ABMD 5.1 baseline.  This modification increases the total cumulative contract value to $2,442,293,513 from $2,237,989,909.  Work will be performed in Moorestown, New Jersey, with an expected completion date of Sept. 30, 2018. Fiscal 2016 research, development, Test and evaluation funds in the amount of $61,017,741 are being obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity. (Awarded on Aug. 30, 2016)

ARMY

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $135,400,000 modification (P00101) to foreign military sales contract W58RGZ-12-C-0008 (Taiwan) for 24 UH-60M uniquely configured Black Hawk aircraft.  Work will be performed in Stratford, Connecticut, with an estimated completion date of Oct. 8, 2018.  Fiscal 2016 other funds in the amount of $135,400,000 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

URS Federal Services Inc., Germantown, Maryland, was awarded a $70,350,941 modification (P0003) to contract W52P1J-12-G-0028 for enhanced Army global logistics enterprise Army Prepositioned Stock-5 for maintenance, supply and transportation logistics support services.  Work will be performed in Kuwait and Qatar, with an estimated completion date of Sept. 26, 2017.  Fiscal 2016 operations and maintenance, Army funds in the amount of $70,350,941 were obligated at the time of the award.  Army Contracting Command, Rock Island, Illinois, is the contracting activity.

Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $48,259,165 firm-fixed-price, foreign military sales contract (Australia, Czech Republic,Department of the Army Estonia, France, Iceland, Indonesia, Jordan, Lithuania, New Zealand, Norway, Oman, Qatar, Taiwan, and United Arab Emirates), for life cycle support repair and support the Javelin hardware.  Bids were solicited via the Internet with one received. Work will be performed in Tucson, Arizona, with an estimated completion date of Feb. 28, 2018.  Fiscal 2016 and 2010 other; and operations and maintenance, Army funds in the collective amount of $48,259,165 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-16-C-0133).

Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $38,649,867 modification (P00076) to contract W15QKN-10-C-0050 for award of option four for the production and delivery of M829A4 cartridges, and a negotiated cartridge unit price increase to account for increased costs of the material used to produce the composite sabot.  Work will be performed in multiple locations, with an estimated completion date of May 21, 2018.  Fiscal 2016 other procurement, Army funds in the amount of $38,649,867 were obligated at the time of the award.  Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

CACI-ISS Inc., Chantilly, Virginia, was awarded a $16,331,453 modification (P00031) to contract W81K04-13-F-0013 for medical logistics non-personal services in support of the expeditionary and contingency medical materiel program.  These services are performed at Department of Defense and Air Guard installations within the continental U.S. and outside the U.S. to include Japan, Guam and Alaska.  Work will be performed in multiple locations, with an estimated completion date of Sept. 30, 2017.  Subject to availability of funds per Federal Acquisition Regulation clause 52-232-18, fiscal 2017 operations and maintenance, Army funds in the amount of $16,331,453 will be obligated.  Army Medical Command, Fort Sam Houston, Texas, is the contracting activity.

L-3 Communications Corp. (Linkabit Division), San Diego, California, was awarded an $11,226,214 cost-plus-incentive-fee contract for screening obscuration module system integration and demonstration base period and production options.  Bids were solicited via the Internet with one received. Work will be performed in Melbourne, Florida, with an estimated completion date of Aug. 26, 2020.  Fiscal 2016 research, development, test and evaluation funds in the amount of $1,210,000 were obligated at the time of the award.  Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-16-C-0039).

DRS-NIS, Melbourne, Florida, was awarded a $10,907,808 modification (P00078) to foreign military sales contract W56HZV-12-C-0199 (Egypt) for direct support electrical systems test sets system technical support.  Work will be performed in Huntsville, Alabama, with an estimated completion date of May 1, 2017.  Fiscal 2016 operations and maintenance, Army; and other funds in the amount of $10,907,808 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

Affolter Contracting Co. Inc.,* LaMarque, Texas, was awarded an $8,962,230 firm-fixed-price contract for flood control, Mississippi River and tributaries, Yazoo basin, Mississippi, Tallahatchie county, Mississippi, upper Yazoo projects, Item 7C, channel improvement.  Bids were solicited via the Internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of June 10, 2018.  Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-16-D-0006).

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, was awarded an $8,000,000 cost-plus-fixed-fee contract for logistics support for U.S. Army Hawaii.  Bids were solicited via the Internet with one received. Work will be performed in the Hawaiian Islands, with an estimated completion date of Jan. 15, 2017.  Fiscal 2016 operations and maintenance, Army funds in the amount of $2,000,000 were obligated at the time of the award.  Army Contracting Command, Fort Shafter, Hawaii, is the contracting activity (W912CN-16-C-0014).

Northrop Grumman Systems Corp., Boulder, Colorado, was awarded a $7,056,050 modification (P00048) to contract W9113M-12-C-0055 for the design, development, upgrade, testing, certification, production, fielding, and sustainment of the joint tactical ground station pre-planned improvement system of systems.  Work will be performed in Colorado Springs and Boulder, Colorado, with an estimated completion date of Oct. 31, 2018.  Fiscal 2016 other procurement, Army funds in the amount of $3,781,961 were obligated at the time of the award.  Army Space and Missile Defense Command, Redstone Arsenal, Alabama, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Valero Marketing and Supply, San Antonio, Texas (SPE600-16-D-0497), $147,734,116; Equilon Enterprises,doing business as Shell Oil Products, Houston, Texas (SPE600-16-D-0496), $100,176,698; and Petro Star Inc.,* Anchorage, Alaska (SPE600-16-D-0503), $51,471,435, have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE600-16-R-0704 for various types of fuel. These were competitive acquisitions with 20 offers received. They are one-year contracts with a 30-day carryover. Locations of performance are Texas and Alaska, with a Sept. 30, 2017, performance completion date. Using agency is Defense Logistics Agency Energy. Type of appropriation is fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Llamas Plastics Inc.,* Sylmar, California (SPRPA1-16-D-001W); and Sierracin-Sylmar Corp., Sylmar, California (SPRPA1-16-D-002W), have each been awarded a maximum $80,000,000 fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPRPA1-15-R-013W for V-22 aircraft front left and front right windscreens (transparencies). These were competitive acquisitions with two offers received. They are two-year base contracts with three one-year option periods. Location of performance is California, with an Aug. 30, 2018, completion date. Using military service is Navy. Type of appropriation is fiscal 2016 through fiscal 2018 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $52,000,000 undefinitized contractual action firm-fixed-priced delivery order (THZV) against a five-year basic ordering agreement (SPE4A1-14-G-0007) for aircraft access doors for the F/A-18 aircraft. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Missouri, with an April 29, 2020, performance completion date. Using service is Navy. Type of appropriation is fiscal 2016 through fiscal 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

FreshPack Produce Inc.,** Denver, Colorado, has been awarded a maximum $49,500,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh fruits and vegetables for non-Defense Department (DoD) customers in Colorado. This was a competitive acquisition with two responses received. This is an 18-month base contract with two 18-month option periods. The maximum dollar amount is for the life of the contract. Location of performance is Colorado, with a Feb. 28, 2021, performance completion date. Using customers are non-DoD customers. 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 (SPE300-16-D-S678).

Woodward Inc., Loves Park, Illinois, has been awarded an estimated maximum $29,668,198 modification (P0009) to a five-year base contract (SPE4AX-13-D-9417) with one three-year option period adding 16 national stock numbers. This is an indefinite-delivery/indefinite-quantity contract. The location of performance is Illinois, with a June 30, 2018, performance completion date. The using military services are Army, Navy and Air Force. Type of appropriation is fiscal 2016 through fiscal 2018 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia.

Hiland Dairy, Springfield, Missouri, has been awarded an estimated maximum $16,546,735 firm-fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh milk and dairy products. This is a three-year contract with no option periods. This was a competitive acquisition with two responses received. Location of performance is Missouri, with a Sept. 14, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-16-D-V236).

AIR FORCE

Abacus Technology Corp., Chevy Chase, Maryland, has been awarded a $42,505,012 modification (37) to award Option Year 1 requirements on previously awarded contract FA8721-15-D-0009 0002 for engineering and technology acquisition support services. Contractor will provide disciplined systems and specialty engineering; technical and information assurance services; and support using established government, contractor, and industry processes. Work will be performed at Hanscom Air Force Base, Massachusetts; and Lackland Air Force Base, Texas, and is expected to be complete by Aug. 31, 2017. This contract involves foreign military sales to Jordan, Romania, Saudi Arabia and Thailand. Fiscal 2014, 2015 and 2016 missile procurement; 2015 and 2016 other procurement; 2015 and 2016 research, development, test, and evaluation; 2016 space procurement; 2016 aircraft procurement; and 2016 operations and maintenance funds in the amount of $23,386,910 are356px-Seal_of_the_US_Air_Force.svg being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Lockheed Martin Corp. – Lockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded a $42,296,255 modification (P00018) to previously awarded contract FA8629-14-C-6450 for multiyear procurement for the C-130J program. Contractor will provide acquisition of readiness spare packages. Work will be performed at Marietta, Georgia, and is expected to be complete by Nov. 20, 2018. Fiscal 2014 aircraft procurement funds in the amount of $42,296,255 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity.

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded an estimated $14,000,000 firm-fixed-price contract for services and supplies in the support of the modernization, expansion, and depot-level contractor logistics support. Contractor will provide for the Scope command program for the High Frequency Global Communications System that supports Air Force, Navy and Coast Guard requirements. Work will be performed at Richardson, Texas, and is expected to be complete by Aug. 31, 2017. This award is the result of a sole-source acquisition. Fiscal 2016 Air Force, Navy and Coast Guard operations and maintenance funds in the amount of $709,370 are being obligated at the time of award. The 72nd Contracting Squadron, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8102-16-D-0005).

Flight Safety Services Corp., Centennial, Colorado, has been awarded a $7,702,434 modification (P00118) to previously awarded contract FA8223-11-C-0003 for contractor logistics support and instruction services on the C-5 Aircrew Training System (ATS). Contractor will provide operations, maintenance, and sustainment of ATS devices along with Training System Support Center services and aircrew instruction. Work will be performed at Travis Air Force Base, California; Dover Air Force Base, Delaware; Joint Base San Antonio-Lackland, Texas; and Westover Air Reserve Base, Massachusetts, and is expected to be complete by Dec. 31, 2016. Fiscal 2016 operations and maintenance funds in the amount of $7,892,907 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

600px-WHS_Insignia.svgWASHINGTON HEADQUARTERS SERVICES

NetCentrics Corp., Herndon, Virginia, is being awarded a firm-fixed-price and cost contract line item number contract for $11,421,068 to obtain information technology operations support for the Office of the Secretary of Defense, Washington Headquarters Services (WHS), WHS Supported Organizations, and the Pentagon Force Protection Agency.  Work performance will take place in Arlington and Alexandria, Virginia. The expected completion date is Dec. 31, 2016. Fiscal 2016 operations and maintenance funds are being obligated at the time of the award. WHS, Arlington, Virginia, is the contracting office (HQ0034-16-C-0065).

*Small business

**Small disadvantaged business

ARMY

DATRON World Communications, Inc.*, Vista, California, was awarded a $495,000,000 firm-fixed-price, foreign military sales (Afghanistan) contract for DATRON family of radios and support equipment.  Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of August 30, 2021.  Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-16-D-5010).

B.L. Harbert International, L.L.C., Birmingham, Alabama, was awarded an $85,100,000 firm-fixed-price contract for construction of the Army cyber headquarters command and control facility with the cyber protection team operations facility.  Bids were solicited via the internet with 10 received. Work will be performed at Fort Gordon, Georgia, with an estimated completion date of May 21, 2018.  Fiscal 2016 military construction funds in the amount of $80,300,000; andDepartment of the Army fiscal 2016 other procurement funds in the amount of $4,800,000 were obligated at the time of the award.  Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-16-C-0014).

Bering Straits Logistics Services LLC*, Anchorage, Alaska, was awarded a $13,400,000 modification (P00007) to contract W9133L-13-D-0004 for information technology support, warehouse operations, maintenance support, and training support to the consequence management support center. Work locations and funding will be determined with each order, with an estimated completion date of September 25, 2016.  Army National Guard Bureau, Arlington, Virginia, is the contracting activity.

Norfolk Dredging Company, Chesapeake, Virginia, was awarded a $10,432,500 firm-fixed-price contract for Wilmington Harbor mid-river and military ocean terminal Sunny Point maintenance dredging, New Hanover and Brunswick counties in North Carolina.  Bids were solicited via the internet with five received. Work will be performed in Southport (48.19 percent) and Wilmington (51.81 percent), North Carolina, with an estimated completion date of July 31, 2017.  Fiscal 2016 operations and maintenance funds in the amount of $10,432,500 were obligated at the time of the award.  Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-16-C-0015).

Vectrus Systems Corporation, Colorado Springs, Colorado, was awarded a $9,423,310 modification (P00029) to contract W91RUS-13-C-0006 to provide enterprise network capabilities and services support of U.S. Central Command forces within the south-west Asia area of responsibility.  Work will be performed in Iraq, with an estimated completion date of May 31, 2017.  Fiscal 2015 and 2016 operations and maintenance funds in the amount of $9,423,310 were obligated at the time of the award.  Army Contracting Command, Fort Huachuca, Arizona, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Electric Boat Corp., Groton, Connecticut, was awarded a $300,610,855 cost-plus-fixed-fee

contract for Lead Yard Services and development studies and design efforts related to Virginia Class submarines.  Lead Yard Services for Virginia Class submarines will maintain, update, and support the Virginia Class design and related drawings and data for each Virginia Class submarine, including technology insertion, throughout its construction and Post Shakedown Availability (PSA) period.  The contractor will also provide all engineering and related Lead Yard Services necessary for direct maintenance and support of Virginia Class Ship Specifications.  Work will be performed in Groton, Connecticut (94.1 percent), Newport News (5.0 percent), Virginia, and Newport (0.5 percent) and Quonset (0.4 percent), Rhode Island, and is expected to be completed by September 2017.   Fiscal 2009, 2011, 2012, 2013, 2014, 2015 and 2016 shipbuilding and conversion (Navy); and fiscal 2015 and 2016 research, development, test and engineering (Navy) funding in the amount of $43,274,477 will be obligated at time of award.  Funds in the amount of $5,163,308 will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(iii) – only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-2111).  (Awarded August 26, 2016)

BAE Systems Southeast Shipyards Mayport LLC, Jacksonville, Florida (N00024-16-D-4319) and General Dynamics NASSCO, Mayport, Florida (N00024-16-D-4320) are each being awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts (MAC) to support sustainment execution efforts for Littoral Combat Ships (LCS) 1 variant class ships.  These efforts consist of Chief of Naval Operations availabilities, continuous maintenance, emergent maintenance, preventative/planned maintenance, and facilities maintenance/ corrosion control in the contiguous United States ; continuous maintenance, emergent maintenance, preventative/planned maintenance, and facilities maintenance/corrosion control outside the continental United States (MAC I).  Epsilon Systems Solutions, Inc., Portsmouth, Virginia (N00024-16-D-4321) and Lockheed Martin Corp., Baltimore, Maryland (N00024-16-D-4322) are each being awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts (MAC) to provide preventative/planned maintenance, and facilities maintenance/corrosion control within the continental United States (MAC II).  These contracts both contain five ordering periods which have a cumulative ceiling value of $741,496,791 for MAC I and $209,342,762 for MAC II.  These four companies will have the opportunity to compete for individual delivery orders.  Work will primarily be performed in Mayport, Florida, and outside the continental United States as needed, and is expected to be completed in August 2021 if all ordering periods are executed.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $40,000 ($10,000 minimum guarantee per contract) is being obligated as each contract’s initial delivery order and expires at the end of fiscal year 2016.  These contracts were competitively procured via the Federal Business Opportunities website, with five offers received.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Harper Construction Co., Inc., San Diego, California (N62473-16-D-1881); Hensel Phelps Construction Co., Irvine, California (N62473-16-D-1882); M.A. Mortenson Co. dba Mortenson Construction, Minneapolis, Minnesota (N62473-16-D-1883); R.A. Burch Construction Co., Inc.*, Ramona, California (N62473-16-D-1884); RQ Construction, LLC, Carlsbad, California  (N62473-16-D-1885); Solpac Construction, Inc., dba Soltek Pacific Construction Co., San Diego, California (N62473-16-D-1886); and Straub Construction, Inc., Fallbrook, California  (N62473-16-D-1887), are each being awarded an indefinite-delivery/indefinite-quantity multiple award construction contract for new construction and renovation of commercial and institutional building construction projects at various government installations 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 seven contracts combined is $240,000,000.  Types of projects may include, but are not limited to:  administration buildings, maintenance/repair facilities, aircraft control towers, aircraft hangars, fire stations, office buildings, laboratories, dining facilities, related structures, and other similar facilities.  RQ Construction, LLC is being awarded task order 0001 at $28,960,000 for design and construction of the Littoral Combat Ship (LCS) Support Facility at Naval Base San Diego, San Diego, California.  Work for this task order is expected to be completed by August 2018.  All work on this contract will be performed at various government installations within the NAVFAC Southwest AOR including, but not limited to, California (90 percent), Arizona (6 percent), Nevada (1 percent), Colorado (1 percent), Utah (1 percent), and New Mexico (1 percent).  The terms of the contracts are not to exceed 60 months, with an expected completion date of August 2021.  Fiscal 2016 military construction (Navy) and fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $28,990,000 are obligated on this award; of which $20,130,000 will expire at the end of the current fiscal year.  Future task orders will be primarily funded by military construction (Navy); operation and maintenance (Navy and Marine Corps); and working capital funds (Navy).  This contract was competitively procured as a full and open unrestricted procurement with a historically underutilized business zone price evaluation preference in accordance with Federal Acquisition Regulation 52.219-4 and one reserve for small business via the Navy Electronic Commerce Online website with 21 proposals received.  The reserve was met by award to R. A. Burch Construction Co., Inc.  These seven contractors may compete for task orders under the terms and conditions of the awarded contracts.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Raytheon Co., Integrated Defense Systems, Tewksbury, Massachusetts, is being awarded a $29,839,189 modification to previously awarded contract (N00024-10-C-5126) for additional engineering services in support of DDG 1000 Zumwalt Class Destroyer Program.  The engineering services under this contract will address software corrections, facilities, training, and cyber security and shipboard requirements.  Work will be performed in Bath, Maine (31 percent), Tewksbury, Massachusetts (30 percent), Portsmouth, Rhode Island (27 percent), San Diego, California (6 percent), Wallops Island, Virginia (5 percent), Fort Wayne, Indiana (1 percent) and is expected to be complete by December 2016.  Fiscal 2008, 2015, and 2016 shipbuilding and conversion (Navy), fiscal 2016 research, development, test and evaluation (Navy) and fiscal 2016 operation and maintenance (Navy) funds in the amount of $17,213,384 will be obligated at the time of award and funds in the amount of $195,710 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)(1) – only one responsible source and no other supplies or services will satisfy agency requirements.   The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Fort Worth, Texas, was awarded $28,240,000 for modification P00001 to a previously awarded fixed-price-incentive-firm, cost-plus-incentive-fee contract (N00019-16-C-0004) for additional sustainment in support of Low Rate Initial Production Lot 10 F-35 Lightning II Joint Strike Fighter aircraft.  Support to be provided includes non-air vehicle spares, support equipment, Autonomic Logistics Information System hardware and software upgrades, supply chain management, full mission simulators and non-recurring engineering services for the U.S. Air Force and U.S. Navy.  Work will be performed in Orlando, Florida (79 percent); Redondo Beach, California (10 percent); Fort Worth, Texas (9 percent), and Samlesbury, United Kingdom (2 percent), and is expected to be completed July, 2022.  Fiscal 2014 aircraft procurement (Navy, Air Force) funding in the amount of $26,840,000 are being obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Navy ($22,340,000; 79 percent) and U.S Air Force ($5,900,000; 21 percent).  This contract was not competitively procured pursuant to 10 U.S.C. 2304c(1) and Federal Acquisition Regulation 6.302-1(a)(2).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.  (Awarded August 26, 2016)

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded $27,114,058 for firm-fixed-price delivery order 4039 against a previously issued basic ordering agreement (N00019-14-G-0004) for MH-60R unique configuration non-recurring engineering and interactive electronic technical manual development in support of the Government of Saudi Arabia under the Foreign Military Sales Program.  Work will be performed in Stratford, Connecticut, and is expected to be completed in December 2019.  Foreign military sales funds in the amount of $27,114,058 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.

Viktor Lenac Shipyard, Rijeka, Croatia, was awarded a $20,998,341 firm-fixed-price contract for a 179-day dry docking and overhaul of USS Mount Whitney (LCC-20).  This contract includes 14 options which, if exercised, would bring the total contract value to $31,921,042. Work will be performed in Rijeka, Croatia, and is expected to be completed by July 2017.  Working capital contract funds in the amount of $20,998,341 are obligated at the time of award, and will not expire at the end of the fiscal year.  This contract was procured under full and open competition via the Federal Business Opportunities website, with five offers received.  The U.S. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-16-R-4601).  (Awarded August 26, 2016)

Phoenix International Holdings Inc., San Diego, California, was awarded a $17,515,622 cost-plus-fixed-fee level-of-effort contract modification to previously awarded contract (N00024-14-C-4107) to exercise options for the management, engineering, technical and logistic support services required for the U.S. Navy’s domestic and international submarine programs.  Work will be performed in San Diego, California, and is expected to be completed by August 2017.  Fiscal 2016 operation and maintenance (Navy) funding in the amount of $3,554,100 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.  (Awarded August 26, 2016)

Huntington Ingalls Inc., Pascagoula, Mississippi, was awarded a $13,748,952 modification to previously awarded contract (N00024-14-C-2410) for LX(R) Amphibious Ship Replacement Program contract design engineering support.  LX(R) contract design efforts were previously awarded as an option under an LHA 8 contract (N00024-16-C-2427) and are being transferred and exercised under the existing LX(R) Early Industry Involvement contract for administrative purposes.  The LX(R) Amphibious Ship Replacement Program awarded early industry involvement contracts to two U.S. Shipyards (Huntington Ingalls Industries, Ingalls Shipbuilding Division and General Dynamics-NASSCO) that have the facilities and resources to build a large amphibious ship without major re-capitalization.  Ingalls will be required to perform design efforts, special studies, analyses, and reviews in support of the LX(R) Amphibious Ship Replacement Program Contract Design.  The tasking may include efforts related to systems engineering, marine engineering, naval architecture, cost estimating and computer modeling.   Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2017.  Fiscal 2016 research, development, testing and evaluation (Navy) funds in the amount of $7,107,000 will be obligated at the time of award and funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.  (Awarded August 26, 2016)

Peter Vander Werff Construction, Inc.,* El Cajon, California, is being awarded $13,250,000 for firm-fixed-price task order 0011 under a previously awarded multiple award construction contract (N62473-14-D-0039) for the construction of a Navy Operational Support Center at March Air Reserve Base.  The task order also contains a planned modification, which if issued, will increase the cumulative task order value to $14,202,225.  Work will be performed in Moreno Valley, California, and is expected to be completed by March 2018.  Fiscal 2014 military construction (Navy Reserve) contract funds in the amount of $13,250,000 are obligated on this award; of which $809,653 will expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, San Diego, California, is the contracting activity.

BAE Systems Southeast Shipyards Mayport LLC, Mayport, Florida, was awarded an $11,891,935 cost-plus-award-fee contract for the accomplishment of Post Shakedown Availability (PSA) for one Freedom variant Littoral Combat Ship.  The PSA encompasses all of the manpower, support services, material, non-standard equipment and associated technical data and documentation required to prepare for and accomplish the PSA.  The work to be performed will include correction of Government responsible trial card deficiencies, new work identified between custody transfer and the time of PSA, and incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the building yard’s responsibility under the ship construction contract.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $74,741,487.  Work will be performed in Mayport, Florida and is expected to be completed by March 2018.  Fiscal 2010 and 2016 shipbuilding and conversion (Navy) and fiscal 2016 other procurement (Navy) funding in the amount of $10,685,213 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 one offer received.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-2302).  (Awarded August 26, 2016)

Gilbane Federal, Concord, California, was awarded $9,937,987 for firm-fixed-price task order 0006 under a previously awarded multiple award construction contract (N39430-15-D-1634) for cleaning, inspecting, and repairing two fuel tanks at the Defense Fuel Support Point (DFSP) Hakozaki, Japan.  The work to be performed provides for the cleaning, out of service inspection, and repair of petroleum, oils and lubricant storage tanks 101 and 107.  Work will be performed in Hakozaki, Japan, and is expected to be completed by September 2018.  Fiscal 2016 defense working capital (Defense Logistics Agency) contract funds in the amount of $9,937,987 are obligated on this award and will not expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.  (Awarded August 26, 2016)

Noveome Biotherapeutics, Inc., Pittsburgh, Pennsylvania, was awarded a $9,655,000 cost-reimbursement (no fee) modification to a previously awarded contract (N62645-13-C-4014) to provide research and development services in support the Naval Medical Research Center’s cellular combat wound initiative within the current Statement of Work.  Work will be performed in Pittsburgh, Pennsylvania, and work is expected to be completed April 18, 2018.  Fiscal 2016 research, development, test, and evaluation funds in the amount of $9,655,000 will be obligated at the time of award and will not expire at the end of the current fiscal year.  This requirement was sole sourced, under the authority of Federal Acquisition Regulation 6.302-1 and 10 U.S.C. 2304 (c)(1), as Noveome Biotherapeutics, Inc. was deemed the only contractor able to perform services within the scope of the original contract.  The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity.  (Awarded August 26, 2016)

ManTech Advanced Systems International, Inc., Fairfax, Virginia, is being awarded an $8,016,900 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for engineering and technical support for reliability, maintainability, testability, quality assurance and diagnostic and system safety analyses during the design, development, production and in-service life cycles of all naval aircraft platforms and their systems.  Work will be performed in the Naval Air Station Patuxent River, Maryland (83 percent); West Palm Beach, Florida (13 percent) and at various installations within the United States (4 percent), and is expected to be completed in May 2017. No funds are being obligated at time of award.  Funds will be obligated against individual delivery orders as they are issued.  This contract was not competitively procured pursuant to 10 U.S.C. 2304(C)(1).  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-16-D-0011).

DEFENSE LOGISTICS AGENCY

Manson Products Co., Inc.,* Honolulu, Hawaii, has been awarded a maximum $21,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh fruits and vegetables for land and ship-based DoD customers and non DoD ship customers. This was a competitive acquisition with four responsesDefense_Logistics_Agency received. This is an 18-month base contract with two 18- month option periods. The maximum dollar amount is for the life of the contract. Location of performance is Hawaii, with a March 2, 2021 performance completion date. Using services are Army, Navy, Air Force, Marine Corps non-DoD ships 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 (SPE302-16-D-P007).

AIR FORCE

Ohio Aerospace Institute, Brook Park, Ohio, has been awarded a $13,057,778 cost-plus-fixed-fee contract for research and development. Contractor will provide integration of fluid dynamics, aerodynamics, physics, mathematics, and computer science to computationally simulate complex flows about canonical configurations as well as real-world applications, including current and future aerospace systems, weapons systems, subsystems and components. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Nov. 29, 2021. This award is the result of a competitive acquisition with three offers received. Fiscal356px-Seal_of_the_US_Air_Force.svg 2016 research, development, test and evaluation funds in the amount of $50,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the contracting activity. (FA8650-16-C-2644)

SDVE, LLC, Andalusia, Alabama, was awarded on June 8, 2016 a $9,800,000 indefinite-delivery/ indefinite-quantity contract for simplified acquisition of base engineering requirements. Contractor will provide simplified acquisition of base engineering requirements contract work including detailed task specifications that encompass most types of real property maintenance, repair, and minor construction work. Work will be performed at Arnold Air Force Base, Tennessee, and is expected to be complete by June 7, 2021. This award is the result of a competitive acquisition with seven offers received. Fiscal 2016 research, development, test and evaluation funds in the amount of $47,328 are being obligated at the time of award. Air Force Test Center, Arnold AFB, Tennessee, is the contracting activity. (FA9101-16-D-0001)

*Small business

bmg logo(R)2

BMG AD (fv)


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

CONTRACTS 

ARMY

The Boeing Co., Mesa, Arizona, was awarded a $488,076,762 modification (P00007) to foreign military sales (United Kingdom) contract W58RGZ-16-C-0023 for the remanufacture of 38 AH-64 Apache aircraft, and to procure three Longbow crew trainers and associated spares. Work will be performed in Mesa, Arizona, with an estimated completion date of May 31, 2024. Fiscal 2010 other funds in the amount of $488,076,762 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $90,885,550 modification (P0021) to contract W56HZV-15-D-0031 for Family of Heavy Tactical Vehicles recapitalized Palletized Load System 96 M1074A1, and 115 M1075A1. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Jan. 31, 2019. Fiscal 2017 other procurement (Army) funds in the amount of $90,885,550 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $79,576,597 modification (P0020) to contract W56HZV-15-D-0031 for Family of Heavy Tactical Vehicles recapitalized 63 M985A4 Heavy Expanded Mobility Tactical trucks; 45 M985E1A4 guided missile transporters; 61 M984A4 wreckers; 29 M983A4 wreckers; two M1120A4 wreckers; four M1074A1 Palletized Load Systems (PLS); eight M1075A1 PLSs; 42 new M1076A0 PLS trailers; and 61 M984A4 self-recovery winches. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Jan. 31, 2019. Fiscal 2015 and 2017 other procurement (Army) funds in the amount of $79,576,597 were obligated at the time of the award. U.S. Army Contracting Command, Warren Michigan, is the contracting activity.

Harper Construction Co., San Diego, California, was awarded a $69,067,750 firm-fixed-price contract for two-phase design-build for Combined Test Force Compound at Edwards Air Force Base, California; this project will restore four maintenance hangars, associated out buildings, as well as taxi and parking ramps. Bids were solicited via the Internet with three received. Work will be performed in Edwards Air Force Base, California, with an estimated completion date of May 30, 2019. Fiscal 2016 military construction funds in the amount of $69,067,750 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-17-C-0019).

L-3 Combat Propulsion Systems, Muskegon, Michigan, was awarded a $19,804,641 modification (P00035) to contract W56HZV-15-C-0119 for 98 Transmission Hydro-mechanically Propelled Transmission Operational Reliability HMPT 500 series transmission and required ancillary hardware; 45 transmission control modules, and 45 transmission electronically controlled cables.  Work will be performed in Muskegon, Michigan, with an estimated completion date of Dec. 31, 2018. Fiscal 2017 other funds in the amount of $19,804,641 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

Upstate Construction Services Inc.,* East Syracuse, New York, was awarded a $14,552,170 firm-fixed-price contract for constructing a Noncommission Officer’s Academy complex at Fort Drum, New York; the primary structure includes barrack area, automated classrooms, general purpose administration area organizational storage rooms, arms room, and an auditorium. Bids were solicited via the Internet with six received. Work will be performed in Fort Drum, New York, with an estimated completion date of Oct. 30, 2019. Fiscal 2016 military construction funds in the amount of $14,552,170 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-17-C-0008).

Catamount Constructors Inc., Lakewood, Colorado, was awarded a $9,917,272 firm-fixed-price contract for construction of an access control point at Fort McCoy, Wisconsin. Bids were solicited via the Internet with three received. Work will be performed in Fort McCoy, Wisconsin, with an estimated completion date of Nov. 12, 2018. Fiscal 2015 and 2017 military construction funds in the amount of $9,917,272 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-17-C-0018).

Tetra Tech Inc., Bellevue, Washington, was awarded a $9,500,000 firm-fixed-price contract for multi-discipline engineering and design services in support of Walla Walla District and Northwest Division, U.S. Army Corps of Engineers. Bids were solicited via the Internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of May 10, 2022. U.S. Army Corps of Engineers, Walla Walla, Washington, is the contracting activity (W912EF-17-D-0004).

The Mason and Hanger Group Inc., Lexington, Kentucky, was awarded an $8,000,000 firm-fixed-price contract for architect and engineering services for Army Reserve and other military projects within Great Lakes and Ohio River Division mission boundaries. Bids were solicited via the Internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of May 11, 2022. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-17-D-0025).

Great Lakes Dock and Dredge Co. LLC, Oak Brook, Illinois, was awarded a $7,726,190 firm-fixed-price contract for Atchafalaya River bay and bar channel dredging. Bids were solicited via the Internet with four received. Work will be performed in Morgan City, Louisiana, with an estimated completion date of Nov. 16, 2017. Fiscal 2014, 2016, and 2017 other funds in the amount of $7,726,190 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-17-C-0024). 

AIR FORCE

CACI Enterprise Solutions Inc., Chantilly, Virginia, has been awarded a $94,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for engineering services. Contractor will provide integration, updates and consolidation of computer-based test stations, test fixtures, test program sets, database repositories, analytical software tools, and associated network communication functions to resolve system obsolescence and performance issues. Work will be performed at Hill Air Force Base, Utah; and Chantilly, Virginia, and is expected to be complete by May 10, 2023. This award is the result of a competitive acquisition with three offers received. Fiscal 2017 working capital funds in the amount of $5,000 are being obligated at the time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8224-17-D-0005).

Raytheon Co. – Integrated Defense Systems, Woburn, Massachusetts, has been awarded a $52,686,179 fixed-price-incentive-firm engineering and manufacturing development (EMD) contract for Three-Dimensional Expeditionary Long-Range Radar (3DELRR) System. Contractor will provide EMD of three 3DELRR production representative units. Work will be performed at Andover, Massachusetts, and is expected to be complete by Nov. 30, 2020. This award is the result of a competitive acquisition with two offers received. Fiscal 2017 research, development, test, and evaluation funds in the amount of $5,500,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-17-C-0018).

NAVY

RQ-DPR JV, doing business as RQ-DPR Construction JV, Carlsbad, California, is being awarded a $16,818,250 firm-fixed-price contract for repair and renovation of unaccompanied housing Building 282 at Naval Support Activity, Hampton Roads Portsmouth Annex.  The work to be performed provides for the repair and renovation to help meet shared mobilization/2+0 standards and improve upon conditions from Q4 to Q1 in support of the elimination of Q4 bachelor quarters.  Under this contract, the contractor will be required to renovate and make upgrades such that all major building systems meet current code requirements and anti-terrorism/force-protection standards including redesigning of parking, new fire lane, upgraded electrical systems, floor supports, and replacing heating, ventilation and air conditioning systems.  Work will be performed in Portsmouth, Virginia, and is expected to be completed by December 2018.  Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $16,818,250 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 six proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-17-C-0334).

General Dynamics Information Technology Inc., Fairfax, Virginia, is being awarded a $13,600,000 ceiling-priced, indefinite-delivery/indefinite-quantity contract, resulting from solicitation N00189-16-R-0058, that will include terms and conditions for the placement of firm-fixed-price task orders to provide public affairs equipment and visual information systems support as required by the Navy Public Affairs Support Element Headquarters.  The contract will include a five-year base ordering period and six-month option period with the option at Federal Acquisition Regulation 52.217-8 – option to extend services.  Work will be performed in Norfolk, Virginia (91 percent); and San Diego, California (9 percent).  Work is expected to be completed by August 2022; if the option is exercised, work will continue through January 2023.  Fiscal 2017 operations and maintenance (Navy) funds in the amount of $3,000 will be obligated to fund the contract’s minimum amount 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 two offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk Contracting Department, Norfolk, Virginia, is the contracting activity (N00189-17-D-0013).

Insitu Inc., Bingen, Washington, is being awarded $8,049,709 for firm-fixed-price delivery order N0001917F4002 against a previously issued basic ordering agreement (N00019-15-G-0014) for the procurement of spare and sustainment parts required to maintain the RQ-21A Blackjack unmanned aerial system in support of Marine Corps fleet operations.  Work will be performed in Bingen, Washington, and is expected to be completed in November 2017.  Fiscal 2015, 2016 and 2017 procurement (Marine Corps) funding in the amount of $8,049,709 will be obligated at time of award, $1,174,705 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Patriot Shipping LLC, New Orleans, Louisiana, was awarded a $7,465,125 firm-fixed-price contract for a dry cargo time charter in support of Pacific Pathways 17-2.  Work will be performed on the West Coast, the southern Pacific Ocean, and the Far East, and is expected to be completed November 2017.  Transportation working capital funds in the amount of $7,465,125 were obligated and funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online and the Federal Business Opportunities websites, with five offers received.  The U.S. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.  (Awarded May 5, 2017) 

DEFENSE LOGISTICS AGENCY

The Boeing Co., Mesa, Arizona, has been awarded an estimated $7,023,568 firm-fixed-price, one-time buy contract for inertial boresight in support of the Apache weapon system. This was a limited competitive acquisition using justification from Federal Acquisition Regulation 6.302-1(a) (2), only one responsible source and no other supplies of services will satisfy the requirement. Location of performance is Arizona, with contract performance from Sept. 15, 2019, to Nov. 15, 2019. Using military service is Army. Type of appropriation is fiscal 2017 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPE4A1-14-G-0007 ZB34). 

*Small business


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

CONTRACTS

AIR FORCE

United Launch Services LLC, Centennial, Colorado, has been awarded a $208,140,481 modification (P00163) to previously awarded contract FA8811-13-C-0003 for launch vehicle production services. This is under the requirements contract terms of the Evolved Expendable Launch Vehicle (EELV) Phase I contract for contract terms of EELV launch capability. contractor will execute a requirement for fiscal 2017 for the launch vehicle configuration of an Atlas V 551, an additional solid rocket booster for an Atlas V 551, transportation, and incremental funding for ELC fiscal 17 option. This modification adds a pre-priced contract line item for the Atlas V 551 LV configuration. Work will be performed at Centennial, Colorado; Decatur, Alabama; and Cape Canaveral Air Force Station, Florida, and is expected to be complete by Sept. 30, 2019. Fiscal 2017 space procurement funds in the amount of $208,140,481 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Aerospace Engineering and Support, Ogden, Utah (FA8224-17-D-0005); AllSource Global Management, Sierra Vista, Arizona (FA8224-17-D-0006); SierTek, Beavercreek, Ohio (FA8224-17-D-0007); Young’s Engineering Services, Syracuse, Utah (FA8224-17-D-0008), have been awarded a combined, not-to-exceed $95,000,000 indefinite-delivery/indefinite-quantity contract for overhead production services. Contractors will provide business, management and production operations for depot maintenance to include planners, schedulers, production support technicians, production material technicians, analysts and other similar functions. Work will be performed at Hill Air Force Base, Utah; and Davis-Monthan Air Force Base, Arizona, and is expected to be complete by May 18, 2023. This award is the result of a competitive acquisition with eight offers received. Fiscal 2017 consolidated sustainment activity group – maintenance funds in the amount of $2,500 are being obligated to each contractor at the time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity.

L-3 Link Simulation and Training, Arlington, Texas, has been awarded a $13,946,359 modification (P00071) to previously awarded contract FA8621-13-C-6323 for Predator Mission Aircrew Training System (PMATS) Blue Box High Definition (BBHD) retrofit upgrade. Contractor will retrofit 26 fielded PMATS devices to the BBHD configuration. Work will be performed at Arlington, Texas, and is expected to be complete by Aug. 17, 2018. Fiscal 2015 missile procurement funds in the amount of $13,946,359 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Southwest Research Institute, San Antonio, Texas, has been awarded a not-to-exceed $13,139,976 cost-reimbursement (cost-plus-fixed-fee and cost-reimbursement-no-fee), indefinite-delivery/indefinite-quantity contract for engineering services in support of AN/ALQ-131 and AN/ALQ-184 electronic attack pods. Contractor will provide software test, software studies and analyses, software engineering, software support, test support, and system test and evaluation. Work will be performed at Robins Air Force Base, Georgia, and is expected to be complete by May 16, 2022. This award is the result of a sole-source acquisition. Fiscal 2017 operations and maintenance funds in the amount of $2,771,890 are being obligated at the time of award for the first task order. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8523-17-D-0003).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $137,834,819 modification to a previously awarded cost-plus-incentive-fee contract (N00019-14-C-0002) to provide additional funding for affordability-based cost reduction initiatives in support of low-rate initial production Lot 9 F-35 Lightening II Joint Strike Fighter.  Work will be performed in Fort Worth, Texas (30 percent); El Segundo, California (25 percent); Warton, United Kingdom (20 percent); Orlando, Florida (10 percent); Nashua, New Hampshire (5 percent); Nagoya, Japan (5 percent); and Baltimore, Maryland (5 percent), and is expected to be completed in December 2020.  Fiscal 2016 aircraft procurement (Air Force, Marine Corps, and Navy) funds in the amount of $137,834,819 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This modification combines purchases for the Air Force ($110,267,856; 80 percent); Marine Corps ($22,554,788; 16.4 percent); and the Navy ($5,012,175 (3.6 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Gentex Corp., Simpson, Pennsylvania, is being awarded a $51,422,600 firm-fixed-price, indefinite delivery/indefinite quantity contract for the purchase of up to a maximum 84,376 enhanced combat helmets and data reports.  Work will be performed in Simpson, Pennsylvania, and is expected to be complete by May 2022.  Fiscal 2017 operations and maintenance (Marine Corps) funds in the amount of $9,999,990 will be obligated on the first delivery order immediately following contract award and funds will expire the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with three offers received.  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-17-D-1221).

General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded a $32,700,000 cost-plus-fixed-fee modification under a previously awarded contract (N00024-13-C-2128) for continued design support requirements for Columbia Class Submarine (formerly known as the Ohio Replacement).  This contract includes shipbuilder and vendor technology development; engineering integration; concept design studies; cost reduction initiatives using a design for affordability process; and full-scale prototype manufacturing and assembly.  Additionally, this contract provides for engineering analysis, should-cost evaluations, and technology development and integration efforts.  Work will be performed in Groton, Connecticut (91 percent); Newport News, Virginia (7 percent); Quonset, Rhode Island (1 percent); and Bath, Maine (1 percent), and is expected to be completed by June 2017.  Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $32,700,000 will be obligated at time of award and contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

L3 Computer Sciences Corp., Millersville, Maryland, is being awarded a $13,592,178 fixed-price-incentive firm undefinitized contract action modification to a previously awarded contract (N00024-15-C-6275) to exercise an option for the procurement of six TB-29A compact towed array production representative units.  Work will be performed in Millersville, Maryland (41 percent); Liverpool, New York (38 percent); and Ashaway, Rhode Island (21 percent), and is expected to be completed by September 2018.  Fiscal 2016 other procurement (Navy) funding in the amount of $13,592,178 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.

Lockheed Martin Corp., Rotary and Mission Systems, Manassas, Virginia, is being awarded an $11,029,399 cost-plus-incentive-fee, cost modification to a previously awarded contract (N00024-11-C-6294) for the accomplishment of engineering services under the Acoustic Rapid Commercial-Off-The-Shelf Insertion System program.  This contract involves foreign military sales (FMS) to Canada (100 percent).  Work will be performed in Manassas, Virginia (80 percent); and Dartmouth, Canada (20 percent), and is expected to be completed by December 2017.  FMS funding in the amount $2,066,150 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 Navy Yard, Washington, District of Columbia, is the contracting activity.

Raytheon Co., El Segundo, California, is being awarded $7,183,792 for firm-fixed-price delivery order 0009 under a previously awarded basic ordering agreement (N00383-15-G-003H) for the repair of nine multi-functional antenna assemblies used in support of the F-18 Active Electronically Scanned Array Radar System.  Work will be performed in Forest, Mississippi, and is expected to be completed by Dec. 2018.  Fiscal 2015 aircraft procurement (Navy) in the amount of $7,183,792 will be obligated at time of award, and funds will expire at the end of the current fiscal year.  This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304(C)(1), and Federal Acquisition Regulation 6.302-1.  The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

MISSILE DEFENSE AGENCY

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $20,000,000 modification (P00246) to a previously awarded cost-plus-award-fee, cost-plus-incentive-fee contract HQ0276-10-C-0001 to exercise option contract line item number (CLIN) 0110.  This modification increases the total cumulative contract value to $2,530,887,742 from $2,510,887,742.  Under this modification, the contractor will provide support of advanced concept initiatives by the Aegis Ballistic Missile Defense (ABMD) Program Office to identify technology for introduction into present and future ABMD baselines and upgrades.  The work will be performed in Moorestown, New Jersey, with an expected completion date of Oct. 27, 2019.  Fiscal 2017 research, development, test and evaluation funds in the amount of $3,000,000 for CLIN 0110 will be obligated at the time of award, and will expire at the end of the current fiscal year.  The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

ARMY

Accenture Federal Services, Arlington, Virginia, was awarded a $59,459,062 modification (D00397) to contract N00104-04-A-ZF12 for maintenance and operations of the General Fund Enterprise Business System year-end activities, baseline delivery, and release delivery. Work will be performed in Arlington, Virginia, with an estimated completion date of July 31, 2017. Fiscal 2017 operations and maintenance (Army) funds in the amount of $3,096,426 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

MOCA Systems,* Newton, Massachusetts, was awarded a $25,000,000 firm-fixed-price contract for cost engineering services in support of U.S. Army Corps of Engineers’ nationwide cost engineering projects. Bids were solicited via the Internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of May 18, 2022. U.S. Army Corps of Engineers, Walla Walla, Washington, is the contracting activity (W912EF-17-D-0012).

*Small business

 


BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACT

$
0
0

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

CONTRACTS

ARMY

Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $212,032,488 modification (P000035) to contract W91RUS-13-C-0006 for support of communications equipment and information systems under the purview of the Network Enterprise Technology Command (Army), 160th Signal Brigade and its subordinate units in the Southwest Asia Theater of Operations. Work will be performed in Kuwait, Qatar, Afghanistan, Iraq, Bahrain, United Arab Emirates, and Jordan, with an estimated completion date of May 31, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $212,032,488 were obligated at the time of the award. U.S. Army Contracting Command, Fort Huachuca, Arizona, is the contracting activity.

Northrop Grumman Technical Services, Herndon, Virginia, was awarded a $39,098,906 modification (P00083) to contract W911S0-11-C-0014 to support the collective training of Army units in accordance with the Army Force Generation process. Work will be performed in Fort Leavenworth, Kansas, with an estimated completion date of Nov. 30, 2017. Fiscal 2017 operations and maintenance (Army) funds in the amount of $39,098,906 were obligated at the time of the award. U.S. Army Contracting Command, Fort Eustis, Virginia, is the contracting activity.

Structural Associates Inc.,* East Syracuse, New York, was awarded a $23,170,900 firm-fixed-price contract for Hydrant Fuel System installation at Dover Air Force Base, Delaware. Bids were solicited via the Internet with two received. Work will be performed in Dover, Delaware, with an estimated completion date of May 7, 2020. Fiscal 2016 operations and maintenance (Army) funds in the amount of $23,170,900 were obligated at the time of the award. U.S Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-17-C-0016).

DEFENSE HEALTH AGENCY

OptumHealth Care Solutions LLC, Eden Prairie, Minnesota, was awarded a $200,497,921 firm-fixed-price contract (HT0011-17-C-0017) for Global Nurse Advice Line services. The Global Nurse Advice Line is a continued service to some Military Health System eligible beneficiaries and will encompass both the current continental U.S. and outside the continental U.S. Nurse Advice Line contracted services.  The Global Nurse Advice Line provides access to telehealth registered nurses for triage services, self-care advice, and general health inquiries 24 hours a day, seven days a week.  It will also offer customer service and care coordination services to include provider locator support, specified military treatment facility appointing services, urgent care referral submissions, and customized transfers to support the treatment facilities capability for eligible beneficiaries.  Work will be performed at various locations in the continental U.S. and outside the continental U.S. with an estimated completion date (assuming the government exercises all available contract options) of June 11, 2022.  Fiscal 2017 operations and maintenance funds in the amount of $9,166,870 are obligated for this award for the six-month implementation period. This contract was competitively procured on Federal Business Opportunities as unrestricted in accordance with Federal Acquisition Regulation part 15, contract by negotiations, with four proposals received. The Defense Health Agency, Contract Operations, Falls Church, Virginia, is the contracting activity.

AIR FORCE

FlightSafety Services Corp., Centennial, Colorado, has been awarded a $33,258,924 option (P00013) to previously awarded contract FA8621-13-C-6247 for KC-46 aircrew training system production year two. Modification includes an additional two weapon system trainers, two boom operator trainers, one fuselage trainer, two pilot part task trainers, additional learning management system workstations and fuselage trainer support equipment. Work will be performed at Broken Arrow, Oklahoma, and is expected to be complete by March 31, 2019. Fiscal 2016 purchasing and procurement funds in the amount of $33,258,924 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Pride Industries, Roseville, California, has been awarded a $17,832,110 firm-fixed-price contract for base operations services. Contractor will provide operation and maintenance of facilities, roads and grounds, equipment and water distribution system in support of installation activities. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be complete by May 31, 2018. This award is the result of a sole-source acquisition.  Fiscal 2017 operations and maintenance funds in the amount of $1,515,508 are being obligated at the time of award. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity (FA4484-17-D-0005).

NAVY

Science Applications International Corp., McLean, Virginia, is being awarded a $30,000,000 ceiling increase to a previously awarded indefinitely-delivery/indefinite-quantity contract (M67485-14-D-4802) for a one-year ordering extension.  The requirements under this contract are to provide post deployment software support, engineering change proposals, and software upgrades for the portfolio of information technology systems for the Marine Corps System Command Program Manager, Total Force Information Technology Systems.  With the increase the contract now has a ceiling amount of $79,000,000.  Work will be performed in Quantico, Virginia.  The extension of the ordering period will be from Aug. 15, 2017, through Aug. 14, 2018.  No funds will be obligated at the time of award and subsequent funding will be obligated on future task orders as they are issued.  This contract was awarded as a sole-source in accordance with 10 U.S. Code 2304(c)(1).  Marine Corps System Command, Quantico, Virginia, is the contracting activity.

Dowty Propellers, Sterling, Virginia, is being awarded a $52,574,370 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide propeller, engineering, reliability, and logistics sustainment for the R391 propeller system on the KC-130J aircraft for the Marine Corps and the government of Kuwait.  Work will be performed in Sterling, Virginia (73 percent); Iwakuni, Japan (6 percent); Cherry Point, North Carolina (6 percent); Miramar, California (6 percent); Fort Worth, Texas (3 percent); Al Mubarak Airbase, Kuwait (2 percent); Newburg, New York (2 percent); and Cheltenham, United Kingdom (2 percent), and is expected to be completed in May 2022.  No funds will be obligated at time of award; funds will be obligated against individual delivery orders as they are issued.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  This contract combines purchases for the Marine Corps ($48,120,982; 91.5 percent); and the government of Kuwait ($4,453,388; 8.5 percent), under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-17-D-0089).

Lockheed Martin Space Systems Co., Sunnyvale, California is being awarded $43,876,458 for cost-plus-incentive-fee, cost-plus-fixed-fee modification P00025 under a previously awarded contract (N00030-15-C-0100) in support of the Trident II (D5) missile production and D5 deployed systems support.  Work will be performed in Sunnyvale, California (36.26 percent); Cape Canaveral, Florida (33.43 percent); Kings Bay, Georgia (10.54 percent); Silverdale, Washington (9.28 percent); Magna, Utah (4.98 percent); Palo Alto, California (1.18 percent); Poulsbo, Washington (1.06 percent); Gainesville, Virginia (0.60 percent); Elkton, Maryland (0.35 percent); Baltimore, Maryland (0.21 percent); Atlanta, Georgia (0.18 percent); and other various locations (less than 0.10 percent each, 1.93 percent total).  Work is expected to be completed by Sept. 30, 2017.  Fiscal 2017 operations and maintenance (Navy) funds in the amount of $43,876,458 are being obligated at the time of award and will expire at the end of the current fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $19,846,828 for cost-plus-fixed-fee modification to delivery order N0001917F0108, issued previously against basic ordering agreement N00019-14-G-0020.  This modification procures work on the aircraft memory system and panoramic cockpit display in order to alleviate diminishing manufacturing sources constraints projected under F-35 production Lot 15 for the Air Force ($7,938,730; 40 percent); Navy ($3,969,366; 20 percent); Marine Corps ($3,969,366; 20 percent); and international partners ($3,969,366; 20 percent).  Work will be performed in Fort Worth, Texas, and is expected to be completed in March 2019.  Fiscal 2016 research, development, test and evaluation (Air Force, Navy, Marine Corps); and international partners funds in the amount of $2,661,064 are being obligated on this award, $2,128,000 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity

Raytheon Integrated Defense Systems, Portsmouth, Rhode Island, is being awarded a $10,957,861 firm-fixed-price, cost-plus-fixed-fee contract to fabricate, assemble, test and deliver low-rate initial production Airborne Mine Neutralization Systems (AMNS) and engineering services and support.  The AMNS will explosively neutralize bottom and moored mines using an expendable mine neutralizer device.  The system will be deployed from the MH-60 helicopter as part of the Littoral Combat Ship mine countermeasures mission module.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $58,123,265.  Work will be performed in Portsmouth, Rhode Island, and is expected to be completed by May 2019.  Fiscal 2015, 2016 and 2017 other procurement (Navy) funding in the amount of $10,072,964 will be obligated at the time of award and will not 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).  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-17-C-6305).

DEFENSE FINANCE AND ACCOUNTING SERVICES

PricewaterhouseCoopers Public Sector LLP, McLean, Virginia, has been awarded a not-to-exceed  $16,086,144 modification, P00007, to a previously awarded contract (HQ0423-15-F-5002) for audit readiness, audit liaison, and systems support (ARALSS) for the Office of the Under Secretary of Defense (Comptroller).  This modification exercises option year two with a period of performance of May 26, 2017, through May 25, 2018.  The modification brings the total cumulative face value of the contract to $39,479,981 from $23,393,837.  Work will be performed at the Pentagon; and in remote locations within the National Capital Region, with an expected completion date of May 25, 2018.  Defense-wide operations and maintenance funds in the amount of $16,086,144 are being obligated at time of award. The Defense Finance and Accounting Service in Columbus, Ohio, is the contracting activity.

*Small business



BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

CONTRACTS

U.S SPECIAL OPERATIONS COMMAND

Harris Corp., RF Communications, Rochester, New York, has been awarded an indefinite-delivery/indefinite-quantity contract with a $255,000,000 maximum ceiling value to provide the Special Operations Forces Tactical Communications Next Generation Manpack (STC NGMP) Radio system in support of U.S. Special Operations Command to conduct a Capital Equipment Replacement Program, replacing legacy manpack radios such as the AN/PRC-117F and AN/PRC-117G.  The STC NGMP will provide Special Operations Forces teams with the ability to communicate utilizing a two-channel manpack radio.  The NGMP will provide a capability to receive and distribute intelligence, surveillance and reconnaissance data in the form of full motion video, and support simultaneous dual channel line of sight and/or beyond line of sight operation utilizing legacy, and advanced waveforms.  The majority of the work will be performed at the contractor’s location in Rochester, New York, and is expected to be completed by June 2023. Fiscal 2017 procurement funds in the amount of $1,050,000 are being obligated at time of award.  This contract was competitively awarded using Federal Acquisition Regulation Part 15 procedures and one proposal was received. U.S. Special Operations Command, Tampa, Florida, is the contracting activity (H92222-17-D-0021). 

AIR FORCE

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, has been awarded a $108,322,712 single award, fixed-price-incentive-firm and firm-fixed-price contract for Advanced Radar Threat System Variant 2 (ARTS-V2). Contractor will provide the development and test of an ARTS-V2 production representative article and options to produce up to 20 systems. Work will be performed at Grand Prairie, Texas; Syracuse, New York; Orlando, Florida; Palmdale, California; Colorado Springs, Colorado; Newark, California; Northridge, California; Batavia, Ohio; Clintonville, Wisconsin; Huntsville, Alabama; Austin, Texas; San Luis, California; Atlanta, Georgia; Middletown, Rhode Island; Virginia Beach, Virginia; Scottsdale, Arizona; and Tallman, New York. Work is expected to be complete by June 30, 2027. This award is the result of a competitive acquisition with two offers received. Fiscal 2017 research, development, test, and evaluation funds in the amount of $24,700,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8210-17-C-0001).

MRM Construction Services Inc, Phoenix, Arizona, has been awarded a $46,000,000 indefinite-delivery/indefinite-quantity contract for base and airfield paving services. Contractor will provide repair, alteration, maintenance and new construction of roads, parking lots and airfield taxiways, runways and aircraft parking areas including markings and rubber removal from runways. Work will be performed at Luke Air Force Base, Arizona; Gila Bend Auxiliary Air Field, Arizona; and Barry M. Goldwater Range, Arizona, and is expected to be complete by June 11, 2022. This award is the result of a competitive acquisition with four offers received. Fiscal 2017 operations and maintenance funds in the amount of $68,633 are being obligated at the time of award. The 56th Contracting Squadron, Luke Air Force Base, Arizona, is the contracting activity (F4886-17-D-0003).

NAVY

Spalding Consulting Inc.,* Lexington Park, Maryland, is being awarded a $59,332,822 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 Division.  Services to be provided include technical, systems engineering, project management, organizational management, administrative and acquisition support.  Work will be performed in St. Inigoes, Maryland.  The ordering period is expected to be completed in September 2022.  No funds are being obligated; funds will be obligated on individual orders as they are issued.  This contract was competitively procured via an electronic request for proposals; two offers were received.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-17-D-0035).

Moog Inc., Elma, New York, is being awarded a $49,978,647 five-year indefinite-delivery/indefinite-quantity, firm-fixed-price requirements contract for the repair of 26 items in support of the F-18 aircraft.  Work will be performed in Torrance, California (45 percent); San Diego, California (25 percent); Jacksonville, Florida (25 percent); and Elma, New York (5 percent). Work is expected to be completed by June 2022.  No funds will be obligated at the time of award. Fiscal 2017 working capital funds (Navy) will be provided through individual delivery orders, none of which will expire at the end of the current fiscal year. This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304(C)(1), and Federal Acquisition Regulation 6.302-1. The requirement was posted to the Federal Business Opportunities website, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-17-D-BH01).

Electric Boat Corp., Groton, Connecticut, is being awarded a $25,100,000 cost-plus-fixed-fee modification to a previously awarded contract (N00024-17-C-2100) for additional Long Lead Time Material (LLTM) associated with fiscal 2019 Virginia Class Submarine (SSNs 802 and 803).  This contract provides LLTM for steam and electric plant components, the main propulsion unit efforts and ship service turbine generator efforts, and miscellaneous hull, mechanical and electrical system components.  Work will be performed in Coatesville, Pennsylvania (19 percent); Spring Grove, Illinois (15 percent); Windsor Locks, Connecticut (15 percent); Bethlehem, Pennsylvania (9 percent); Manchester, New Hampshire (6 percent); Jacksonville, Florida (6 percent); Groton, Connecticut/Quonset Point, Rhode Island (5 percent); Manassas, Virginia (3 percent); Monroe, North Carolina (3 percent); Newport News, Virginia (2 percent); South Windham, Connecticut (2 percent); and other efforts performed at various sites in the U.S. (15 percent) and is expected to be completed by January 2018.  Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $25,100,000 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.

Lyme Computer Systems, Lyme, New Hampshire, is being awarded a $10,561,225 firm-fixed-price, indefinite-delivery/indefinite-quantity supplies contract for industrial-grade networking hardware and components manufactured by Siemens/Ruggedcom in support of hull, mechanical and electrical networks installed onboard various ship classes and land-based test sites.  Supplies will be delivered to Philadelphia, Pennsylvania, and work is expected to be completed by June 2020.  Fiscal 2017 other procurement (Navy) funds in the amount of $224,675 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 via the Federal Business Opportunities website, with two proposals received.  The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-17-D-0002).

Insitu Inc., Bingen, Washington, is being awarded $8,029,090 for modification P00008 to a previously awarded firm-fixed-price contract (N00019-16-C-0054) to exercise an option for the procurement of one full rate production Lot I RQ-21A Blackjack Unmanned Aircraft Systems (UAS) for the Marine Corps.  The UAS consists of air vehicles, ground control stations, launch and recovery equipment, air vehicle support equipment kit, and systems engineering and program management.  Work will be performed in Bingen, Washington (70 percent); and Hood River, Oregon (30 percent), and is expected to be completed in January 2018.  Fiscal 2017 aircraft procurement (Marine Corps) funds in the amount $8,029,090 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.

ARMY

WMR-532 LLC, Decatur, Alabama, was awarded a $46,000,000 firm-fixed-priced contract for operation, maintenance and technical support for the U.S. Army Corps of Engineers and Joint Airborne Lidar Bathymetry Technical Center of Expertise. Bids were solicited via the Internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of June 11, 2022. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-17-D-0068).

DEFENSE THREAT REDUCTION AGENCY

Chimera Enterprises International Inc.,* Edgewood, Maryland, was awarded a cost-plus-fixed-fee, single award, indefinite-delivery/indefinite-quantity contract (HDTRA117D0002) with a five-year ordering period and a contract maximum of $45,000,000 for advisory and assistance services (A&AS). This contract provides non-personal services and technical support services to the Defense Threat Reduction Agency (DTRA) Operations, Readiness, and Exercises Directorate.  The overall tasks include supporting researching, planning, designing, developing, implementing, integrating, applying, and developing transitioning capabilities dealing with weapons of mass destruction  to DTRA and its customers.  Work will be performed at DTRA Headquarters (DTRA-HQ), Fort Belvoir, Virginia, with an expected completion date of June 11, 2022.  Task Order 0001 (full task order number to be determined after contract award, on the same day) will be issued on or around June 12, 2017 for A&AS for the operations, readiness, and exercises; building partnerships; Chemical, Biological, Radiological and Nuclear (CBRN) Preparedness Program; and the CBRN Military Advisory Teams  Support.  Fiscal 2017 operations and maintenance funds in the amount of $1,824,196 are being obligated on task order 0001 at time of award.  This task order will be incrementally funded.  This contract was a competed as a total small business set-aside acquisition and six offers were received.  DTRA-HQ, Fort Belvoir, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

M&M Manufacturing LLC,* Lajas, Puerto Rico, has been awarded a maximum $25,552,591 modification (P00129) exercising the third one-year option of a one-year base contract (SPE1C1-14-D-1048) with four one-year option periods for various types of Navy working uniform blouses and trousers. The modification brings the maximum dollar value of the contract to $61,761,001 from $36,208,410. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico, with a Dec. 31, 2018, performance completion date. Using customer is Navy. Types of appropriation are fiscal 2017 through 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

King Nutronics,* Woodland Hills, California, has been awarded a maximum $20,631,188 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacture and supply of heavy-duty pressure calibrators. This is a three-year base contract with two one-year option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1) from the Federal Acquisition Regulation 6.302-1, only one responsible source and no other suppliers or services will satisfy agency requirements. Location of performance is California, with a June 11, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2017 through 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-17-D-CG01).

*Small business


Viewing all 149 articles
Browse latest View live