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

BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $311,399,980 contract for undefinitized delivery order 5503 against a previously issued basic ordering agreement (N00019-14-G-0020) for the F-35 Lighting II Block 3F upgrade for the Air Force, Marine Corps, Navy, and the government of the United Kingdom.  This order procures retrofit modification hardware necessary for the Block 3F upgrades, as well as engineering tasks supporting600px-US-DeptOfNavy-Seal.svg modification kit installation.  Work will be performed in Fort Worth, Texas (90 percent); and Baltimore, Maryland (10 percent), and is expected to be completed in September 2021.  Fiscal 2014 aircraft procurement (Marine Corps, and Air Force); fiscal 2015 aircraft procurement (Navy, Marine Corps, and Air Force); fiscal 2015 research, development, test and evaluation (Navy, Marine Corps, and Air Force); and Joint Strike Fighter Partner funds in the amount of $84,064,987 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract combines purchase for the Air Force ($142,699,986; 46 percent); Marine Corps ($86,199,996; 27 percent); Navy ($61,000,000; 20 percent); and the government of the United Kingdom $21,499,998; 7 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Identity Theft Guard Solutions LLC, doing business as ID Experts*, Portland, Oregon, is being awarded a $133,263,550 firm-fixed-price contract for commercially available data breach recovery services in response to the Office of Personnel Management (OPM) data breach affecting 21.5 million individuals. Data breach recovery services include credit and identity monitoring services, identity theft insurance, identity restoration services, as well as website services and call center services. These services will be offered to individuals impacted by the OPM background investigation records cyber incident. This contract includes options which, if exercised, would bring the cumulative value of this contract to $329,825,588. Work will be performed in Portland, Oregon and is expected to complete in December 2018 if all options are exercised. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $133,263,550 will be obligated at time of award. Contract funds in the amount of $133,263,550 will expire at the end of the current fiscal year. This contract was competitively procured via the General Services Administration’s electronic request-for-quote system, eBuy, with five offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-F-2123).

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $109,436,020 modification to previously awarded contract N00024-15-C-2105 to exercise options for engineering, technical, design, configuration management, integrated logistics support, database management, research and development, modernization, and industrial support for nuclear submarines.  This contract provides support for Los Angeles-, Seawolf-, Virginia-, and Ohio-class submarines; special mission submersible interfaces; submarine support facilities; as well as potential foreign military sales programs.  Work will be performed in Newport News, Virginia, and is expected to be completed by September 2017.  Fiscal 2015 other procurement (Navy) funding in the amount of $8,555,061 will be obligated at the time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Austin Brockenbrough and Associates LLP,* Richmond, Virginia (N39430-15-D-1676); Argus Consulting Inc.,* Leawood, Kansas (N39430-15-D-1677); Enterprise Engineering Inc.,* Anchorage, Alaska (N39430-15-D-1678); GTP Consulting Engineers Inc.,* Duluth, Georgia (N39430-15-D-1679); Robert and Co.,* Atlanta, Georgia (N39430-15-D-1680); Burns and McDonnell Engineering Co. Inc., Kansas City, Missouri (N39430-15-D-1696); Enterprise-Brockenbrough JV LLC,* Anchorage, Alaska (N39430-15-D-1697); and Pond and Co., Norcross, Georgia (N39430-15-D-1698), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for engineering and design services for petroleum, oils, and lubricants (POL) systems, and supporting facilities at various Navy and Marine Corps installations  worldwide.  The maximum dollar value including the base period and four option years for all eight contracts combined is $99,000,000.  The work to be performed provides for the preparation of design-build request for proposals, cost estimates and planning documents; fully designed plans and specifications; preparation of reports, evaluations, studies or analyses on any or all components of a POL system and its support facilities, and related site visits/investigations; and integrity assessments that include American Petroleum Institute inspection and/or testing of storage tanks, pipelines, pressure vessels, pumps, control systems, all associated fuel equipment and electrical systems supplying POL equipment and ancillary support facilities.  Work will be performed at various Navy and Marine Corps installations within the Naval Facilities Engineering Command’s area of responsibility worldwide.  The term of the contract is not to exceed 60 months, with an expected completion date of August 2020.  Fiscal 2015 defense working capital funds in the amount of $40,000 are obligated on this 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 12 proposals received.  These eight contractors may compete for task orders under the terms and conditions of the awarded contract.  No task orders are being issued at this time.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

AMSEC LLC, Virginia Beach, Virginia (N00189-15-D-0031); Life Cycle Engineering, Charleston, South Carolina (N00189-15-D-0032); and URS Federal Services Inc., Germantown, Maryland (N00189-15-D-0033), are being awarded a combined $83,795,876 multiple task order, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity multiple award contract for services that include hull mechanical and electrical engineering, analytical, logistics, and technical support to Navy ships on behalf of Mid-Atlantic Regional Maintenance Center.  Each contract includes a 12-month base period and one one-year option period.   These three contractors shall compete for task orders under the terms and conditions of the awarded contract.  Work will be performed in Norfolk, Virginia (75 percent); other sites in the U.S. (San Diego, California; Mayport, Florida; Pascagoula, Mississippi; Groton, Connecticut; Bremerton, Washington; and Pearl Harbor, Hawaii) (20 percent); and out of the continental U.S. (Spain; Italy; Bahrain; United Arab Emirates; and Guam) (5 percent).  Work is expected to be completed by September 2016. If all options are exercised, work will be completed by September 2017.  Fiscal 2015 operation and maintenance (Navy) funds in the amount of $40,000 will be obligated evenly among the three 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 Navy Electronic Commerce On-line and Federal Business Opportunities websites, with four offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk, Virginia, is the contracting activity.

Nan Inc., Honolulu, Hawaii, is being awarded a $41,850,962 firm-fixed-price contract for construction and renovations of the facilities for the Marine Unmanned Aerial Vehicle Squadron; Marine Wing Support Detachment; and CH53E helicopter squadron at the Marine Corps Base Hawaii.  The work to be performed provides for the construction of an automobile organizational shop with steel framed structures with shallow foundation system, concrete exterior walls and composite roof structure with fluid-applied roof coating, jib crane and wash racks with concrete framed storage and water recycling building.  The project will also construct a weight handling equipment shop with steel framed structure, shallow foundation system, concrete exterior wall and composite roof structure with fluid-applied roof coating.  Project includes the modernization of administrative and automobile organizational shop maintenance and administrative spaces within Building 373; improvement to Hangar 102 including modernization of the existing two-story administrative spaces and creation of secure spaces; improvements to Building 271 to include modernization of general and climate controlled storage and administrative spaces; and improvements of administrative spaces within Buildings 388, 3085 and 6082.  The contract also contains one unexercised option, which if exercised, would increase cumulative contract value to an estimated $43,798,712.  Work will be performed in Kaneohe Bay, Hawaii, and is expected to be completed by August 2018.  Fiscal 2011 and fiscal 2015 military construction, (Navy) contract funds in the amount of $41,850,962 are being obligated on this award; of which $13,313,500 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received.  The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-15-C-1305).

Sippican/GSM Submarine Antenna JV, Marion, Massachusetts, is being awarded a not-to-exceed $30,890,543 cost-plus-incentive-fee, cost-plus-fixed-fee, firm-fixed-price letter contract for the development of an OE-538B antenna upgrade and procurement of OE-538 and OE-538A antennas, provisioning items and engineering services. The contract provides for existing and upgraded capabilities to the OE-538 antenna system. The OE-538 antenna system is a single-service (submarine-unique), mast-mounted, multi-function antenna system that provides a radio frequency communication capability in the very low frequency to ultra high frequency; and identification, friend or foe and Global Positioning System (GPS) capabilities for all submarine classes. The OE-538A antenna system is a modified OE-538 antenna system with added capabilities to support Mobile Users Objective Systems Tactical Data Link via Link 16 and iridium capabilities. The OE-538B antenna system will be a modified OE-538A antenna system with added capabilities to support the requirements for anti-jam and GPS military-coded capabilities.  This contract includes options, which if exercised, would bring the cumulative not-to-exceed value of this contract to an estimated $68,900,772.  Work will be performed in Marion, Massachusetts, and is expected to be completed by Aug. 30, 2018. If all options are exercised, work could continue until December 2020.  Fiscal 2014 and 2015 shipbuilding and conversion (Navy); and fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $9,082,879 will be placed on the contract and obligated at the time of award.  The contract funds 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) – only one responsible source and no other supplies or services will satisfy agency requirements (Federal Acquisition Regulation Subpart 6.302-1).   The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-15-C-0225).

General Electric Aviation, Cincinnati, Ohio, is being awarded $29,283,964 for task order M801 against a previously awarded indefinite-delivery/indefinite-quantity contract (N00014-10-D-0010) for thermal management and advanced controls design and development programs efforts in support of the Variable Cycle Advanced Technology Phase II, Technology Development for the next generation of engines.  Work will be performed in Evendale, Ohio, and is expected to be completed in September 2019.  Fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $3,501,500 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.

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $15,000,000 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for lifecycle management and technical services in support of the Tomahawk cruise missile depot facility.  This contract includes Tomahawk depot maintenance, system test operations, foreign military sales maintenance, spares and repairs and associated support requirements for the Navy ($14,700,000; 98 percent) and the United Kingdom ($300,000; 2 percent).  Work will be performed in Tucson, Arizona, and is expected to be completed in August 2017.  Fiscal 2015 operations and maintenance (Navy) and foreign military sales funds in the amount of $4,795, 889 will be obligated at time of award, $4,692,788 of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-D-0031).

WEB LLC,* Springfield, Virginia, is being awarded $8,693,000 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N69450-15-D-0612) for construction of a Visitor’s Quarters Navy Gateway Inns and Suites facility at Naval Air Station Joint Reserve Base, Belle Chasse.  The work to be performed provides for construction of a new two-story structure, steel frame with brick veneer and a standing seam metal roof.  Facility systems will include:  heating, ventilation and air conditioning, electrical, cable television, internet access, connection to the base central fire alarm system, an automatic fire sprinkler and a mass notification system.  Work will be performed in New Orleans, Louisiana, and is expected to be completed by March 2017.  Fiscal 2011 and 2013 military construction, (Navy Reserve) contract funds in the amount of $8,693,000 are obligated on this award and $2,261,116 will expire at the end of the current fiscal year.  Seven proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

600px-US-TRANSCOM-Emblem.svgU.S. TRANSPORTATION COMMAND

Three companies are each being awarded an estimated $51,040,549 first option-year modification P00004 under an indefinite-delivery/indefinite-quantity, fixed-price, economic-price-adjustment contract for Total Delivery Services (TDS) international commercial air express package delivery service.  The three companies are:  Alaska Airlines Inc., Seattle, Washington (HTC711-15-D-C001); National Air Cargo Group Inc., Orlando, Florida (HTC711-15-D-C003); and Polar Air Cargo, Purchase, New York (HTC711-15-D-C004). For these companies, the modification brings the total cumulative face value of the contract to $121,627,343 from $70,586,794.  In addition, two companies have each been awarded an estimated $166,849,291 first option-year modification P00004 under this contract modification for international and domestic commercial air express package delivery service.  The companies are: Federal Express Corp., Memphis, Tennessee (HTC711-15-D-C002); and United Parcel Service Co., Louisville, Kentucky (HTC711-15-D-C005).  For these companies, the modification brings the total cumulative face value of the contract to $349,872,698 from $183,023,407.  Work will be performed worldwide as specified on each individual order and is expected to be completed Sept. 30, 2016.  Funds will be obligated through decentralized orders.  The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Oregon Freeze Dry Inc.,* Albany, Oregon, has been awarded a maximum $38,896,200 fixed-price with economic-price-adjustment contract for boil-in-bag dehydrated egg mix for Unitized Group Ration Heat and Serve and Unitized Group Ration M programs. This was a competitive acquisition with one response received. This is a five-year base contract with no option periods. Locations of performance areDefense_Logistics_Agency Oregon, with an Aug. 31, 2020, performance completion date. Using services are Army, Navy, and Marine Corps. 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 (SPE3S1-15-D-Z207).

Avfuel Corp.,* Ann Arbor, Michigan, has been awarded a maximum $6,674,754 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with one response received. This is a four-year base contract with no option periods. Locations of performance are Michigan and New Mexico, with a March 31, 2019, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-D-0006).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Pride Industries, Roseville, California, has been awarded an $18,400,000 fixed-price contract for base operations maintenance services. Contractor will provide all resources and management necessary to perform operation and maintenance services in support of installation activities for Joint Base McGuire-Dix-Lakehurst, New Jersey. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be complete by Aug. 31, 2016.  This award is the result of a sole-source acquisition. Fiscal 2015 funds in the amount of $4,600,000 are being obligated at the time of award. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity (FA4484-15-C-0025).

ARMY

Manson Construction Co., Seattle, Washington, was awarded a $15,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract with options for Ataachafalaya Basin and Gulf Intracoastal Waterway projects and cutterhead dredge rental.  Funding and work location will be determined with each order, with an estimated completion date of March 31, 2016.  Bids were solicited via the Internet withDepartment of the Army four received.  Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-15-D-0024).

DONJON Marine Co., Inc. Hillside, New Jersey was awarded a $13,848,672 firm-fixed-price contract with options for maintenance dredging New Bay, New Jersey with an estimated completion date of Dec. 6, 2015.  One bid was solicited with four proposals received.  Fiscal 2015 other procurement funds in the amount of $13,848,672 were obligated at the time of the award. Army Corps of Engineers, New York, N.Y. is the contracting activity (W912DS-15-C-0012).

The Atlantic Group LLC,* Huntsville, Alabama, was awarded a $12,500,000 firm-fixed-price multi-year contract for architectural and engineering services for photogrammetric, LiDAR surveying and mapping.  Funding and work location will be determined with each order, with an estimated completion date of Aug. 31, 2020.  Bids were solicited via the Internet with 25 received.  Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-15-D-0513).

Tetra Tech Inc., Irvine, California, was awarded a $9,800,000 firm-fixed-price, multi-year, indefinite-delivery/indefinite-quantity contract for design analyses and reports; and plans and specifications for flood control, coastal, environmental restoration, and sustainable engineering design projects.  Funding and work location will be determined with each order, with an estimated completion date of Sept. 1, 2020.  Bids were solicited via the Internet with five received.  Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-15-D-0007).

Cleveland Biolabs Inc.,* Buffalo, New York, was awarded a $9,226,455 cost-plus-fixed-fee multi-year contract for advanced research into mitigating and treating the effects of ionizing radiation. Work will be performed Buffalo, New York; Bethesda, Maryland; and in Canada, with an estimated completion date of Nov. 30, 2017.  Bids were solicited via the Internet with 45 received.  Fiscal 2014 research, development, testing and evaluation funds in the amount of $9,226,455 were obligated at the time of the award. Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity (W81XWH-15-C-0101).

1280px-DARPA_LogoDEFENSE ADVANCED RESEARCH PROJECTS AGENCY

IBM Corp., Yorktown Heights, New York, has been award a $10,193,876 modification (P00006) exercising the second option to previously awarded HR0011-13-C-0022 for the Defense Advanced Research Projects Agency (DARPA) Power Efficiency Revolution For Embedded Computing Technologies (PERFECT) program. The modification brings the total cumulative face value of the contract to $17,056,647. Work will be performed in Yorktown Heights, New York (66 percent); Cambridge, Massachusetts (12 percent); Charlottesville, Virginia (12 percent); and Stanford, California (10 percent), with an expected completion date of March 2018. Fiscal 2015 research and development funds in the amount of $7,000,000 are being obligated at time of award. DARPA, Arlington, Virginia, is the contracting activity.

Leidos, Inc., Reston, Virginia, has been awarded a $7,890,740 cost-plus-fixed-fee contract for a research project under the Shared Spectrum Access for Radar and Communications (SSPARC) program (Coexistence Phase 2). The contractor will continue research in the area of spectrum sharing between radar and communications systems to build on prior work carried out in the coexistence thrust of Phase 1. Fiscal 2015 research and development funds in the amount of $5,352,607 are being obligated at the time of award. Work will be performed in Arlington, Virginia (53 percent); Linthicum, Maryland (22 percent); Rochester, New York (12 percent); Sterling, Virginia (5 percent); Ashburn, Virginia (4 percent); Bothell, Washington (2 percent); New York, New York (1 percent); Bowie, Maryland (1 percent) with an estimated completion date of August 2016. The Defense Advanced Research Projects Agency (DARPA), Arlington, Virginia, is the contracting activity (HR0011-15-C-0126).

*Small business

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $430,878,490 cost-plus-incentive-fee, fixed-price-incentive-firm contract for 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 in support of low-rate initial production Lot 9 F-35 Lightning II Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, non-Department of Defense participants, and foreign military sales (FMS) customers.  Work will be performed in Orlando, Florida (70 percent); Fort600px-US-DeptOfNavy-Seal.svg Worth, Texas (17 percent); El Segundo, California (7 percent); Owego, New York (4 percent); Greenville, South Carolina (1 percent); and Samlesbury, United Kingdom (1 percent), and is expected to be completed in January 2022.  Fiscal 2013 and 2014 aircraft procurement (Air Force, Marine Corps, and Navy); fiscal 2014 and 2015 other procurement (Navy); non-Department of Defense participants, and FMS funds in the amount of $430,878,490 will be obligated at time of award, $3,889,294 of which will expire at the end of the current fiscal year. This contract combines purchases for the Air Force ($136,308,496; 32 percent); Navy ($30,326,973; 7 percent); Marine Corps ($32,762,358; 8 percent); non-Department of Defense participants ($187,885,664; 44 percent); and FMS customers ($43,594,999; 10 percent) under the FMS program.  This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-0114).

Raytheon Technical Services Co. LLC, Indianapolis, Indiana, is being awarded $37,359,552 for firm-fixed-price delivery order 2100 against a previously issued basic ordering agreement (N00019-10-G-0006) for the procurement of 228 LAU-115 guided-missile launchers for the Navy (220) and the government of Switzerland (8) and 30 LAU-116 guided-missile launchers for the Navy.  These missile launchers will enable F/A-18 aircraft to carry and launch AIM-120 and AIM-9X missiles.  Work will be performed in Indianapolis, Indiana, and is expected to be completed in October 2018.  Fiscal 2013 and 2015 aircraft procurement (Navy) and foreign military sales funds in the amount of $37,359,552 are being obligated on this contract, $29,660,180 of which will expire at the end of the current fiscal year.  This contract combines purchases for the Navy ($36,281,000; 97 percent) and the government of Switzerland ($1,078,552; 3 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., Integrated Defense Systems, Portsmouth, Rhode Island, is being awarded a $33,000,000 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0012) for the procurement of 10 MH-60R full-rate production Airborne Low Frequency Sonar Lot XII systems.  Work will be performed in Brest, France (59 percent); Portsmouth, Rhode Island (37 percent); and Johnstown, Pennsylvania (4 percent), and is expected to be completed in February 2018.  Fiscal 2013 aircraft procurement (Navy) funds in the amount of $33,000,000 are being obligated at time of award, all 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 $29,746,484 modification to previously awarded contract N00024-11-C-6410 to exercise option year four for the production of MK54 Mod 0 Lightweight Torpedo (LWT) kits and related engineering and repair services for upgrade of Navy LWTs.  This modification also involves foreign military sales to India, Turkey and Australia.  Although the MK54 Mod 0 LWT is primarily intended as an anti-submarine torpedo for littoral scenarios, its basic capabilities includes operation in both shallow and deep water acoustic environmental conditions, and exceeds MK46 Anti-Submarine Warfare capabilities in deep-water scenarios. This option exercise provides the Navy with a quantity of 100 MK54 Mod 0 LWT kits including warranty and a quantity of 68 foreign military sales MK54 Mod 0 LWT kits including warranty and spares.  Work will be performed in Keyport, Washington (80 percent); and Portsmouth, Rhode Island (20 percent), and is expected to be completed by September 2017.  Fiscal 2015 weapons procurement (Navy), foreign military sales, and fiscal 2015 operation and maintenance (Navy) funding in the amount of $54,218 is being obligated, and will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Booz Allen Hamilton, McLean, Virginia, is being awarded a $26,765,034 cost-plus-fixed-fee, cost-reimbursable contract to provide services in support of the Naval Air Warfare Center Aircraft Division’s Special Communications Mission Solutions Division.  Services to be provided include engineering, research, design, development, integration, installation, test and evaluation, fielding, analysis, maintenance, material procurements, training, and logistics services for communications-electronics advanced technology systems.  Work will be performed in St. Inigoes, Maryland (98 percent); and Indiana, Pennsylvania (2 percent), and is expected to be completed in March 2017.  Fiscal 2015 Navy working capital funds in the amount of $4,288,803 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S.Code 2304(c)(1).  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-15-C-0027).

MEB General Contractors, Chesapeake, Virginia, is being awarded a $22,944,000 firm-fixed-price contract to replace and alter fuel distribution facilities at Craney Island and Defense Fuel Support Point (DFSP) Yorktown.  The work to be performed provides for the required infrastructure improvements at the Craney Island facility to accommodate the F-24 fuel including changing out pumping and piping from existing dual JP-5 bulk storage tanks (numbers 501 and 502), distribution of the new F-24 product, and relocation of equipment that is currently being used at DFSP Yorktown.  The contract also contains two unexercised options, which if exercised, would increase the cumulative contract value to $24,541,000.  Work will be performed in Yorktown, Virginia, and is expected to be completed by June 2017.  Fiscal 2015 military construction, (Defense Logistics Agency) contract funds in the amount of $22,944,000 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 four proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-C-0022).

The Whiting-Turner Contracting Co., Baltimore, Maryland, is being awarded $22,856,626 for firm-fixed-price task order 0014 under a previously awarded multiple award construction contract (N40085-10-D-5330) for construction of a special operations training complex at Marine Corps Base, Camp Lejeune.  The work to be performed provides for the construction of a multi-story building which includes a simulated entry point, headquarters, embassy offices, a tactical exercise control group center, weapons storage and instructor spaces.  The building requires a hardened exterior shell, which can be used for repelling and training purposes and a passenger/freight elevator.  Construction also includes two separate single-story buildings with interior concrete masonry unit walls on pile foundations with structural steel framing, reinforced masonry walls, brick veneer, reinforced concrete foundation and floors, and standing seam metal roofs.  Twelve small single-story buildings will be demolished as part of this project.  Work will be performed in Jacksonville, North Carolina, and is expected to be completed by March 2017.  Fiscal 2014 military construction, (Navy) contract funds in the amount of $22,856,626 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 four proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Insight Pacific LLC,* Anaheim, California, is being awarded $13,385,000 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract (N62478-14-D-4000) for repair of exterior windows throughout Building 67 at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility at Joint Base Pearl Harbor-Hickam.  The work to be performed provides for replacement of deteriorated/damaged metal window frames, clerestory and low monitor window frames, glazing, window hardware operators and sealant.  Project will also remove hazardous materials; repair supporting walls, sills, metal panels, and steel framing; restore openings with translucent corrugated panels back to fixed glazed windows; prepare, patch, and repaint interior and exterior surfaces; remove and reinstall obstructions and penetrations as needed.  Construction scope of work includes providing a clear heat-resistant film on the south and east elevation windows, which would allow Building 67 equipment (lathes) to operate within tolerances.  Work will be performed in Oahu, Hawaii, and is expected to be completed by July 2017.  Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $13,385,000 are obligated on this award and will expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Northrop Grumman Systems Corp., Falls Church, Virginia, is being awarded a $14,150,405 cost-plus-incentive-fee, cost-plus-fixed-fee, cost, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Advanced Explosive Ordnance Disposal Robotic System Increment 1, dismounted operations variant.  Northrop Grumman will procure and integrate the handheld operator control unit, communications link, mobility capability module, master capability module, power capability module, manipulator capability module, end effector capability module, visual sensors capability module, autonomous behaviors capability module and other minor components that comprise the dismounted operations system.  The contract includes options which, if exercised, would bring the cumulative value of the contract to $483,328,860.  Work will be performed in Huntsville, Alabama, and is expected to be complete in August 2017.  Fiscal 2015 research, development, test and evaluation (Navy) funding in the amount of $3,482,667 is being 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 five offers received.  The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-15-D-0011).

DDL OMNI Engineering LLC,* McLean, Virginia, is being awarded $10,900,000 for cost-plus-fixed-fee delivery order 0001 against a previously issued basic ordering agreement (N68335-14-G-0057) for work associated with Phase III Small Business Innovation Research (SBIR) efforts. These efforts include SBIR Topic N00-123, entitled “Ship Mission Readiness Measurement System.”  Work will be performed in McLean, Virginia, and is expected to be completed in August 2018.  Fiscal 2015 operation and maintenance (Navy) funds in the amount of $600,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Technology and Supply Management LLC,* Fairfax, Virginia, is being awarded an $8,165,877 cost-plus-fixed-fee contract for configuration management, integration, and training on the Army’s Persistent Ground Surveillance System programs in support of the Naval Air Warfare Center Aircraft Division’s Special Surveillance Programs Division.  Work will be performed in Point Mugu, California (44 percent); Ridgecrest, California (36 percent); Huntsville, Alabama (10 percent); Rio Grande Valley, Texas (3 percent); Fairfax, Virginia (2 percent); Patuxent River, Maryland (1 percent); and at various locations outside the continental U.S. (4 percent), and is expected to be completed in September 2016.  Fiscal 2015 working capital funds (Navy) in the amount of $1,225,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1).  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-15-C-0369).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Raytheon Co. – Integrated Defense Systems, Tewksbury, Massachusetts, has been awarded a not-to-exceed $175,081,326 undefinitized contract action contract for Phase II of the Qatar Air and Missile Defense Operations Center (ADOC) program. Contractor will provide for the procurement, delivery, and installation of the Qatar ADOC as well as the future integration of multiple air and missile systems into the ADOC. Contract types associated with this effort will be cost-plus-incentive-fee, firm-fixed-price, cost-plus-fixed-fee, cost-plus-fixed-fee level-of-effort, and cost-reimbursable. This is a Foreign Military Sales acquisition between the U.S. government, Air Force Life Cycle Management Center, and the state of Qatar described in the letter of offer and acceptance dated July 14, 2014. Work will be performed at Tewksbury, Massachusetts; and the State of Qatar, and is expected to be complete by Feb. 28, 2022. This award is the result of a sole-source acquisition and will use fiscal 2015 foreign military sales funds. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-15-C-0002).

Northrop Grumman Technical Services, Herndon, Virginia, has been awarded a $13,143,496 cost-reimbursable contract line-item number delivery order (0049) for the Forward Fuel Cell Tank Reliability Improvement Program. Contractor will fund material and transportation for the Forward Fuel Cell Tank Reliability Improvement Program to the KC-10 contractor logistic support program. Work will be performed worldwide to include McGuire Air Force Base, New Jersey; Travis Air Force Base, California; and Tinker Air Force Base, Oklahoma, and is expected to be complete by Sept. 30, 2015. Fiscal 2015 operations and maintenance funds in the amount of $13,143,496 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-10-D-0001).

Telecommunication Support Services Inc., Melbourne, Florida, has been awarded an $8,865,684 firm-fixed-price modification to exercise Option 1 of FA4890-14-C-0013-P0009 for Mobile Air Surveillance System technical support. Contractor will provide operations and support at the Joint Inter-Agency Task Force-South satellite communications facility in Key West, Florida; and Mobile Air Surveillance System mission support activities throughout the Southern Command area of responsibility, primarily in Colombia. Work will be performed in multiple locations and is expected to be complete by Sept. 16, 2016.  This award is the result of a competitive acquisition and five offers were received. Fiscal 2016 operations and maintenance funds are being used and no funds were obligated at the time of award. Headquarters Air Combat Command, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-14-C-0013-P0009).

United Paradyne Corp., Santa Maria, California, has been awarded an $8,536,102 option modification (P00149) to previously awarded contract FA4610-10-C-0008 for aerospace support services. Contractor will provide provides management, operations, maintenance and services to support launch programs for unconventional propellants, cryogenics and fuels accountability, personnel safety equipment, hazardous operations support, fleet management, systems and safety engineering, transient aircraft maintenance/aerospace ground equipment, and precision measurement equipment laboratory services. Work will be performed at Vandenberg Air Force Base, California, and is expected to be complete by Sept. 30, 2016.  Fiscal 2016 funds are being used and no funds were obligated at the time of award. The 30th Space Wing contracting office, Vandenberg Air Force Base, California, is the contracting activity.

ARMY

Navistar Defense LLC, Lisle, Illinois, was awarded a $368,932,767 firm-fixed-price foreign military sales contract (Afghanistan) for 2,293 medium tactical vehicles. Work will be performed in West Point, Mississippi; Ooltewah, Tennessee; Marion, Wisconsin; Springfield, Ohio; and Mercer, Pennsylvania, with an estimated completion date of Nov. 30, 2019.  One bid was solicited with one received.  Fiscal 2014 other procurement funds in the amount of $368,932,767 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0207).

PAE Professional Services, Falls Church, Virginia, was awarded a $90,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for construction security monitoring services. Funding and work location will be determined with each order, with an estimated completion date of April 17, 2020.  Bids were solicited via the Internet with 12received.  Army Corps of Engineers, Far East, APO AP, is the contracting activity (W912UM-15-D-0022).

Granite Construction Co., Watsonville, California, was awarded a $71,902,340 firm-fixed-price, incrementally-funded multi-year contract with options for dam modification and ancillary projects in Harris and Ft. Bend counties, Texas, with an estimated completion date of May 17, 2019.  Bids were solicited via the Internet with two received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of Department of the Army$18,644,000 were obligated at the time of the award. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W9126G-15-C-0037).

Raytheon, Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $41,566,755 modification (P00029) to foreign military sales contract W31P4Q-13-C-0129 (Jordan, Estonia) for Javelin Block 1 tactical rounds (quantity 354), tripods (quantity 36), and golden units (quantity 1).  Work will be performed in Tucson, Arizona, with an estimated completion date of Aug. 31, 2023.  Fiscal 2015 other procurement funds in the amount of $41,566,755 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Raytheon Co., McKinney, Texas, was awarded a $38,157,300 firm-fixed-price foreign military sales contract (Morocco) for 200 thermal receiver units. Work will be performed in McKinney, Texas, with an estimated completion date of Aug. 27, 2017.  One bid was solicited with one received.  Fiscal 2010 other procurement funds in the amount of $18,697,077 were obligated at the time of the award. Army Contracting Command, Alexandria, Virginia, is the contracting activity (W909MY-15-C-0024).

Ames Construction Inc., Burnsville, Minnesota, was awarded a $36,266,560 firm-fixed-price, incrementally-funded contract for irrigation and bypass construction on the Yellowstone River, Glendive, Montana, with an estimated completion date of Feb. 16, 2018.  Bids were solicited via the Internet with nine received.  Fiscal 2015 other procurement funds in the amount of $19,400,000 were obligated at the time of the award.  Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-15-C-0024).

NetCentrics Corp., Herndon, Virginia, was awarded an $18,062,724 firm-fixed-price, incrementally-funded contract with options for information technology support to the Army Information Technology Agency, Washington, District of Columbia, with an estimated completion date of Aug. 29, 2018.  Bids were solicited via the Internet with four received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $11,440,763 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-F-4021).

Textron Systems Marine and Land Systems, New Orleans, Louisiana, was awarded a $17,434,922 cost-plus-fixed-fee foreign military sales contract (Afghanistan) for Mobile Strike Force Vehicle (MSFV) training support the Afghan National Army.  . Work will be performed in Afghanistan with an estimated completion date of Aug. 31, 2016.  Bids were solicited via the Internet with one received.  Fiscal 2014 other procurement funds in the amount of $17,434,922 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0108).

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $14,813,184 firm-fixed-price foreign military sales contract (Taiwan) for trained pilots and maintenance operations for the UH-60M to support the fielding of new aircraft as well as the storage of four UH60s. Work will be performed in West Palm Beach, Florida, with an estimated completion date of Aug. 27, 2016.  Bids were solicited via the Internet with one received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $14,813,184 were obligated at the time of the award. Army Contracting Command, Ft. Bragg, North Carolina, is the contracting activity (W91247-15-C-0028).

The Dutra Group, San Rafael, California, was awarded a $14,329,929 firm-fixed-price, multi-year contract with options for maintenance dredging in the inner and outer harbors of Oakland, California, with an estimated completion date of Jan. 25, 2016.  Bids were solicited via the Internet with two received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $14,329,929 were obligated at the time of the award.  Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-15-C-0015).

Inland Dredging Co. LLC,* Dyersburg, Tennessee, was awarded a $12,621,950 firm-fixed-price contract with options maintenance dredging of the Calcasieu River, Louisiana, with an estimated completion date of May 27, 2016.  Bids were solicited via the Internet with five received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $12,621,950 were obligated at the time of the award.  Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-15-C-0058).

Fidelity Technologies Corp.,* Reading, Pennsylvania, was awarded a $8,948,799 firm-fixed-price contract to devise technical and maintenance training materials for the PC-12NG aircraft used by the Afghan National Security Force . Work will be performed in Reading, Pennsylvania, with an estimated completion date of Aug. 31, 2016.  Bids were solicited via the Internet with four received.  Fiscal 2015 other procurement (Army) funds in the amount of $8,948,799 were obligated at the time of the award.  Army Program Executive Office Simulation, Training & Instrumentation, Orlando, Florida, is the contracting activity (W900KK-15-C-0039).

E.P. Doyle & Son LLP,* Wheaton, Illinois, was awarded a $8,887,648 firm-fixed-price contract for construction of a power distribution building facility and installation of a standby power system at the Chicago Sanitary and Ship Canal Barrier I Backup Power and Control Gear Building, Romeoville, Illinois, with an estimated completion date of  July 20, 2016.  Bids were solicited via the Internet with six received.  Fiscal 2015 other procurement funds for $8,887,648 were obligated at the time of the award. Army Corps of Engineers, Chicago, Illinois, is the contracting activity (W912P6-15-C-0014).

BAE Systems Technology Solutions & Services, Rockville, Maryland, was awarded a $7,763,747 cost-plus-fixed-fee, incrementally-funded contract with options for material maintenance, transportation, and supply services, of U.S. Army Garrison-Hawaii, and all subordinate organizations and units. Work will be performed at Schofield Barracks, Hawaii, with an estimated completion date of Feb. 28, 2016.  One bid was solicited with one received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $1,700,000 were obligated at the time of the award. Army Contracting Command, Ft. Shafter, Hawaii, is the contracting activity (W912CN-15-C-0015).

Lakeview Center Inc., Pensacola, Florida, was awarded a $7,737,646 firm-fixed-price contract with options under the Ability One Program for dining facility attendant and contingency cook services, Joint Base Lewis-McChord, Washington, with an estimated completion date of May 31, 2020.  Bids were solicited via the Internet with one received.  Funding and work location will be determined with each order.  Army Contracting Command, Joint Base Lewis-McChord, Washington, is the contracting activity (W911S8-15-D-0005).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Exelis Inc., Clifton, New Jersey, has been awarded a maximum $38,209,265 cost-plus-fixed-fee contract for electronic countermeasures set line replacement units for aircraft. This was a sole-source acquisition using the justification of 10 U.S. Code 2304(c)(1). This is a three-year base contract with no option periods. Location of performance is New Jersey, with an Aug. 30, 2018, performance completion date. Using service is Air Force. Type of appropriation is fiscal 2015 through fiscal 2018 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-15-C-0011).

Coachys and Associates,** Canton, Georgia, has been awarded a maximum $14,318,625 modification (P00005) exercising the first one-year option period of a one-year base contract (SPE1C1-15-D-1010) with one one-year option period for extreme cold/wet weather parkas and jackets. This is a firm-fixed-price contract. Locations of performance are Georgia and Tennessee, with an Aug. 30, 2016, performance completion date. Using military service is Army. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Tennier Industries Inc.,* Boca Raton, Florida, has been awarded a maximum $13,247,410 modification (P00007) exercising the first one-year option period of a one-year base contract (SPE1C1-15-D-1011) with one one-year option period for extreme cold/wet weather parkas and jackets. This is a firm-fixed-price contract. Locations of performance are Florida and Tennessee, with an Aug. 30, 2016, performance completion date. Using military service is Army. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

*Small business

**Service-disabled, veteran-owned small business

AIR FORCE

Baker-Stanley-Cardno JV, Moon Township, Pennsylvania (FA8903-15-D-0003); Merrick-Atkins Joint Venture LLP, Greenwood Village, Colorado (FA8903-15-D-0010); and Parsons Government Services Inc., San Antonio, Texas (FA8903-15-D-0013), have been awarded an indefinite-delivery/indefinite-quantity contract with a program ceiling of $950,000,000 for Architect-Engineering 2013 Design and Construction Services. Contractor will provide architect- engineering services to support military construction, military family housing and sustainment, restoration and modernization programs worldwide.  The work includes efforts to perform Title I,356px-Seal_of_the_US_Air_Force.svg Title II, and other architect-engineering services to administer, coordinate, and technically support the Air Force Civil Engineer’s military construction, military family housing (to include Military Housing Privatization Initiatives), sustainment, restoration and modernization program areas, and other areas of essential support worldwide. Work will be performed at various government installations worldwide and is expected to be complete by Aug. 27, 2022.  This award is the result of a competitive acquisition and 83 offers were received. Fiscal 2015 operations and maintenance funds in the amount of $9,000 are being obligated at the time of award. The 772nd Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity.

Aleut O&M Services LLC, Colorado Springs, Colorado, has been awarded a $395,000,000 indefinite-delivery/indefinite-quantity for Cape launch operations and infrastructure support. Contractor will provide for operations, maintenance and engineering support for facilities and systems. Work will be performed at Cape Canaveral Air Force Station, Florida, and is expected to be complete by Nov. 30, 2021. This award is the result of a competitive acquisition and eight offers were received. Fiscal 2016 operations and maintenance funds in the amount of $810,223 are being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity (FA2521-15-D-0008).

The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $46,719,474 fixed-price-incentive-firm, cost-plus-fixed-fee, and cost-no-fee contract for seven full-rate production Combat Network Communication Technology upgrade kits for the B-52 bomber. Contractor will provide seven upgrade kits along with associated support equipment, and installation engineering support for the Air Force program depot maintenance line.  This contract also provides for 21 retrofit kits to convert previously purchased B-52 Combat Network Communication Technology kits from a low-rate initial production configuration to the full-rate production configuration. Work will be performed at Oklahoma City, Oklahoma, and is expected to be complete by May 30, 2017. This award is the result of a sole-source acquisition and fiscal 2015 aircraft procurement funds in the amount of $46,719,474 are being obligated at the time of award. The Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8628-15-C-2251).

Wolf Creek Federal Services Inc., Anchorage, Alaska, has been awarded a $19,050,151 option modification (P00003) to the previously awarded contract FA2521-15-C-0063 for range operations support. Contractor will provide for non-mission support communications for the Eastern Range and Western Range; and base operating support and logistics for the Eastern Range, primarily Ascension Auxiliary Air Field. Work will be performed at Patrick Air Force Base, Florida; Cape Canaveral Air Force Station, Florida, and Ascension Auxiliary Air Field, Florida, and is expected to be complete by Sept. 30, 2016. Fiscal 2015 operations and maintenance funds are being used and no funds were obligated at the time of award. 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity.

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, has been awarded a $15,121,851 modification (P00148) to the previously awarded contract FA8625-12-C-6598 for the Large Aircraft Infrared Counter Measures Viper 2.1 lasers. The contractor will provide 106 Viper 2.1 lasers as a part of this contract effort. Work will be performed at Rolling Meadows, Illinois, and is expected to be complete by April 29, 2017. This contract involves foreign military sales. Fiscal 2013, 2014, and 2015 aircraft procurement, National Guard, Navy and overseas contingency operations funds in the amount of $15,121,851 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Range Generation Next LLC, Sterling, Virginia, has been awarded a $6,511,600 cost-plus-fixed-fee modification (P00012) to the previously awarded contract FA8806-15-C-0001 for launch and test range system support function to the Western Range in support of the Building 7000 relocation task. Contractor will execute pre-staging efforts, initiate a portion of the range system relocations, and ensure completion of all infrastructure installation prior to initiating range downtime scheduled from March 8, 2016, through August 28, 2016. Work will be performed at Vandenberg Air Force Base, California, and is expected to be complete by April 4, 2016. Fiscal 2015 operations and maintenance funds in the amount of $6,511,600 are being obligated at the time of award. Headquarters Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

720px-US-DefenseInformationSystemsAgency-Logo.svgDEFENSE INFORMATION SYSTEMS AGENCY

Microsoft Corp. Redmond, Washington, was awarded an increased ceiling modification to the established firm-fixed-price, single award, indefinite-delivery/indefinite-quantity contract for Microsoft enterprise technical support services, necessary to obtain highly trained Microsoft Blue Badge Cardholder support.  These services require access rights to Microsoft’s proprietary (closed-source) code, which is licensed under exclusive legal right of Microsoft, and are required to support the Department of Defense’s mission.  The total cumulative of the contract was increased by $162,760,000 from $412,240,000 to $575,000,000. The period of performance remains as a one-year base period and four one-year option periods for a total period of five years.  Performance will predominantly be within the continental U.S.; however, support services may also be required at multiple locations outside the continental U.S. A proposal was solicited via electronic means to Microsoft and received. The notice of intent was posted on Aug. 6, 2015, on the Federal Business Opportunity portal. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1028-13-D-0013-P00008). (Awarded Aug. 27, 2015)

ARMY

Thales Raytheon Systems Co. LLC, Fullerton, California, was awarded a $82,606,668 cost-plus-fixed-fee, multi-year, foreign military sales contract (Finland, Lithuania, Netherlands, Chile) for sentinel radar technical/logistical services.  Funding and work location will be determined with each order, with an estimated completion date of Dec. 31, 2018.  One bid was solicited with one received.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-D-0058).

Vectrul Systems Corp., Colorado Springs, Colorado, was awarded a $46,795,818 modification (P00013) to foreign military sales contract W52P1J-15-C-0016 (Egypt, Iraq, Spain, United Arab Emirates) 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 in Kuwait with an estimatedDepartment of the Army completion date of Feb. 28, 2017.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $24,948,540 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, was awarded a $35,372,762 cost-plus-fixed-fee, fixed-price incentive, and firm-fixed-price hybrid contract with options for engineering and manufacturing development and low-rate initial production of the Common Infrared Countermeasure program.  Work will be performed in Rolling Meadows, Illinois, with an estimated completion date of Oct. 28, 2017.  Bids were solicited via the Internet with two received.  Fiscal 2015 research, development, testing, and evaluation funds in the amount of $35,372,762 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-C-0067).

Rockford Corp.,* Anchorage, Alaska, was awarded a $33,977,042 firm-fixed-price contract to construct a jet fuel (JP-8) hydrant system at Grissom Air Reserve Base, Peru, Indiana, with an estimated completion date of May 31, 2017.  Bids were solicited via the Internet with three received.  Fiscal 2015 military construction funds in the amount of $33,977,042 were obligated at the time of the award. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-15-C-0026).

Sheffield Korte JV,* Lawton, Oklahoma, was awarded a $21,427,802 firm-fixed-price, multi-year contract to design and build an Army Reserve center in Waldorf, Maryland, with an estimated completion date of Sept. 30, 2017.  Bids were solicited via the Internet with 14 received.  Fiscal 2015 military construction, and operations and maintenance (Army) funds in the amount of $21,427,802 were obligated at the time of the award. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-15-C-0027).

Southern Contracting LLC, Newbern, Tennessee, was awarded a $19,394,506 firm-fixed-price contract for the Grand Prairie Widen Canal Reservoir project. Work will be performed in Davis Bluff, Arkansas, with an estimated completion date of July 6, 2018.  Bids were solicited via the Internet with four received.  Fiscal 2015 other procurement funds in the amount of $19,394,506 were obligated at the time of the award. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-15-C-0009).

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $17,200,000 firm-fixed-price foreign military sales contract (Morocco) for removal and disposal of 50 M1A1 frontal turret armor packages, and installation of M1A1 situational awareness frontal turret armor packages. Work will be performed in Lima, Ohio; and Sterling Heights, Michigan, with an estimated completion date of Nov. 30, 2016.  One bid was solicited with one received.  Fiscal 2010 other procurement funds in the amount of $10,724,907 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0227).

Atlantic Diving Supply Inc.,* Virginia Beach, Virginia, was awarded a $6,593,520 firm-fixed-price, multi-year contract with options for the SAROS battlefield oxygen system and accessories.  Funding and work location will be determined with each order, with an estimated completion date of Aug. 27, 2019.  Bids were solicited via the Internet with two received.  Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity (W81XWH-15-D-0046).

600px-US-DeptOfNavy-Seal.svgNAVY

Northrop Grumman Systems Corp., Linthicum, Maryland, is being awarded a $58,706,242 cost-plus-incentive-fee contract for the procurement of Ground/Air Task Oriented Radar Increment II Ground Weapons Locating Radar software, along with technical data packages, anti-tamper planning and developmental testing support.  Work will be performed in Linthicum, Maryland, and is expected to be completed by Aug. 31, 2018.  Fiscal 2015 research, development, test and evaluation (Marine Corps) funds in the amount of $19,920,025 will be obligated at the time of award.  No contracts funds will expire the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1).  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-15-C-0230).

General Dynamics Information Technology Inc., Fairfax, Virginia, is being awarded a $39,777,752 indefinite-delivery/indefinite-quantity contract to provide engineering and technical services for the operations, maintenance and repair required for acoustic data acquisition, test range/support systems, and acoustic data analysis conducted at the Naval Surface Warfare Center Carderock Division Acoustic Research Detachment.  Work will be performed in Bayview, Idaho, and is expected to complete by August 2020.  Fiscal 2015 research, development, test and evaluation (Navy) funding; working capital funds; and fiscal 2015 other procurement (Navy) funding in the amount of $2,775,000 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 Surface Warfare Center, Carderock Division, West Bethesda, Maryland, is the contracting activity (N00167-15-D-0005).

L-3 Vertix Aerospace LLC, Madison, Mississippi, is being awarded a $21,371,269 firm-fixed-price, cost reimbursement, indefinite-delivery/indefinite-quantity contract for the procurement of business jet training services in support of contracted air services basic training, large national exercises, and small, single unit training exercises.  Missions include maritime air patrol, low/slow terrorist aircraft, air interdiction training, helicopter maritime strike weapons school, laser training, fixed-wing ground control approach training, lost homing direction training, and air intercept/anti-submarine training.  These services support training requirements through air intercept control, anti-submarine tactical attack control, tracking exercises, electronic warfare missions, banner tows and target tows.  Work will be performed in Virginia Beach, Virginia (51 percent); and the Naval Air Station North Island, California (49 percent), and is expected to be completed in August 2016.  Fiscal 2015 operation and maintenance (Navy) funds in the amount of $1,856,903 are being obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposal; and one offer was received.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-D-0022).

Phoenix International Holdings Inc., Largo, Maryland, is being awarded a $15,155,333 modification to previously awarded contract N00024-14-C-4107 to exercise options for management, technical, engineering, and logistics support services and associated supplies and equipment necessary to operate and maintain the Navy’s submarine rescue system.  The contractor is responsible for providing appropriate and sufficient personnel and services necessary for the mobilization, operation, storage, logistic support, repair and maintenance of the rescue systems that support response requirements. The contractor is responsible to ensure the rescue systems are maintained in a high state of readiness to support a rapid worldwide deployment on a 24-hour-per-day, 7-day-a week basis.  Work will be performed in San Diego, California, and is expected to be completed by August 2016.  Fiscal 2015 operations and maintenance (Navy), and fiscal 2015 other procurement (Navy)  funding in the amount of $5,288,972 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Puglia Engineering Inc., Bellingham, Washington (N4523A-12-D-0005); Pacific Ship Repair and Fabrication Inc., San Diego, California (N4523A-12-D-0006); Delphinus Engineering Inc., Eddystone, Pennsylvania (N4523A-12-D-0009); Q.E.D. Systems Inc., Virginia Beach, Virginia (N4523A-12-D-0008); Walashek Industrial and Marine, Tukwila, Washington (N4523A-12-D-0004); and Propulsion Controls Engineering, Everett, Washington (N4523A-12-D-0007), are each being awarded $15,000,000 modifications to a previously awarded multiple award contract to exercise an option for accomplishment of the repair and maintenance requirements on Navy waterborne vessels, surface ships and submarines.  Exercising option year four will provide continued ship and vessel repair projects that may include: docking the ship/vessel and accomplishing the required ship/vessel husbandry; welding; blasting; mechanical systems repair; and electrical/electronic alterations.  The contractors will provide and are responsible for all labor, management, supervision, coordination, quality control, quality assurance, quality management, safety management, environmental management, material, equipment and transportation.  Work will be performed in ship homeports in the northwestern U.S. or at contract facilities as needed, and is expected to complete by September 2016.  No funding is being obligated at time of award.  Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity.

Northrop Grumman Systems Corp., ES Power/Control Systems, Sykesville, Maryland, is being awarded a $7,595,000 firm-fixed-price modification to previously awarded contract N00024-04-C-4201 for the procurement of 14 automatic voltage regulator production units required for the replacement of obsolete and unreliable turbine generator voltage regulators for Nimitz-class aircraft carriers.  Work will be performed in Sykesville, Maryland, and is expected to be completed by August 2017.  Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $7,595,000 will be obligated at the time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Computer Sciences Corp., Stafford, Virginia, is being awarded $20,711,981 for modification P00012 to previously awarded cost-plus-fixed-fee contract M00264-14-C-1014.  This modification increases the basic value of the contract and provides for the exercise of an option for continued services to support the Headquarters, Marine Corps, programs and resources, Technology Services Organization-required contractor services as an enterprise business systems integrator for the Marine Corps.  These services include development, design, production and sustainment support of enterprise-class information technology systems; particularly business systems including, but not limited to, pay, personnel, budget execution, orders writing, accounting and installation systems for the Marine Corps, as well as Department of Defense components, services and agencies on a reimbursable basis.  Work will be performed in Arlington, Virginia, and work is expected to be completed Feb. 28, 2016.   Fiscal 2015 operations and maintenance funds in the amount of $11,227,014 will be obligated at the time of award and will expire at the end of the current fiscal year.  Regional Contracting Office, National Capital Region, Quantico, Virginia, is the contracting activity.

Alpha Marine Services LLC, Galliano, Louisiana, was awarded a $6,965,712 firm-fixed-priced contract for the time charter of six tractor-like tugs in support of Navy bases at Kings Bay, Georgia; and Mayport, Florida.  This contract includes three 12-month options and one 11-month option which, if exercised, would bring the cumulative value of this contract to $35,918,232.  Work will be performed in Kings Bay, Georgia (50 percent); and Mayport, Florida (50 percent), and is expected to be completed by July 2020.   Working capital funds in the amount of $6,965,712 are obligated.  Funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with two offers received.  The Military Sealift Command, Washington, District of Columbia, is the contracting activity (N62387-15-C-2100). (Awarded April 22, 2015)

DEFENSE LOGISTICS AGENCY

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a maximum $10,304,533 modification (P00002) for a two-year base contract (SPE7MX-15-D-0094) with three one-year option periods adding heads-up display units for aircraft. Location of performance is Iowa, with a Sept. 1, 2017, performance completionDefense_Logistics_Agency date. Using military service is Air Force. Type of appropriation is fiscal 2016 through fiscal 2017 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio.

*Small business

600px-US-DeptOfNavy-Seal.svgNAVY

The Boeing Co., Seattle, Washington, is being awarded a $1,489,387,310 modification to a previously awarded firm-fixed-price contract (N00019-14-C-0067) for the manufacture and delivery of nine Navy full-rate production (FRP) Lot II P-8A aircraft, and four Royal Australian Air Force FRP Lot II P-8A aircraft.  In addition, this modification provides for the procurement of long-lead parts associated with the manufacture of 20 P-8A FRP Lot III aircraft for the Navy (16) and the government of Australia (4).  This modification also provides for FRP Lot II segregable efforts including unknown obsolescence, class I change assessment, obsolescence monitoring, integrated baseline/program management reviews, two advance airborne sensor A-kits, and life-of-type buy items associated with the electronic support measure.  Work will be performed in Seattle, Washington (80 percent); Baltimore, Maryland (3 percent); Greenlawn, New York (2.8 percent); Cambridge, United Kingdom (1.7 percent); North Amityville, New York (1.1 percent); Rockford, Illinois (0.9 percent); Rancho Santa Margarita, California (0.7 percent); Salt Lake City, Utah (0.6 percent); and various other locations within the continental U.S. (9.2 percent), and is expected to be completed in December 2018.   Fiscal 2015 aircraft procurement (Navy) funds in the amount of $1,057,056,575, and cooperative partner funds in the amount of $2,400,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract combines purchases for the Navy ($1,057,056,575; 71 percent) and the government of Australia ($432,330,735; 29 percent) under a cooperative agreement.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $89,265,000 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0070).  This modification provides for the system development and demonstration Phase I Increment 2, for the first aircraft arrival and initial operations in support of the F-35A conventional take-off and landing (CTOL) air system for the government of Israel under the Foreign Military Sales program.  This modification includes the development and demonstration, integration and sustainment planning for the Israel F-35A CTOL Air System.  Work will be performed at Fort Worth, Texas (67 percent); Redondo Beach, California (12 percent); Orlando, Florida (10 percent); Samlesbury, United Kingdom (7); and Newtown, Pennsylvania (4 percent), and is expected to be completed in March 2020.  Foreign military sales funds in the amount of $10,000,000 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.

Marvin Engineering Inc., Inglewood, California, is being awarded $16,319,520 for firm-fixed-price delivery order 0014 against a previously issued basic ordering agreement (N00019-11-G-0009) for the procurement of 420 LAU-127 guided missile launchers to enable the F/A-18 aircraft to carry and launch AIM-120 and AIM-9X missiles.  Work will be performed in Inglewood, California, and is expected to be completed in May 2020.  Fiscal 2013 aircraft procurement (Navy) funds in the amount of $16,319,520 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Science Applications International Corp., McLean, Virginia, is being awarded an $11,838,878 cost-plus-fixed-fee definitive contract for MH-60 weapon systems support and sustainment.  The MH-60 weapon systems consist of the MH-60R and the MH-60S helicopters.  The MH-60R is the Navy’s primary anti-submarine and anti-surface warfare platform and the most advanced maritime multi-mission helicopter in operation and deployed globally. The MH-60S is the Navy’s maritime workhorse, performing missions from vertical replenishment to Medevac.  The anticipated contract will support MH60R and MH60S helicopter production efforts.  This contract combines purchases for the Navy (92 percent) and the governments of Denmark (2 percent), Australia (2 percent), Saudi Arabia (2 percent), and Brazil (2 percent) under the Foreign Military Sales program.  Work will be performed in Crane, Indiana (75 percent); Indianapolis, Indiana (25 percent), and is expected to be completed by September 2017.  Fiscal 2014 procurement aircraft (Navy) funds in the amount of $376,491 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with the statutory authority of 10 U.S. Code 2304(c) (1) as implemented by Federal Acquisition Regulation 6.302-1 – only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center-Crane Division, Crane, Indiana, is the contracting activity (N00164-15-C-JN32).

Insitu Inc., Bingen, Washington, is being awarded $8,810,938 for firm-fixed-price delivery order 0042 against a previously issued basic ordering agreement (N00019-12-G-0008) for interim contractor services in support of the RQ-21 Blackjack program.  Services include logistics, training and field service representative support.  Work will be performed at Marine Corps Air Station, Cherry Point, North Carolina (60 percent); and Bingen, Washington (40 percent), and is expected to be completed in February 2016.  Fiscal 2015 procurement (Marine Corps) funds in the amount of $4,596,890 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.

Science Applications International Corp., McLean, Virginia, is being awarded an $8,330,800 modification to previously awarded contract N00024-15-C-5103 to exercise option year two for engineering support services in support of Program Executive Office for Integrated Warfare Systems (PEO IWS).  This contract will provide engineering support services, specifically engineering analysis and expertise in support of the portfolio of programs which include Aegis, Aegis fleet readiness, DDG 1000, enterprise configuration management, future combat systems, training systems, systems engineering and information assurance.  This contract combines purchases for the U.S. government (81 percent), and the governments of Japan (8 percent), Australia (5 percent), Korea (3 percent), Spain (2 percent), and Norway (1 percent) under the Foreign Military Sales program.  Work will be performed in Washington, District of Columbia (85 percent); Dahlgren, Virginia (4 percent); Norfolk, Virginia (2 percent); Bath, Maine (1 percent); Mayport, Florida (1 percent); Moyock, North Carolina (1 percent); Moorestown, New Jersey (1 percent); New York, New York (1 percent); Honolulu, Hawaii (1 percent); Reno, Nevada (1 percent); San Diego, California (1 percent); and Yokosuka, Japan (1 percent), and is expected to be completed by November 2015.  Fiscal 2015 ship construction (Navy); fiscal 2015 operations and maintenance (Navy); fiscal 2015 research, development, test and evaluation (Navy); fiscal 2015 other procurement (Navy); and foreign military sales funding in the amount of $8,330,800 will be obligated at time of award. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $2,212,363 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

ARMY

Akima Construction Services LLC,* Anchorage, Alaska, was awarded a $46,000,000 modification (P00004) to contract W91ZLK-13-D-0026 for construction at Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 15, 2016.  Funding will be determined with each order.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

Banneker Ventures LLC,* Baltimore, Maryland, was awarded a $46,000,000 modification (P00005) to contract W91ZLK-13-D-0027 for construction at AberdeenDepartment of the Army Proving Ground, Maryland, with an estimated completion date of Sept. 15, 2016.  Funding will be determined with each order.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

Bering Straits Technical Services LLC, Aberdeen Proving Ground, Maryland, was awarded a $41,550,745 modification (P00006) to contract W91ZLK-13-D-0028 for construction at Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 15, 2016.  Funding will be determined with each order.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

Patriot Construction LLC, Dunkirk, Maryland, was awarded a $36,340,000 modification (P00004) to contract W91ZLK-13-D-0029 for construction at Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 15, 2016.  Funding will be determined with each order.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

Wycliffe Enterprises Inc., Frederick, Maryland, was awarded a $36,340,000 modification (P00006) to contract W91ZLK-13-D-0030 for construction at Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 15, 2016.  Funding will be determined with each order.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

GP Strategies, Columbia, Maryland, was awarded a $29,627,843 cost-plus-fixed-fee contract for life cycle logistics support and chemical demilitarization training facility operation and maintenance.  Funding and work location will be determined with each order, with an estimated completion date of Sept. 23, 2015.  Bids were solicited via the Internet with one received. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-D-0087).

Thalle Construction Co. Inc., Hillsborough, North Carolina, was awarded a $27,591,875 firm-fixed-price contract with options for excavation, construction, and reclamation work for the Ft. Worth Central City project.  Work will be performed in Ft. Worth, Texas, with an estimated completion date of Dec. 31, 2016.  Bids were solicited via the Internet with two received.  Fiscal 2014 and 2015 other procurement funds in the amount of $27,591,875 were obligated at the time of the award. Army Corps of Engineers, Ft. Worth, Texas, is the contracting activity (W9126G-15-C-0030).

BAE Systems Land & Armament LP, York, Pennsylvania, was awarded a $21,284,990 cost-plus-fixed-fee, multi-year contract for contact maintenance, technical inspections and functional testing and maintenance of Army Prepositioned Stock and Theater Sustainment Stock Bradley tracked vehicles. Work will be performed in Kuwait with an estimated completion date of Feb. 28, 2017.  One bid was solicited with one received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $14,492,384 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-C-0063).

Archer Western Federal JV, Chicago, Illinois, was awarded a $17,724,389 firm-fixed-price contract with options for unmanned aircraft systems hanger construction, Ft. Campbell, Tennessee, with an estimated completion date of May 2, 2017.  Bids were solicited via the internet with two received.  Fiscal 2015 military construction funds in the amount of $17,724,389 were obligated at the time of the award. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-15-C-0024).

Joyner-Keeny PLLC,* Rocky Mount, North Carolina (W91278-15-D-0069); Woolpert Inc., Dayton, Ohio (W91278-15-D-0070); Maptech Inc., Jackson, Mississippi (W91278-15-D-0071); and Cardno Inc., Clearwater, Florida (W91278-15-D-0075), were awarded a $10,000,000 firm-fixed-price, indefinite-delivery contract for surveying and mapping in the Mobile District and the South Atlantic Division, Army Corps of Engineers construction program. Funding and work location will be determined with each order, with an estimated completion date of Aug. 26, 2020.  Bids were solicited via the Internet with 23 received.  Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

Marton Technologies Inc.,* Newport News, Virginia, was awarded a $9,336,607 modification (0001) to contract W52P1J-14-G-0021 for logistics support, Ft. Riley, Kansas, with an estimated completion date of Aug. 28, 2020.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $65,356 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Lakeview Center Inc., Pensacola, Florida, was awarded a $7,737,646 firm-fixed-price contract with options for dining facility attendants and contingency cook support at Joint Base Lewis-McChord, Washington, with an estimated completion date of May 31, 2020.  Bids were solicited via the Internet with one received.  Funding will be determined with each order.  Army Contracting Command, Joint Base Lewis-McChord, Washington, is the contracting activity (W911S8-15-D-0005).

Magellan Behavioral Health, Columbia, Maryland, was awarded a $7,737,646 modification (P00017) to contract W81XWH-11-C-0542 for 24/7 operation of the Outreach Call Center for the Defense Centers of Excellence for Traumatic Brain Injury and Psychological Health, Maryland Heights, Missouri, with  an estimated completion date of Sept. 29, 2016 .  Fiscal 2015 operations and maintenance (Army) funds in the amount of $ 7,373,889 were obligated at the time of the award.  Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity.

General Dynamics Land Systems Customer Service and Support, Sterling Heights, Michigan, was awarded a $7,184,510 cost-plus-fixed-fee, multi-year contract for maintenance, technical inspections, and testing of the Army Prepositioned Stock and Theater Sustainment Stock Abrams tracked vehicles. Work will be performed in Kuwait with an estimated completion date of Feb. 28, 2017.  One bid was solicited with one received.  Fiscal 2015 operations and maintenance (Army) in the amount of $3,750,000 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-C-0062).

UPDATE:  Systems Technologies Inc., West Long Branch, New Jersey (W52P1J-15-D-0048); and Savantage Solutions, Rockville, Maryland (W52P1J-15-D-0083), have been added as awardees to a previously announced (March 21, 2014) maximum $461,000,000 indefinite-delivery/indefinite-quantity, task order contract for program management support services for the Program Executive Office Enterprise Information Systems headquarters, directorates, project/product offices and related organizations. These contractors are being added to the previously awarded suite of contracts due to reopening and corrective action. Funding and performance locations will be determined with each order. The estimated completion date is Aug. 24, 2020. Bids were solicited via the Internet with 22 received. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Ship Supply of Florida Inc.,* Miami, Florida, has been awarded a maximum $19,896,283 modification (P00002) for a four-year base contract (SP0600-15-D-0379) adding additional points of delivery for marine gas oil. This is a fixed-price with economic-price-adjustment contract. Locations of performance are Florida, Alaska, California, Hawaii, Louisiana, Maine, Minnesota, New York and Virginia, with an April 30, 2019, performance completion date. Using military services are Army, Navy and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

AIR FORCE

nLogic LLC, has been awarded a $16,104,764 production contract for control and reporting center operation modules and associated support. The location of performance is Huntsville, Alabama, and is expected to be complete by Aug. 27, 2019.  This award is the result of a competitive acquisition and five offers were received. 2015 Air Force other procurement funds in the amount of $16,104,764 are being obligated at the time of award. Air Force Lifecycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-15-C-0036).

Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a356px-Seal_of_the_US_Air_Force.svg $10,071,486 cost-plus-award-fee modification (P00097) to the previously awarded contract FA8810-08-C-0002 for the Neptune Common Ground Architecture Implementation Phase II change. Contractor will extend the Naval Research Laboratory’s Neptune Common Ground Architecture capabilities for surveillance tasking and refactoring of space-based infra-red systems mission management functions to provide planning data for external use and real-time schedule management. Work will be performed at Sunnyvale, California, and is expected to be complete by Sept. 30, 2018.  Fiscal 2015 Air Force and Department of Defense research, development, test and evaluation funds in the amount of $3,280,525 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

L-3 Communications Mission Integration Division, Greenville, Texas, has been awarded a $8,207,261 cost-plus-fixed-fee contract for enhanced electronic intelligence exploitation processor software, hardware, and reports; Nyquist folding receiver software and reports; and Timberline II software, hardware and reports. Contractor will research, develop, and demonstrate enabling technologies and algorithms for real-time and near-real time automatic detection and measurement, processing, and exploitation of radio frequency emissions in support of electronic intelligence. Work will be performed at Greenville, Texas, and is expected to be complete by Aug. 27, 2020.  This award is the result of a competitive acquisition and six offers were received. Fiscal 2015 research, development, test and evaluation funds in the amount of $213,256 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-15-C-0064).

*Small business

bmg logo(R)2

BMG AD (fv)



Viewing all articles
Browse latest Browse all 149

Trending Articles