Quantcast
Channel: News for security cleared job seekers » Kathleen Smith
Viewing all 525 articles
Browse latest View live

DoD Contracts: Sikorsky Aircraft Corp. Awarded $46M for UH-60M Blackhawk Helicopters

$
0
0

ARMYUH_60M_Blackhawk_SOAR_V6_1.jpg414e3bdc-8e4c-4b05-a416-4bc51265877dLarge

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $46,142,640 modification (P00277) to foreign military sales contract W58RGZ-12-C-0008 (Slovakia) for four UH-60M Blackhawk helicopters and other government equipment configured to customer requirements.  Work will be performed in Stratford, Connecticut, with an estimated completion date of May 31, 2017.  Fiscal 2015 other procurement funds in the amount of $46,142,640 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Longbow LLC, Orlando, Florida, was awarded a $61,846,330 fixed-price-incentive contract for 67 radar electronics units with spares.  Work will be performed in Orlando, Florida, with an estimated completion date of May 31, 2016.  One bid was solicited with one received.  Fiscal 2013, 2014, and 2015 other procurement funds in the amount of $61,846,330 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-C-0078).

Kiewit Infrastructure West Co., Vancouver, Washington, was awarded a $22,693,310 firm-fixed-price contract for the East Fish Ladder Auxiliary Water Supply Backup System at the Dalles Dam, Klickitat County, Washington, with an estimated completion date of May 1, 2017.  Bids were solicited via the Internet with three received.  Fiscal 2015 other procurement funds in the amount of $22,693,310 were obligated at the time of the award.  Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-15-C-0018).

Northrop Grumman Space and Mission Systems Corp., Herndon, Virginia, was awarded a $20,400,000 modification (P00040) to contract W31P4Q-11-D-0019 for continued tactical support for the Counter Rocket, Artillery, Mortar Program Office.  Funding and work location will be determined with each order, with an estimated completion date of Sept. 2, 2016.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AM General, South Bend, Indiana, was awarded a $10,352,046 modification (P00003) to foreign military sales contract W56HZV-15-C-0155 for 28 M1165A1 HMMWVs (Tunisia) and 22 ambulance shelters (Afghanistan).  Work will be performed in Mishawaka, Indiana, with an estimated completion date of April 29, 2016.  Fiscal 2015 other procurement funds in the amount of $10,352,046 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

Engineering Remediation Resources Group Inc.,* Martinez, California, was awarded a $9,900,000 firm-fixed-price, multi-year, indefinite-delivery/indefinite-quantity contract with options for the Military Munitions Response Program, Army Corps of Engineers, Northwestern Division, and existing customers.  Funding and work location will be determined with each order, with an estimated completion date of Sept. 3, 2020.  Bids were solicited via the Internet with 10 received.  Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-15-D-0029).

KDH Defense Systems Inc.,* Eden, North Carolina (W91CRB-15-D-0032); Hawk Protection Inc.,* Pembroke Pines, Florida (W91CRB-15-D-0033); and Bethel Industries Inc.,* Jersey City, New Jersey (W91CRB-15-D-0034), were awarded a $9,800,000 firm-fixed-price, multi-year, multiple award task order contract for Soldier Protection System torso and extremity protection blast pelvic protectors.. Funding and work location will be determined with each order, with an estimated completion date of Aug. 31, 2018.  Bids were solicited via the Internet with seven received.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

Mandus Group,* Rock Island, Illinois, was awarded a $6,827,365 modification (0011) to contract W56HZV-12-D-0004 for trailer-mounted hydraulic system test and repair units.  Funding and work location will be determined with each order, with an estimated completion date of Aug. 5, 2016.  Army Contracting Command, Warren, Michigan, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Propper International Inc., Mayaguez, Puerto Rico, has been awarded a maximum $128,037,522 modification (P00118) exercising the second one-year option period of a one-year base contract (SPM1C1-13-D-1062) with two one-year option periods for modular lightweight load-carrying equipment. This is a firm-fixed-price contract. Locations of performance are Puerto Rico, Arkansas, Mississippi, Texas, Washington, North Carolina, and New York, with a Sept. 5, 2016, performance completion date. Using military services are Army and Air Force. 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.

Merlin Petroleum Company Inc.,* Westport, Connecticut, has been awarded a maximum $11,933,001 fixed-price with economic-price-adjustment contract for marine gas oil. This was a competitive acquisition with six responses received. This is a three-year base contract with no option periods. Locations of performance are Connecticut, Florida, Massachusetts, Maryland, North Carolina, and Minnesota, with an April 30, 2019, performance completion date. Using services are Army, Navy, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-15-D-0371).

AIR FORCE

Cubic Defense Applications, San Diego, California, has been awarded a $16,959,166 cost-plus-fixed-fee contract for secure live-virtual-constructive advanced training environment-advanced technology demonstration. Contractor will provide for the development, integration, test, and demonstration of live virtual constructive technologies. Work will be performed at San Diego, California; and Nellis Air Force Base, Nevada, and is expected to be complete by Sept. 30, 2018. This award is the result of a competitive acquisition and one offer was received. Fiscal 2014 research, development, test and evaluation funds in the amount of $7,110,899 are being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-C-6598).

Amherst Systems, Inc., Buffalo, New York, has been awarded a $9,100,822 indefinite-delivery, requirements type contract for engineering services to support the Electronic Warfare Avionics Integrated Support Facility Simulation Network. Contractor provides for on-site engineering support, off-site engineering support, over and above repairs, simulator upgrades, and cost reimbursable material and travel to support the engineering services. Work will be performed at Robins Air Force Base, Georgia, or as cited on individual task orders for off-site support and is expected to be complete by Sept. 10, 2020.  This award is the result of a sole-source acquisition. Fiscal year 2015 procurement funds and operations and maintenance funds in the amount of $629,015 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. (FA8523-15-D-0001)

CEMS Engineering Inc., Ladson, South Carolina, has been awarded a not-to-exceed $7,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect-engineer services. Contractor will develop master planning documents for horizontal construction and utility infrastructure, and accomplish studies at Joint Base Charleston Air Base, to include the Weapon Station, Short Stay Recreational Facility and North Auxiliary Airfield. Work will be performed at Joint Base Charleston, South Carolina, and is expected to be complete by Sept. 1, 2016.  This award is the result of a competitive acquisition and five offers were received. Fiscal 2015 operation and maintenance funds in the amount of $15,000 are being obligated at the time of award. The 628th Contracting Squadron, Joint Base Charleston, South Carolina, is the contracting activity (FA4418-15-D-0007).

United Launch Services LLC, Littleton, Colorado, has been awarded a $7,095,067 cost-plus-fixed-fee modification (P00021) to the previously awarded contract FA8811-13-C-0003 for procuring tooling and integrating the RL10B-2 B-cone with a “hatband” stiffening ring reinforcement to mitigate the RL10B-2 Engine B-cone debris produced during normal ascent operations in support of the Evolved Expendable Launch Vehicle program. Work will be performed at Centennial, Colorado, and is expected to be complete by Sept. 30, 2019. This award is the result of a sole-source acquisition. Fiscal 2015 Air Force and fiscal 2013 National Reconnaissance Office missile procurement funds in the amount of $7,095,067 are being obligated at the time of award. Launch Systems Directorate, Los Angeles Air Force Base, California, is the contracting activity.

Lockheed Martin Corp., Fort Worth, Texas, has been awarded a $6,865,620 modification (P00635) to the previously awarded contract FA8611-08-C-2897 for the F-22 sustainment contract for Reliability and Maintainability Maturation Program (RAMMP) annual support. Contractor will provide solution identification and technical order data for RAMMP project AF100FD. Work will be performed at Fort Worth, Texas, and is expected to be complete by Dec. 31, 2017.  Fiscal 2015 funds in the amount of $6,865,620 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

NAVY

Alliant Techsystems Operations LLC, Defense Electronic Systems, Northridge, California., is being awarded a $118,724,146 firm-fixed-price contract for the Full Rate Production Lot 4 procurement of the Advanced Anti-Radiation Guided Missile (AARGM) services for the U.S. Navy and the Governments of Australia and Italy, to include conversion of AGM-88B High-Speed Anti-Radiation Missiles to 142 AGM-88E All-Up-Rounds and 12 Captive Air Training Missiles, to include related supplies and.  Work will be performed in Northridge, California (90 percent); Fusaro, Italy (8 percent); and Ridgecrest, California (2 percent), and is expected to be completed in December 2018.  Fiscal 2013, 2014 and 2015 weapons procurement (Navy) and Cooperative Partner and Foreign Military Sales funds in the amount of $118,724,146 will be obligated at time of award, $5,982,820 of which will expire at the end of the current fiscal year.  This contract combines purchase for the U.S. Navy ($95,478,632; 80.4 percent), the Government of Australia ($11,945,683; 10 percent), and the Government of Italy ($11,299,831; 9.6 percent).  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-C-0163).

Lockheed Martin Corp., Mission Systems and Training, Liverpool, New York, is being awarded a $25,108,877 hybrid cost-plus-fixed-fee, firm-fixed price contract for two Japanese auxiliary oceanographic surveillance twin line (TL) towed array systems, a U.S. TL-29A spare array, a towed array conversion, engineering services, material, travel and provisioned items under the Maritime Surveillance Systems Program Office, Program Executive Office Submarines, Naval Sea Systems Command.  This contract includes options which, if exercised, would bring the cumulative value of the contract to an estimated $71,086,405.  This contract combines purchases for the U.S. Navy (49 percent) and the government of Japan (51 percent) under the Foreign Military Sales Program.  Work will be performed at Syracuse, New York and is expected to be completed by Aug. 2, 2017.  If all options are exercised, work could continue until September 2019.  Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $118,547 will be obligated at the time of award and will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1) – only one responsible source (FAR Subpart 6.302-1).  The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-15-C-0214).

CB&I Federal Services, LLC, Baton Rouge, Louisiana, is being awarded $24,811,914 firm-fixed-price task order FZ01 under a previously awarded multiple award construction contract (N39430-15-D-1632) for repair of the Miramar Fuel Pipeline at Naval Base Point Loma. The work to be performed provides for construction repairs that are necessary to maintain safe operation of the existing pipeline. The project is to repair approximately five miles of the pipeline with new 8-inch pipe, and includes provision for five additional valve vaults to enhance operational and maintenance needs.  The existing pipeline will remain in service while the new pipe is being constructed and will require extensive coordination with local government and state agencies.  It is a dual product pipeline carrying both jet propellant 5 and diesel fuel marine.  The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal.  The task order also contains one unexercised option, which if exercised would increase cumulative task order value to $24,895,470.  Work will be performed in San Diego, California, and is expected to be completed by May 2017.  Fiscal 2015 Defense working capital contract funds in the amount of $24,811,914 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, Southwest, San Diego, California, is the contracting activity.

Maxon Furniture, Inc., Muscatine, Iowa, is being awarded a $14,879,992 firm-fixed-price indefinite-delivery/indefinite-quantity contract for the delivery and installation of up to 850 workstations at the Naval Air Warfare Center Weapons Division, Point Mugu and China Lake, California.  Work will be performed in Muscatine, Iowa, 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 was competitively procured via a request for proposals and five offerers were received.  The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-15-D-0024).

Lockheed Martin, Mission Systems and Training, Baltimore, Maryland, is being awarded a $13,989,104 cost-plus-award-fee modification to previously awarded contract (N00024-15-G-2303) to provide advance planning, material procurement and accomplishment of work for emergent availabilities for littoral combat ships.  Work will be performed in Mayport, Florida, and is expected to be completed by March 2016.  Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $9,432,247 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, Bath, Maine, is the contracting activity.

AVOX Systems, Inc., Lancaster, New York, is being awarded a $12,146,573 firm-fixed-price indefinite-delivery/indefinite-quantity contract for the procurement of oxygen masks, stowage boxes, portable oxygen cylinders; cylinder pouches, brackets; thermal compensators; portable oxygen tanks, and associated engineering and technical support for the U.S. Navy and the Government of Australia.  Work will be performed in Lancaster, New York, and is expected to be completed in September 2019.  Fiscal 2015 aircraft procurement (Navy) and foreign military sales funds in the amount of $3,404,411 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract combines purchase for the U.S. Navy $10,102,570; 83 percent) and the Government of Australia ($2,044,003; 17 percent) under the cooperative engagement agreement.  This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1).  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-15-D-0004).

L-3 Communications Vertex Aerospace LLC, Madison, Mississippi, is being awarded a $12,009,064 modification to a previously awarded indefinite-delivery requirements contract (N00019-12-D-0016) to exercise an option for maintenance, repair, and logistics support for the Chief of Naval Air Training Aircraft’s intermediate maintenance departments located at the Naval Air Station (NAS) Pensacola, Florida and NAS Corpus Christi, Texas.  Support to be provided includes labor, equipment, tools, services, and direct and indirect material.  Work will be performed at NAS Pensacola, Florida (60 percent) and NAS Corpus Christi, Texas (40 percent), and is expected to be completed in September 2016.  No funds are being obligated at time of award; funds will be obligated against individual task orders as they are issued.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Whitesell-Green, Inc.,* Pensacola, Florida, is being awarded $9,932,000 for firm-fixed-price task order 0007 under a previously awarded multiple award construction contract (N40085-13-D-7776) for construction of a submarine maintenance facility at the Norfolk Naval Shipyard.  The work to be performed provides for installation of new pilings and construction of a maintenance facility with light industrial-type activity on the first floor and office space on the second floor, ancillary support spaces, site work around the proposed building and incidental related work as required to provide a functional maintenance facility.  Work will be performed in Portsmouth, Virginia, and is expected to be completed by March 2017.  Fiscal 2015 military construction (Navy) contract funds in the amount of $9,932,000 are being obligated on this award and will not expire at the end of the current fiscal year.  One proposal was received for this task order.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

AAI Corp., doing business as Textron Systems, Hunt Valley, Maryland, is being awarded a $9,076,862 modification to previously awarded firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00174-14-D-0002) for the production of universal test sets (UTS), engineering services and program and configuration management.  The UTS systems are in support of the Joint Counter Radio Controlled Improvised Explosive Device Electronic Warfare program.  Work will be performed in Hunt Valley, Maryland, and is expected to be completed by September 2017.  No funding will be obligated at time of award.  The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

DEFENSE THREAT REDUCTION AGENCY

BioProtection Systems Corp., Ames, Iowa, is being awarded an $8,168,814 cost-plus-fixed fee contract to advance the rVSV ZEBOV-GP (BPSC1001) candidate Ebola Zaire vaccine towards regulatory approval.  This effort will be performed primarily at the contractor location in Ames, Iowa, with additional work being accomplished at various locations including, Manhattan, Kansas, Frederick, Maryland, Cambridge, Massachusetts, Columbus, Ohio, and Washington, District of Columbia. The estimated completion date for the base period of the contract is Sept. 8, 2016.  Fiscal 2015 research, development, test and evaluation funds in the amount of $8,168,814 are being obligated at time of award.  This contract was a competitive acquisition under a broad agency announcement.  The Defense Threat Reduction Agency, Ft. Belvoir, Virginia is the contracting activity (HDTRA1-15-C-0058).


DoD Contracts: Northrop Grumman Corp. Awarded $10M for F-16 Fleets

$
0
0

AIR FORCE1778

Northrop Grumman Systems Corp., Baltimore, Maryland, has been awarded a $10,401,839 firm-fixed-price contract for V9 radar spares to the governments of Iraq, Egypt, Oman and Morocco. Contractor will provide various hardware components for the V9 fire control radar for the four countries’ F-16 fleets. Work will be performed at Baltimore, Maryland, and is expected to be complete by Dec. 31, 2017. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8615-13-C-6018).

Centerra Group LLC, Palm Beach Gardens, Florida, has been awarded a $9,471,935 option, firm-fixed-price, cost reimbursable for fuel modification (P00041) to the previously awarded contract FA2521-12-C-0057 for fire protection, emergency management and emergency medical services contract. This option will provide for non-personal services involving fire protection, emergency management and emergency medical services for Cape Canaveral Air Force Station. Work will be performed at Patrick Air Force Base, Florida, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operation and maintenance funds are being used, and no funds were being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity.

American Systems Corp., Chantilly, Virginia, has been awarded a $6,826,190 modification (02) to the previously awarded contracts FA7046-11-D-0001/0003 for F-35 operational test and evaluation verification and validation. Contractor will provide for the rescope of work to be performed for verification and validation for the F-35 verification simulation environment for operational test and evaluation. Work will be performed at Edwards Air Force Base, California, and is expected to be complete by Dec. 31, 2017. Fiscal 2014 research, development, test and evaluation funds are being used, and no funds were obligated at the time of the award. Air Force Operational Test and Evaluation Center, Kirtland Air Force Base, New Mexico, is the contracting activity.

Lockheed Martin Corp., Colorado Springs, Colorado, has been awarded a $6,690,663 modification (000313) to the previously awarded contract FA8730-13-D-0006 for the Air Tasking Order Management System program. Contractor will provide changes within the Air Tasking Order Management System to maintain legacy compatibility within the Command and Control Air Operations – Command and Control Information Services suite. Work will be performed at Colorado Springs, Colorado, and is expected to be complete by Sept. 30, 2016. Fiscal 2015 research and development funds in the amount of $3,750,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

ARMY

AM General LLC, South Bend, Indiana, was awarded a $428,295,155 firm-fixed-price, multi-year, indefinite-delivery/indefinite-quantity contract for M997A3-configured high mobility multi-wheeled ambulance chassis vehicles for domestic disaster relief efforts by the Army, Army Reserve and Army National Guard.  Funding and work location will be determined with each order, with an estimated completion date of Sept. 4, 2021.  Bids were solicited via the Internet with one received.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-D-0102).

Manson Construction Co., Seattle, Washington, was awarded an $86,722,210 firm-fixed-price contract with options for beach fill, Long Branch, New Jersey, with an estimated completion date of Sept. 3, 2016.  Bids were solicited via the Internet with three received.  Fiscal 2015 other procurement funds in the amount of $86,722,210 were obligated at the time of the award. Army Corps of Engineers, New York, New York is the contracting activity (W912DS-15-C-0014).

Northrop Grumman Space and Mission Systems Corp., Herndon, Virginia, was awarded a $20,400,000 modification (P00040) to contract W31P4Q-11-D-0019 for continued tactical support for the Counter Rocket, Artillery, Mortar Program Office.  Funding and work location will be determined with each order, with an estimated completion date of Sept. 2, 2016.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

PVI Industries Inc.,* Ft. Worth, Texas, was awarded a $13,161,048 firm-fixed-price contract for advanced water heaters.  Funding and work location will be determined with each order, with an estimated completion date of March 4, 2020.  Bids were solicited via the Internet with one received.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-D-0097).

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $12,719,178 firm-fixed-price foreign military sales contract (Australia) for M1A2 Abrams tank heavy suspension components.  Work will be performed in Sterling Heights, Michigan; Eynon, Pennsylvania; and Lima, Ohio, with an estimated completion date of April 4, 2017.  One bid was solicited and one received.  Fiscal 2010 other procurement funds in the amount of $12,719,178 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0151).

Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $14,640,798 modification (P00022) to contract W91RUS-13-C-0006 for operation and maintenance of Title X communications equipment and information systems, Network Enterprise Technology Command units in Kuwait, Qatar, Afghanistan, Iraq, Jordan, United Arab Emirates, and Bahrain, with an estimated completion date of May 31, 2016.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $14,640,798 were obligated at the time of the award.  Army Contracting Command, Ft. Huachuca, Arizona, is the contracting activity.

Avalon Contracting Inc.,* Roy, Washington (W912DW-15-D-1005); Blue Mountain Mechanical Inc.,* Olympia, Washington (W912DW-15-D-1006); and Holmes Mechanical Inc.,* Silverdale, Washington (W912DW-15-D-1007), were awarded a $9,000,000 firm-fixed-price contract with options for maintenance, repair, and minor mechanical construction work on real property at Joint Base Lewis-McChord, Washington, with an estimated completion date of Sept. 7, 2020.  Bids were solicited via the Internet with four received.  Funding will be determined with each order.  Army Corps of Engineers, Seattle, Washington, is the contracting activity.

Caterpillar Inc., Mossville, Illinois, was awarded a $7,036,128 modification (P0071) to contract W56HZV-08-D-0169 for Type I T-9 dozer with  Type A kits, Type II T-9 dozer with  Type A kits, and T-9 C armor kits.  Funding and work location will be determined with each order, with an estimated completion date of Sept. 7, 2015.  Army Contracting Command, Warren, Michigan, is the contracting activity.

Grant Thornton LLP, Alexandria, Virginia, was awarded a $6,585,008 modification (0008P4) to contract W81XWH-08-D-0027 for integrative support services for the Defense Center of Excellence for psychological health and traumatic brain injury. Funding and work location will be determined with each order, with an estimated completion date of Sept. 20, 2016.  Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity.

NAVY

United Technologies Corp., Pratt & Whitney, Military Engines, East Hartford, Connecticut, is being awarded a not-to-exceed $249,830,014 undefinitized modification to a previously awarded fixed-price-incentive, firm-target contract (N00019-14-C-0004) to procure low-rate initial production (LRIP) Lot 9 propulsion system initial spares for the global spares pool to include initial spare engines, initial spare modules, and initial spare parts required in support of the LRIP Lot 9 F-135 propulsions systems for the F-35 Lightning II Joint Strike Fighter aircraft for the Navy, Air Force, Marine Corps, international partners, and foreign military sales customers.  Work will be performed in East Hartford, Connecticut (93 percent); Indianapolis, Indiana (6 percent); and Bristol, United Kingdom (1 percent).  Work is expected to be completed in July 2018.  Fiscal 2013 aircraft procurement (Navy); fiscal 2014 aircraft procurement (Air Force); fiscal 2015 aircraft procurement (Air Force and Navy); international partner; and foreign military sales funds in the amount of $237,915,769 are being obligated on this award, $67,202 of which will expire at the end of the current fiscal year.  This contract combines purchases for the Air Force ($121,377,432; 49 percent); Navy ($57,573,977; 23 percent); international partners ($62,853,526; 25 percent); and foreign military sales ($8,025,079; 3 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Mission Systems and Training, Moorestown, New Jersey, is being awarded a $26,523,481 cost-plus-incentive-fee with award-fee, cost-plus-incentive-fee with performance-incentive-fee, firm-fixed-price, and cost-only contract for ship integration and test of the Aegis Weapon System (AWS) for AWS baselines through Advanced Capability Build 16.  The Aegis for ship integration and test effort includes management of the physical design, installation, test and maintenance, from concept development throughout a ship’s lifecycle.  This requires development of design modifications, ship space arrangements, installation/test procedures, and development of an Aegis Combat System including ballistic missile defense cable plant design applicable to Aegis ship design and system technical requirements.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $427,607,895.  Work will be performed in Moorestown, New Jersey (44 percent); San Diego, California (19 percent); Norfolk, Virginia (18 percent); Bath, Maine (9.5 percent); and Pascagoula, Mississippi (9.5 percent); and is expected to be completed by August 2016.  Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $10,713,484 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 Navy Electronic Commerce Online and Federal Business Opportunities websites, with two offers were received.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-5151).

Raytheon Co., McKinney, Texas, is being awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of maritime patrol and reconnaissance aircraft (MPRA) AN/APS-148 SeaVue radar system components, engineering services, spares and repairs.  The MPRA is the primary maritime surveillance aircraft operated by the Navy. Functions and duties include anti-submarine and anti-surface warfare; command, control, communications, computer, intelligence surveillance and reconnaissance; search and rescue; drug interdiction; and exclusive economic zone protection.  Work will be performed in McKinney, Texas, and is expected to be completed by September 2020. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $2,035,752 will be obligated at time of award and will not expire at the end of the current fiscal year.  The 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 solicitation was posted via the Federal Business Opportunities website, with one offer received.  The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-15-D-JT89).

Sealift Inc., Oyster Bay, New York, is being awarded a $16,847,346 modification under a previously awarded firm-fixed-price contract (N62387-15-C-3201)to exercise a one-year option period for the time charter of one U.S. flagged, self-sustaining ship, M/V LTC John U.D. Page, to support the Army’s at-sea prepositioning program.  Work will be performed worldwide, commencing on Oct. 1, 2015, and is expected to be completed by Sept. 30, 2016.  Subject to availability of funds, fiscal 2016 transportation working capital contract funds in the amount of $16,847,346 are being obligated at the time of award and will not expire at the end of the current fiscal year.  The Military Sealift Command, Washington, District of Columbia, is the contracting activity.

Sealift Inc., Oyster Bay, New York, is being awarded a $7,725,894 modification under a previously awarded firm-fixed-price contract (N00033-12-C-3303) to exercise a one-year option period for the time charter of one U.S. flagged, self-sustaining ship, M/V MAJ Bernard F. Fisher, to support the Air Force’s at-sea prepositioning program.  Work will be performed worldwide, commencing on Oct. 1, 2015, and is expected to be completed by Sept. 30, 2016.  Subject to availability of funds, fiscal 2016 transportation working capital contract funds in the amount of $7,725,894 are being obligated at the time of award and will not expire at the end of the fiscal year.  The Military Sealift Command, Washington, District of Columbia, is the contracting activity.

Sirona USA,* Charlotte, North Carolina, is being awarded a $6,724,767 firm-fixed-price contract, against Federal Supply Schedule contract number V797P-3170M.  This contract will provide dental prosthesis computer-aided design and manufacturing of chairside dental systems in support of several Navy medical treatment facilities.  This contract contains options, which if exercised, will bring the total contract value to $9,556,584.  The work will be performed in Charlotte, North Carolina, and is expected to be completed Sept. 30, 2015.  If all options are exercised, work will continue through Aug. 31, 2016.  Fiscal 2015 Defense Health Program operations and maintenance (Navy) funds in the amount of $6,724,767 will be obligated at the time of award and will expire at the end of the current fiscal year.  This requirement was sole-sourced under the authority of Federal Acquisition Regulation 8.405-6(a)(1)(i)(B) – only one source capable of providing the supplies or serviced required at the level of quality required because the supplies or services are unique or highly specialized.  The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-15-F-1060).

CommIT Enterprises Inc.,* Hughesville, Maryland, is being awarded $33,771,517 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity task order contract for support services in the areas of planning, analysis, monitoring, evaluation, assessment, and documentation of programs required to satisfy the Joint Staff J8’s Functional Capability Board’s needs.  This contract includes a five-year ordering period.  Work will be performed in Arlington, Virginia, and work is expected to be completed by September 2020.  Fiscal 2015 operation and maintenance (defense agencies) funds in the amount of $3,377,152 will be obligated at the time of award and funds will expire at the end of the current fiscal year.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with five offers received.  The contract was competitively procured as an 8(a) set-aside requirement.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Pennsylvania, is the contracting activity (N00189-15-D-Z018).

Omega Aerial Refueling Co.,* Alexandria, Virginia, is being awarded a $31,924,040 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-13-D-0010) to exercise an option for contractor owned and operated aircraft services in support of the Contracted Air Services (CAS) program.  The CAS program provides aerial refueling services for the Navy, other Department of Defense and government agencies, the Foreign Military Sales program and government contractors.  Work will be performed at Victorville, California (50 percent); and Norfolk, Virginia (50 percent), and is expected to be completed by September 2016.  Fiscal 2015 operations and maintenance (Navy) funds in the amount of $11,480,210 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.

Rolls Royce Marine North America, Walpole, Massachusetts, is being awarded a $9,816,302 cost-plus-fixed-fee completion contract for the marinized alloys and coatings development plus complete hot section upgrade package for the 501-K34 gas turbine.  The contractor will develop marine material upgrades for the 501-K34 engine including blade/vane alloys, coatings, and disk coatings.  These new materials will enable the Navy to operate this engine more efficiently and for longer duration in the aggressive marine environment.  As a major partner and subcontractor to Rolls Royce Marine North America, Rolls-Royce Corp. (RRC), Indianapolis, Indiana, will provide engineering expertise for the development of new alloys and coatings for incorporation into the gas turbine design.  A variety of suppliers will provide blade/vane alloys, apply coatings to test material and hardware and provide certain testing services for the assessment of the new materials. As new materials and coatings are identified, RRC will incorporate these into component design and verify those designs for testing.  RRC will also coordinate production of engine upgrade hardware including casting, machining and coating suitable for subsequent engine testing performed at a Naval Sea Systems facility.  Work will be performed in Indianapolis, Indiana (99 percent); and Walpole, Massachusetts (1 percent).  Work is expected to be completed by Sept. 29, 2020.  Fiscal 2014 and 2015 research, development, test, and evaluation funds in the amount of $510,000 are being obligated at the time of award, and funds in the amount of $210,000 will expire at the end of the current fiscal year.  This contract was competitively procured under broad agency announcement 13-013, for which seven proposals were received in response to the solicitation and two awards will be made.  The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-15-C-0116).

DEFENSE LOGISTICS AGENCY

Vinyl Technology,* Monrovia, California, has been awarded a maximum $9,909,459 modification (P00009) exercising the first one-year option period of a one-year base contract (SPE1C1-14-D-1042) with three one-year option periods for manufacturing and delivery of CSU-22/P advanced technology anti-gravity suits. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is California, with a Sept. 9, 2016, performance completion date. Using military service is Air Force. 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.

SNC Manufacturing LLC,* Orocovis, Puerto Rico, has been awarded a maximum $99,793,805 modification (P00126) exercising the third one-year option period of a one-year base contract (SPM1C1-12-D-1063) with four one-year option periods for Army combat uniforms. This is a firm-fixed-price contract. Locations of performance are Puerto Rico and Alabama, with a Sept. 11, 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.

Plaza Marine Inc.,* Manasquan, New Jersey, has been awarded a maximum $34,259,796 fixed-price with economic-price-adjustment contract for marine gas oil. This was a competitive acquisition with three responses received. This is a four-year base contract with no option periods. Locations of performance are New Jersey, Florida, Maryland, Pennsylvania and South Carolina, with an April 30, 2019, performance completion date. Using services are Army, Navy, 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 (SP0600-15-D-0376).

General Petroleum Corp.,* Rancho Dominguez, California, has been awarded a maximum $15,601,650 modification (P00001) to a four-year base contract (SP0600-15-D-0363) adding additional points of delivery for marine gas oil. This is a fixed-price with economic-price-adjustment contract. Location of performance is California, with an April 30, 2019, performance completion date. Using military services are Army, Navy, 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.

CORRECTION: The contract announced on Sept. 2, 2015, for Hospira WorldWide Inc., Lake Forest, Illinois (SPE2D0-15-D-0006) for $49,966,387 was announced with an incorrect contract number. The correct contract number is SPE2D0-15-D-0007.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Leidos Inc., Reston, Virginia, has been awarded a $9,894,654 cost-plus-fixed-fee contract modification (P00009) of previously awarded HR0011-12-C-0086 for a within-scope change to the contract to support an extended test-phase for the Anti-Submarine Warfare (ASW) Continuous Trail Unmanned Vessel (ACTUV) program. This modification is in line with a memorandum of agreement executed between the Defense Advanced Research Projects Agency (DARPA) and a Department of Defense transition partner. Fiscal 2015 research and development funds in the amount of $2,448,954 are being obligated at the time of award. Work will be performed in Long Beach, Mississippi (45 percent); Arlington, Virginia (37 percent); Bowie, Maryland (14 percent); Scappoose, Oregon (1 percent); Portland, Oregon (1 percent); Gulfport, Mississippi (1 percent); and Glen Burnie, Maryland (1 percent), with an estimated completion date of November 2016. DARPA, Arlington, Virginia, is the contracting activity.

The University of Pennsylvania, Linguistic Data Consortium, Philadelphia, Pennsylvania, has been awarded a $7,744,259 cost-type contract for a research project under the Low Resource Languages for Emergent Incidents (LORELEI) program. The LORELEI program aims to dramatically advance the state of computational linguistics and human language technology to enable rapid, low-cost development of capabilities for low-resource languages. Fiscal year 2015 research and development funds in the amount of $3,039,340 are being obligated at time of award. Work will be performed in Philadelphia, Pennsylvania (88 percent); Boulder, Colorado (3 percent); Budapest, Hungary (1 percent); College Park, Maryland (8 percent) with an estimated completion date of September 2017. This contract was a competitive action and 45 offers were received. The Defense Advanced Research Projects Agency (DARPA), Arlington, Virginia, is the contracting activity (HR0011-15-C-0123).

DEFENSE INFORMATION SYSTEMS AGENCY

General Dynamics Information Technology, Fairfax, Virginia was awarded a competitive, single award, indefinite-delivery/indefinite-quantity contract to provide communications systems acquisition, integration, installation, operations & maintenance in support of United States Air Forces Central Command (USAFCENT) deployed mission requirements. The face value of this action is $450,000,000 (contract ceiling). The minimum guarantee of $5,000 will be satisfied through issuance of Task Order 0001, which will coincide with contract award and be funded by fiscal 2015 operations and maintenance appropriations. Performance will be at USAFCENT locations throughout Southwest Asia. Proposals were solicited via FedBizOpps, and five proposals were received. The ordering period consists of a one-year base period with four, one-year options for a total contract life cycle of 5 years.  The period of performance for the base period is through Sept. 3, 2016.  The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1028-15-D-0007).

Segovia Inc., doing business as Inmarsat Government, Reston, Virginia, was awarded a competitive, single award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for worldwide commercial telecommunications services to include satellite capacity in C, Ku, Ka, and X-Band for mobile and fixed satellite transceivers on maritime, airborne, and ground platforms.  The contract ceiling is $450,000,000, and the minimum guarantee is $150,000.  The period of performance consists of a one-year base, and four one-year option periods for a total contract life of five years. The period of performance for the base period is Sept. 8, 2015 – Sept. 7, 2016, and each option year follows consecutively through Sept. 7, 2020.  Task orders will be issued annually and will be funded by the appropriate fiscal year operations and maintenance (O&M) funds.  The initial task order is issued concurrently with the contract award to fund the guaranteed minimum using fiscal 2015 O&M funds.  Proposals were solicited via FedBizOps, on solicitation HC1013-14-R-0004, and three proposals were received.  The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-15-D-0002).

U.S. SPECIAL OPERATIONS COMMAND

OGSystems, LLC., Chantilly, Virginia; A-T Solutions, Inc., Fredericksburg, Virginia; Leidos, Inc., Reston, Virginia; and Barbaricum, LLC., Washington, District of Columbia were each awarded indefinite-delivery, indefinite-quantity contracts in response to the Targeted Requirement Execution (T-REX) RFP H92222-15-R-0010.  This multiple award contract is to acquire Systems Integrators/Coordinators to provide Intelligence, Surveillance, and Reconnaissance-related equipment solutions, incidental development and other services to the government in three main categories;  (1) Hardware and Modifications, (2) Specialized Communication Solutions and Networks, and (3) Signal Processing Capabilities. Work will be performed at the contractor locations within a period not to exceed 5 years from contract award date. Fiscal 2015 operations and maintenance funds in the amount of $10,000 were obligated to satisfy the minimum guarantee of $2,500 for each awardee.  Additional funding shall be obligated on a competitive delivery order basis with a maximum total contract ceiling of $750,000,000.  These contracts were competitively awarded, with 13 proposals received.  Special Operations Command Contracting office, Tampa, Florida is the contracting activity.  (Awarded Aug. 31, 2015).

Arrow Security & Training LLC, Nashua, New Hampshire; Consulting Services Group LLC, Purcelville, Virginia; Cyberspace Solutions LLC, Reston, Virginia; Lukos – VATC JV LLC, Tampa, Florida; METIS Solutions LLC, Alexandria, Virginia; Mid Atlantic Professionals Inc., doing business as SSI, Germantown, Maryland; Venatôre – ITA LLC, Tampa, Florida; and Vistra-SAG JV, Tampa, Florida, were awarded indefinite-delivery/indefinite-quantity contracts in response to  the Special Operations Command wide mission support (SWMS) services solicitation. This contract provides a range of knowledge-based services, including but not limited to, subject matter experts, advisory services, instructors, and financial management.  Primarily, work will be performed at MacDill Air Force Base, Florida, with some work at the various contractor locations, with an estimated completion date of August 2020. Fiscal Year 2015 operations and maintenance funds in the amount of $20,000 are obligated to satisfy the minimum guarantee of $2,500 for each awardee. Additional funding shall be obligated on a competitive delivery order basis with a maximum contract value of $450,000,000. These contracts were competitively awarded, with 32 proposals received.  Special Operations Command Contracting Office, Tampa, Florida, is the contracting activity.  (Awarded Aug. 24, 2015).

MISSILE DEFENSE AGENCY

PeopleTec Inc., Huntsville, Alabama, is being awarded a contract with a ceiling of $9,998,925.  Under this new indefinite-delivery/indefinite-quantity contract, the contractor will develop and implement controlled high-explosive response testing equipment tools to mitigate the high cost of impact testing while improving the repeatability of current impact testing programs.  The Phase III development work will leverage current capability and the initial technology developed under Small Business Innovation Research (SBIR) Phase I and baseline Phase II programs.  A task order in the amount of $100,000 is being issued.  The work will be performed in Huntsville, Alabama.  The ordering period is from Aug. 31, 2015 through Aug. 30, 2018.  This contract was competitively procured in accordance with the SBIR program policy directive.  Fiscal 2015 research, development, test and evaluation funds in the amount of $100,000 are being obligated on this award.  This is not a Foreign Military Sales acquisition.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-15-D-7008).

*Small business
Photo: www.key.aer

 

DoD Contracts: DynCorp International LLC, Awarded $100M for T-6 Aircraft

$
0
0

NAVY030328-F-JZ000-065

DynCorp International LLC, Fort Worth, Texas, is being awarded a $100,018,444 modification to a previously awarded firm-fixed-price, indefinite-delivery, requirements contract (N00019-15-D-0003) to exercise an option to provide organizational, intermediate, depot-level maintenance and logistics services for the T-44, and organizational maintenance for T-6 aircraft, in support of the Chief of Naval Air Training.  Provided support includes labor, services, facilities, equipment, tools, related support equipment, direct and indirect material.  Work will be performed in Corpus Christi, Texas (51 percent); Whiting Field, Florida (34 percent); and Pensacola, Florida (15 percent), and is expected to be completed in September 2016.  No funds are being obligated at time of award; funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded a $12,902,501 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0004) to procure Mission Avionics System Trainer 2 upgrade which includes the non-recurring engineering for the integration of the systems in support of the E-6B aircraft.  Work will be performed in Richardson, Texas (70 percent); and Oklahoma City, Oklahoma (30 percent), and is expected to be completed in March 2017.  Fiscal 2013, 2014, and 2015 aircraft procurement (Navy) funds in the amount of $12,902,501 are being obligated on this award, $1,494,634 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Huntington Ingalls Inc., Pascagoula, Mississippi, is being awarded a $12,511,359 cost-plus-award-fee contract modification to previously awarded contract N00024-12-C-4323 to provide long lead-time material procurement and planning yard services for CG-47-class cruisers and DD 963-class destroyers.  Huntington Ingalls provides necessary engineering, technical, planning, ship configuration, data, and logistics efforts for CG 47 and DD 963 lifetime support for both maintenance and modernization.  Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2016.  Fiscal 2015 other procurement (Navy), and fiscal 2015 operation and maintenance (Navy) funding in the amount of $12,511,359 will be obligated at time of award; funding in the amount of $131,392 will expire at the end of the current fiscal year.  The Supervisor of Shipbuilding, Conversion, and Repair, Gulf Coast, Pascagoula, Mississippi, is the contracting activity.

FlightSafety International Inc., Flushing, New York, is being awarded a $6,698,648 firm-fixed-price, requirements contract for the procurement of academic and simulator training on the UC-35C and UC-35D aircraft for Navy’s Command Aircraft Crew Training program.  Work will be performed in Wichita, Kansas (75 percent); and San Antonio, Texas (25 percent), and is expected to be completed in September 2020.  No funds are being obligated at time of award.  Funds will be obligated in individual delivery orders as they are issued.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-15-D-0009).

ARMY

Jacobs Technology, Tullahoma, Tennessee, was awarded a $260,906,926 contract for non-advisory and assistance test support for the Aberdeen Proving Ground Test Center’s automotive, firepower, survivability lethality, technology, and warfighter mission areas to include range, laboratory, engineering/scientific, and administrative tasks.  Funding and work location will be determined with each order, with an estimated completion date of Sept. 8, 2020.  Bids were solicited via the Internet with three received.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91CRB-15-D-0018).

AIR FORCE

CAE USA Inc., Tampa, Florida, has been awarded a $28,814,769 modification (P00077) to the previously awarded contract FA8223-10-C-0013 for the KC-135 Aircrew Training Systems (ATS) to exercise the 6th program year interim device support option contract line item numbers. Contractor will provide total acquisition and support for all KC-135 training devices to include upgrades and configuration management of current training systems hardware/software development, on-site and on-call maintenance for aircrew training devices. Work will be performed at Altus Air Force Base, Oklahoma; Fairchild Air Force Base, Washington; Grissom Air Reserve Base, Indiana; Hickam Air Force Base, Hawaii; Kadena Air Base, Japan; MacDill Air Force Base, Florida; March Air Force Base, California; McConnell Air Force Base, Kansas; Mildenhall Air Base, United Kingdom; Milwaukee Air National Guard Base, Wisconsin; Pease Air Force Base, New Hampshire; Pittsburgh Air National Guard Base, Pennsylvania; Scott Air Force Base, Illinois; and Seymour-Johnson Air Force Base, North Carolina, and is expected to be complete by Sept. 30, 2016. No funds were obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

*Small business
Photo: www.af.mil

DoD Contracts: AM General Awarded $10M for High Mobility Multipurpose Wheeled Vehicles

$
0
0

ARMYindex

AM General, South Bend, Indiana, was awarded a $10,623,168 modification (P00004) to foreign military sales contract W56HZV-15-C-0155 (Iraq) for 50 M115A1B1 High Mobility Multipurpose Wheeled Vehicles. Work will be performed in Mishawaka, Indiana, with an estimated completion date of April 29, 2016. Fiscal 2015 other procurement funds in the amount of $10,623,168 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity.

Nammo Talley Inc., Mesa, Arizona, was awarded a $97,200,000 firm-fixed-price contract for production and delivery of Shoulder-Launched Multipurpose Assault Weapon rounds consisting of  the 83mm high-explosive dual-purpose round (HX05), the 83mm common practice round (HX07), and 83mm novel explosive round (HA34), with respective inert cut-aways. Funding and work location will be determined with each order, with an estimated completion date of Sept. 10, 2020.  Bids were solicited via the Internet with one received.  Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-D-0051).

Revision Military Ltd.,* Essex Junction, Vermont (W91CRB-15-D-0027); and Carter Enterprises LLC,* Brooklyn, New York (W91CRB-15-D-0028), were awarded a $23,172,141 firm-fixed-price shared contract for Soldier Protection System torso and extremity protection load distribution systems.  Funding and work location will be determined with each order, with an estimated completion date of Sept. 10, 2018.  Bids were solicited via the Internet with two received.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Blueridge General Inc.,* Norfolk, Virginia, was awarded a $12,567,500 firm-fixed-price contract to construct an Army Reserve center, Ft. Story, Virginia, with an estimated completion date of May 1, 2017.  Bids were solicited via the Internet with five received.  Fiscal 2011, 2012, 2013, and 2015 military construction and operations and maintenance (Army) funds in the amount of $12,567,500 were obligated at the time of the award. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-15-C-0030).

Westat Inc., Rockville, Maryland, was awarded a $12,136,555 cost-plus-fixed-fee contract with options to develop and license valproic acid for the treatment of patients with significant hemorrhage. Work will be performed in Rockville, Maryland, with an estimated completion date of Sept. 13, 2018.  Bids were solicited via the Internet with one received.  Fiscal 2014 research, development, testing, and evaluation funds in the amount of $12,136,555 were obligated at the time of the award. Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity (W81XWH-15-C-0128).

DONJON Marine Co., Inc. Hillside, New Jersey, was awarded an $11,552,862 firm-fixed-price contract with options for maintenance dredging Flushing Bay and Creek, Queens, New York, with an estimated completion date of Nov. 28, 2015.  Bids were solicited via the Internet with three received.  Fiscal 2015 other procurement funds in the amount of $11,552,862 were obligated at the time of the award. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-15-C-0016).

DEFENSE LOGISTICS AGENCY

Refinery Associates of Texas Inc.,* New Braunfels, Texas, has been awarded a maximum $83,116,000 fixed-price with economic-price-adjustment contract for aviation turbine fuel. This was a competitive acquisition with 11 responses received. This is a one-year base contract with 30-day carry over delivery period. Locations of performance are Texas and France with a July 30, 2016, performance completion date. Using agency is Defense Logistics Agency Energy. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-D-0504).

Lockheed Martin MS2, Owego, New York, has been awarded a maximum $10,271,439 delivery order (THCL) against a three-year basic ordering agreement (SPRWA1-13-D-2000) for transmitter receivers.  This is a firm-fixed-price contract. This was a sole-source acquisition using the justification of 10 U.S. Code 2304(c)(1). Location of performance is New York with a Feb. 28, 2018, performance completion date. Using service is Royal Australian Navy. Type of appropriation is fiscal 2015 through fiscal 2018 foreign military sales. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

DEFENSE HEALTH AGENCY

Data Networks Corp., Reston, Virginia, has been awarded a $79,801,431 firm-fixed-price contract, HT0011-15-C-0024. This contract provides support to the Defense Health Agency’s (DHA) requirements managers’ governance, requirements, and architecture management support.  Work will be performed in Virginia with an estimated completion date of Sept. 30, 2020.  Fiscal 2016 operation and maintenance funds in the amount of $7,083,918 are obligated on this award. This contract was competitively procured on Federal Business Opportunities (FBO.gov) full and open, unrestricted. Six offers were received in response to solicitation HT0011-15-R-0010. DHA, Falls Church, Virginia, is the contracting activity.

NAVY

The Boeing Co., St. Louis, Missouri, is being awarded $54,930,262 for cost-plus-incentive-fee delivery order 0217 against a previously issued basic ordering agreement (N00019-11-G-0001) for supplies and services in support of the F/A-18E/F Structures Service Life Assessment Program (Phase B4).  Work will be performed in El Segundo, California (58 percent); and St. Louis, Missouri (42 percent), and is expected to be completed in August 2018.  Fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $2,008,456 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.

Solpac Construction Inc., doing business as Soltek Pacific Construction Co., San Diego, California, is being awarded $9,258,350 for firm-fixed-price task order 0011 under a previously awarded multiple award construction contract (N62473-10-D-5411) for the design and construction of a mobile communication detachment facility at Naval Base Coronado.  The work to be performed provides for all services, design labor, materials, and equipment necessary to design and construct the facility at the Silver Strand Training Complex South.  The facility supports Naval Special Warfare, Group One.  The facility shall be a one-story building and will include offices, training rooms, shower and locker rooms, gear storage, high-bay warehouse space, an outdoor service yard, and other training space.  The task order also contains eight unexercised options and two planned modifications, which if exercised would increase cumulative task order value to $11,821,000.  Work will be performed in Imperial Beach, California, and is expected to be completed by March 2017.  Fiscal 2015 military construction, (defense) contract funds in the amount of $9,258,350 are being obligated on this award and will not expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Insitu Inc., Bingen, Washington, is being awarded $6,874,313 for cost-fixed-price delivery order 0052 against a previously issued basic ordering agreement (N00019-12-G-0008) for technical studies, conceptual design modifications and engineering development, including associated preliminary test assets necessary to integrate the Cosworth AG engine onto the RQ-21A unmanned aircraft system.  Work will be performed at Hood River, Oregon (65 percent); Bingen, Wash. (20 percent); Boardman, Oregon (5 percent); Webster Field, Saint Inigoes, Maryland (5 percent); and Patuxent River, Maryland (5 percent), and is expected to be completed in June 2017.  Fiscal 2014 research, development, test, and evaluation (Navy) funds in the amount of $3,500,000 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.

AIR FORCE

AAI Corp., Hunt Valley, Maryland, has been awarded a $10,468,648 modification (P00065) to previously awarded contract FA8621-12-C-6266 for the weapon system trainer and maintenance training system computer upgrade. Contractor will change the specifications of the computational hardware and software for the B-1 training system’s primary aircrew trainers being sustained under the basic contract. Work will be performed at Goose Creek, South Carolina, and is expected to be complete by Dec. 31, 2018. Fiscal 2015 operations and maintenance funds in the amount of $8,887,007 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

*Small business
Photo: acc.dau.mil

Best Recruiter 2015

$
0
0

Best RecruiterWe are excited once again to be celebrating the Best Recruiter program. Security cleared and cybersecurity job seekers who attend Cleared Job Fairs and Cyber Job Fairs vote for the recruiters who provide the best recruiting experience. Those receiving the most votes are named Best Recruiters and those winners are honored at the annual Best Recruiter celebration in November.

Candidate Experience is a critical component of a good talent acquisition strategy. Now in its seventh year, the Best Recruiter Program is an integral part of employer brand building in the security cleared community. Word-of-mouth branding is highly valued in the security cleared and cybersecurity communities as candidates value face-to-face connections over online connections.

“Trust is a big issue in the security cleared and cybersecurity communities and many candidates are more comfortable meeting with companies’ recruiters in person before they start their relationship with them.  A Best Recruiter in this community recognizes the importance of the candidate experience as many candidates stay within the community for their entire career and are influencers of other candidates,” comments Kathleen Smith, CMO, ClearedJobs.Net.

The search for the perfect candidate and the perfect job can be a trying experience for both parties. By making this a positive experience, everyone wins. The recruiters recognized as ‘Best’ are those who put recruiting and the candidates first.

Gerry Crispin QuoteThe Best Recruiter program has been credited with inspiring The Candidate Experience Awards a national program launched by The Talent Board in 2010. The Talent Board board member and CareerXroads Chief Navigator Gerry Crispin has been a frequent presenter at the Best Recruiter Celebration.

Celinda ApplebyThis year’s celebration will feature Celinda Appleby. Celinda is the Head of Global Recruitment Branding for Oracle’s Global Talent Acquisition organization. In this role she leads Oracle’s talent acquisition digital strategy and also oversees their social media footprint to position Oracle has a top employer in the market. Prior to joining Oracle, Celinda was the Global Digital Media Program Manager for HP’s Global Talent Acquisition. She is passionate about recruitment marketing, sourcing, social recruiting and employer branding. She previously held recruiting roles within corporate and agency enterprises. Celinda has over 12 years of recruiting and human resources experience across a broad range of industries including technology, accounting, marketing and government sector.

Celinda is a frequent presenter at national recruiting and employment branding conferences. We are thrilled to have Celinda join us as a presenter, especially as she  has also been voted Best Recruiter.

 

DoD Contracts: American Systems Corp. Awarded $6M for Joint Strike Fighter Air System

$
0
0

AIR FORCE

American Systems Corp., Chantilly, Virginia, has been awarded a $6,585,921 modification (02) to task order 0004 of previously awarded contract FA7046-11-D-0001 for the Joint Strike Fighter air system operational test and evaluation test execution team. Contractor will provide the operational test capabilities necessary to accomplish test concept, test execution, test reporting, integrated test, and readiness-to-test activities. Work will be performed at Edwards Air Force Base, California, and is expected to be complete by Sept. 11, 2016. Fiscal 2015 research, development, test and evaluation funds in the amount of $60,000 are being obligated at the time of award. Air Force Operational Test and Evaluation Center, Kirtland Air Force Base, New Mexico, is the contracting activity.

FARR Builders, San Antonio, Texas (FA4661-15-D-0001); Tejas Premier Building Contractor Inc., San Antonio, Texas (FA4661-15-D-0002); All Phase Solutions LLC, Delray Beach, Florida (FA4661-15-D-0002); and Journey Construction Inc., Taylor, Texas (FA4661-15-D-0002), have been awarded a combined not-to-exceed $100,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract.  The contract shall serve as a vehicle to provide a broad range of maintenance, repair and minor construction work, as well as design build on real property at Dyess Air Force Base, Texas. Work is expected to be complete by Sept. 10, 2020.  This award is the result of a competitive acquisition and unlimited offers were solicited, and 21 offers were received.  Each awardee will be issued a task order for $2,000 of fiscal 2015 operations and maintenance funds at time of contract award. This is not a multiyear contract.  The 7th Contracting Squadron, Dyess Air Force Base, Texas, is the contracting activity.

BEAT (Business Enabled Acquisition & Technology) LLC, San Antonio, Texas (FA8052- 5-D-0001); BRSI LP, doing business as Benefit Recovery, Houston, Texas (FA8052-15-D-0002); and Signature Performance, Omaha, Nebraska (FA8052-15-D-0003), have been awarded an $85,616,802 indefinite-delivery/indefinite-quantity contract for billing and collection. Contractor is authorized to recover the cost of health care services to covered Department of Defense beneficiaries from third party payers under the Third Party Collection Program. Work will be performed at more than 70 Air Force bases and sites, and is expected to be complete by Sept. 10, 2020. This award is the result of a competitive acquisition with five offers received. No funds are being obligated at the time of award. The Air Force Installation Contracting Agency, Joint Base San Antonio, Texas, is the contracting activity.

L-3 National Security Solutions Inc., Reston, Virginia, has been awarded a $13,363,649 cost-plus-incentive-fee and cost- reimbursement delivery order. Contractor will provide for contract deliverable for a certified common cryptographic core, certified portable key loader intelligence version, certified portable key loader garrison version, and certified portable key loader tactical version, with 20 productions units. Work will be performed at Camden, New Jersey, and is expected to be complete by Sept. 30, 2017. This award is the result of a competitive acquisition and three offers were received. Fiscal 2015 research and development funds in the amount of $2,250,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Lackland Air Force Base, Texas, is the contracting activity (FA8307-15-F-0028).

Faith Enterprises Inc., Colorado Springs, Colorado, has been awarded a $12,515,480 firm-fixed-price construction contract for the Repair Cadet Gym Phase 7 project. Contractor will provide for the seventh phase of renovation of the cadet gym. Work will be performed at the U.S. Air Force Academy, Colorado, and is expected to be complete by Feb. 17, 2017. This award is the result of a competitive acquisition set-aside for competition among service-disabled veteran-owned small business and three offers were received. Fiscal 2015 operations and maintenance funds in the amount of $12,515,480 are being obligated at the time of award. The 10th Contracting Squadron, U.S. Air Force Academy, Colorado, is the contracting activity (FA7000-15-C-0050).

Raytheon Technical Services Co. LLC, Indianapolis, Indiana, has been awarded a $10,667,190 modification (P00008) to previously awarded contract FA8672-13-C-0199 for engineering, manufacturing and development for Joint Miniature Munitions Bomb Rack Unit development. Contractor will provide development, design verification, design qualification, initial aircraft integration, fabrication of flight test assets and demonstration of production processes. Work will be performed at Indianapolis, Indiana, and is expected to be complete by May 31, 2018. Fiscal 2015 research, development, test and evaluation funds in the amount of $1,582,623 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Mississippi Department of Rehabilitation Services, Madison, Mississippi, was awarded on Sept. 3 a $7,023,720 modification (P00036) to exercise an option on previously awarded contract FA3010-13-C-005 for full food services. Work will be performed at Keesler Air Force Base, Mississippi, and is expected to be complete by Sept. 30, 2017. Fiscal 2016 operations and maintenance funds in the amount of $7,023,720 will be obligated when they become available. The 81st Contracting Squadron, Keesler Air Force Base, Mississippi, is the contracting activity.

NAVY

Progeny Systems Corp., Manassas, Virginia, is being awarded a $44,900,057 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for engineering assessments, including software, hardware and test equipment development, analysis, integration, and testing relative to the complete acquisition life cycle of the MK48 multi-band sonar system (MBSS).  The contractor shall continue the development and integration of two proof-of-concept MK48 MBSS guidance and control sections to demonstrate and assess MBSS performance.  Work will be performed in Manassas, Virginia (85 Percent); Newport, Rhode Island (5 percent); Keyport, Washington (5 percent); and Bangor, Washington (5 percent), and is expected to be completed by September 2020.  Fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $454,415 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 pursuant to the authority of 10 U.S. Code 2304 (c)(1), as implemented by Federal Acquisition Regulation 6.302-1(a)(2) satisfying a requirement for unique supplies available from only one source.  The Naval Undersea Warfare Center, Newport, Rhode Island, is the contracting activity (N66604-15-D-0103).

Trimble Navigation Ltd., Dayton, Ohio, is being awarded $12,839,480 for delivery order 0019 against a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (M67854-13-D-5023) for the procurement of 273 laser leveling systems (LLS), to include transportation, installation and training.  The LLS will support surveying and grade control missions of the Marine Corps and Army.  Work will be performed in Dayton, Ohio, and is expected to be completed by July 2017.  Fiscal 2015 procurement (Army) funds in the amount of $12,839,480 will be obligated at time of award, and will not expire the end of the current fiscal year.  The base contract was competitively procured through the Federal Business Opportunities website with two offers received.  Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

DEFENSE THREAT REDUCTION AGENCY

Parsons Government Services International Inc. (Parsons), Washington, District of Columbia, is being awarded a $16,937,062 task order for Global Nuclear Security, Ukraine Nuclear Security and Readiness Program under the Cooperative Threat Reduction Integrating Contract II (CTRIC II), indefinite-delivery/indefinite-quantity. Bids were solicited to the four CTRIC II contract holders and two bids were received. The contracting activity is Defense Threat Reduction Agency, Ft. Belvoir, Virginia (HDTRA1-11-D-0008-0012). Work will be performed in Kyiv, Ukraine. The base contract is expected to be completed Sept. 10, 2017. There are two 12-month option periods: Sept. 11, 2017 – Sept. 10, 2018; and Sept. 11, 2018 – Sept. 10, 2019. Additionally, there are 11 option tasks, each with a 12-month period of performance from option exercise. Total contract performance will not go beyond 48 months.

DEFENSE LOGISTICS AGENCY

CFM International, Cincinnati, Ohio, has been awarded a maximum $13,857,795 delivery order (P0019) against a five-year basic ordering agreement (SPRTA1-14-G-0002) for combustion chamber liners. This is a firm-fixed-price contract. Location of performance is Ohio, with a Feb. 15, 2017, performance completion 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 Aviation, Tinker Air Force Base, Oklahoma.

R.A. Miller Industries Inc.,** Grand Haven, Michigan, has been awarded a maximum $8,730,080 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of antenna long manpack assemblies. This was a competitive acquisition with three responses received. This is a five-year base contract with no option periods. Location of performance is Michigan, with a Sept. 11, 2020, performance completion date. Using service is Army. Type of appropriation is fiscal 2015 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-15-D-0021).

*Small business
**Woman-owned small business
Photo: www.ausairpower.net

 

DoD Contracts: Boeing Co. Awarded $131M for CH-47F Helicopters

$
0
0

ARMYch47_chinook

Boeing Co., Ridley Township, Pennsylvania, was awarded a $131,264,061modification (P00029) to foreign military sales contract W58RGZ-13-C-0002 (Turkey) for CH-47F helicopters.  Work will be performed in Ridley Township, Pennsylvania, with an estimated completion date of Dec. 31, 2020.  Fiscal 2015 other procurement funds in the amount of $131,264,061 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Planters Bank Inc., Hopkinsville, Kentucky, was awarded a $20,014,677 modification (P00010) to contract W91247-13-D-0010 for full food service for Ft. Bragg, North Carolina, dining facilities, with an estimated completion date of Sept. 15, 2016.  Funding and work location will be determined with each order.  Army Contracting Command, Ft. Bragg, North Carolina, is the contracting activity.

Cole Engineering Services Inc., Orlando, Florida, was awarded a $13,441,766 firm-fixed-price multi-year contract with options for tactical trainers’ post-deployment software support. Funding and work location will be determined with each order, with an estimated completion date of Sept. 13, 2020.  Bids were solicited via the Internet with two received.  Army Program Executive Office Simulation, Training and Instrumentation, Orlando, Florida, is the contracting activity (W900KK-15-D-0008).

Manson Construction Co., Seattle, Washington, was awarded a $6,895,500 firm-fixed-price contract with options for maintenance dredging Richmond Harbor, Richmond, California, with an estimated completion date of Dec. 29, 2015.  Bids were solicited via the Internet with two received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $6,895,500 were obligated at the time of the award. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-15-C-0016).

Barnard Construction Co. Inc., Bozeman, Montana, was awarded a $204,391,054 firm-fixed-price contract with options for construction pertaining to the C-44 Reservoir/Stormwater Treatment Area project. Work will be performed in Indiantown, Florida, with an estimated completion date of March 10, 2020. Bids were solicited via the Internet with seven received.  Fiscal 2014 and 2015 other procurement funds in the amount of $204,391,054 were obligated at the time of the award. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-15-C-0021).

Harry Pepper & Assoc. Inc., Jacksonville, Florida, was awarded a $49,924,479 firm-fixed-price contract for Herbert Hoover Dike rehabilitation structure replacements and reconstruction in Palm Beach County, Florida, with an estimated completion date of April 27, 2020.  Bids were solicited via the Internet with five received.  Fiscal 2015 other procurement funds in the amount of $49,924,479 were obligated at the time of the award. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-15-C-0023).

Orion Marine Contractors Inc., Anchorage, Alaska, was awarded a $41,623,950 firm-fixed-price contract with options for seawall reconstruction at the Air Force long-range radar site on Cape Lisburne, Alaska, with an estimated completion date of Sept. 9, 2020.  Bids were solicited via the Internet with two received.  Fiscal 2015 other procurement funds in the amount of $41,623,950 were obligated at the time of the award. Army Corps of Engineers, Elmendorf Air Force Base, Alaska, is the contracting activity (W911KB-15-C-0016).

CACI-ISS, Chantilly, Virginia, was awarded a $15,172,257 modification (P00022) to contract W81K04-13-F-0013 for a follow-on requirement for medical logistics non-personal services supporting the expeditionary/contingency medical materiel program.  Work will be performed in Fayetteville, North Carolina; Langley, Virginia; Mary Esther, Florida; Lakewood, Washington; Riverside and Moreno Valley, California; Clovis, New Mexico; New Hanover Township, New Jersey; San Antonio, Texas; North Charleston, South Carolina; Frederick, Maryland; Belleville, Illinois; Valparaiso, Florida; and Las Vegas, Nevada, with an estimated completion date of Sept. 30, 2016.  Fiscal 2016 funds in the amount of $15,172,257 were obligated at the time of the award. Army Contracting Command, Ft. Sam Houston, Texas, is the contracting activity.

Weeks Marine Inc., Covington, Louisiana, was awarded a $25,000,000 firm-fixed-price contract for a cutterhead pipeline dredge to dredge Pascagoula Harbor, Mississippi, with an estimated completion date of Oct. 9, 2016.  Bids were solicited via the Internet with three received.  Funding will be determined with each order.  Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-15-D-0083).

Foster Miller Inc., Waltham, Massachusetts, was awarded a $12,300,000 firm-fixed-price, multi-year, indefinite-delivery/indefinite-quantity contract for Dragon Runner -10 robotic system repair parts, with an estimated completion date of Sept. 20, 2020.  Bids were solicited via the Internet with one received. Funding and work location will be determined with each order.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-D-0093).

Aerovironment Inc.,* Monrovia, California, was awarded a $9,049,306 firm-fixed-price foreign military sales contract (Ukraine) for the small UAV RQ-11B Raven analogy system.  Work will be performed in Monrovia, California, with an estimated completion date of May 11, 2016.  One bid was solicited with one received.  Fiscal 2010 other procurement funds in the amount of $9,049,306 were obligated at the time of the award. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-15-C-0102).

Lockheed Martin Corp., Grand Prairie, Texas, was awarded an $8,727,403 modification (0009) to contract W31P4Q-12-G-0001 for engineering support for Patriot enhanced launcher electronic systems and fire solution computer software and hardware post-deployment fielding.  Work will be performed in Grand Prairie, Texas, with an estimated completion date of Aug. 30, 2016.

Fiscal 2015 research, development, testing, and evaluation funds in the amount of $8,727,403 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Missouri Department of Social Services, Jefferson City, Missouri, was awarded a $7,306,273 modification (0029) to contract W911S7-09-D-0029 for food service at troop dining facilities, Ft. Leonard Wood, Missouri, with an estimated completion date of Dec. 13, 2015.  Funding and work location will be determined with each order.  Army Contracting Command, Ft. Leonard Wood, Missouri, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Valero Marketing and Supply Co., San Antonio, Texas, has been awarded a maximum $181,881,840 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aviation turbine fuel. This was a competitive acquisition with six responses received. This is a one-year base contract with a 30-day carry over period. Location of performance is Texas, with an Oct. 30, 2016, performance completion date. Using agency is Israel. Type of appropriation is fiscal 2015 foreign military sales. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-15-D-0499).

Harris Corp., Rochester, New York, has been awarded a maximum $100,000,000 modification (P00018) to increase the contract (SPRBL1-11-D-0029) maximum value from $85,499,999 to $185,499,999.  This contract supports radio system spare parts.  This is a firm-fixed-price contract. This was a sole-source acquisition using the justification of 10 U.S. Code 2304(c)(1). Location of performance is New York, with an Aug. 26, 2016, performance completion date. Using military services are Army and federal civilian agencies. Type of appropriation is fiscal 2015 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland.

Wegmann USA Inc., Lynchburg, Virginia, has been awarded a maximum $28,491,008 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for ammunition storage racks.  This was a sole-source acquisition using the justification of 10 U.S. Code 2304(c)(1).  This is a two-year base contract. Location of performance is Virginia, with a Sept. 13, 2017, performance completion date.  Using services are Marine Corps and Defense Logistics Agency.  Type of appropriation is fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-15-D-0208).

Port Consolidated, * Fort Lauderdale, Florida, has been awarded a maximum $31,500,191 fixed-price with economic-price-adjustment contract for marine gas oil.  This was a competitive acquisition with five responses received. This is a four-year base contract.  Location of performance is Florida, with an April, 30, 2019, performance completion date. Using services are Army, Navy, 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 (SP0600-15-D-0377).

Growmark Inc., doing business as Frontier-Servco FS,* Antigo, Wisconsin, has been awarded a maximum $7,627,557 fixed-price with economic-price-adjustment contract for marine gas oil.  This was a competitive acquisition with five responses received. This is a four-year base contract.  Location of performance is Wisconsin and Michigan, with an April, 30, 2019, performance completion date. Using services are Army, Navy, 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 (SP0600-15-D-0365).

AIR FORCE

Aerospace Testing Alliance, Tullahoma, Tennessee, has been awarded a $134,865,818 modification (P00363) to previously awarded contract F40600-03-C-0001. Contractor will provide operation, maintenance, information management and support to the Arnold Engineering Development Complex. Work will be performed at Arnold Air Force Base, Tennessee, and is expected to be complete by March 31, 2016. No funds are being obligated at the time of award. Air Force Test Center, Arnold Air Force Base, Tennessee, is the contracting activity.

General Atomics – Aeronautical Systems Inc., Poway, California, has been awarded a $51,470,225 modification (06) to basic ordering agreement 0045 on previously awarded contract FA8620-10-G-3038 for the MQ-9 Reaper aircraft structural integrity program. This modification changes the specifications for the aircraft structural integrity program. Work will be performed at Poway, California, and is expected to be complete by June 30, 2020. Fiscal 2013 procurement funds in the amount of $51,470,225 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Chugach Federal Solutions Inc., Anchorage, Alaska, has been awarded a $29,451,971 modification (P00067) to exercise the option on previously awarded contract FA5000-13-C-0005 for installation support services of geographically separate locations. Work will be performed at Eareckson Air Station, Alaska; King Salmon Air Station, Alaska, and Wake Island, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $29,451,971 will be obligated when they become available. The 766th Specialized Contracting Squadron, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity.

Northrop Grumman Technical Services Inc., Herndon, Virginia, has been awarded a $16,217,377 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for product data systems support. Contractor will provide all labor, supplies, and technical support services necessary to operate and maintain Robins Air Force Base product data hardware and software; to aid government customers in managing and executing technical data generation, acceptance and sustainment activities, cleansing and migration efforts necessary to prepare data for transition into modernized Air Force enterprise level systems. Work will be performed at Robins Air Force Base, Georgia, and Warner Robins Air Force Base, Georgia, and is expected to be complete by Sept. 9, 2020. This award is the result of a sole-source acquisition. Fiscal 2015 operations and maintenance and Consolidated Sustainment Activity Group funds in the amount of $16,217,377 are being obligated for task order 0001 at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8501-15-D-0008).

NAVY

Science Applications International Corp., McLean, Virginia, is being awarded a $79,973,350 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide integrated afloat and ashore tactical networks in-service engineering agent sustainment support. The networks include the Integrated Shipboard Networks System, Automated Digital Network System, Combined Enterprise Regional Information Exchange System Maritime, Submarine Local Area Networks, Sensitive Compartment Information Networks, and Consolidated Afloat Networks Enterprise Services. Support includes the requirement to respond to official casualty reports, significant incidents, and remedy tickets from the SSC Pacific C4I Navy help desk.  Support will also include the following areas: engineering, technical and integrated logistics support, and configuration management.  This is a three-year contract with no option periods.  Work will be performed at the Space and Naval Warfare Systems Center Pacific, San Diego, California (60 percent); globally aboard Navy ships; shore facilities providing ship access, and various Department of Defense/military installations and facilities outside the U.S. (25 percent); the contractor’s facilities in San Diego, California (10 percent); and Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina (5 percent).  The period of performance is from Sept. 26, 2015, through Sept. 25, 2018.  No funds will be obligated at the time of award.  This contract will be funded with the following fiscal 2015 funding: operations and maintenance (Navy); other procurement (Navy); research, development, testing and evaluation; and shipbuilding and conversations (Navy).  This contract was competitively procured via the Space and Naval Warfare Systems Command e-Commerce and the Federal Business Opportunities websites, with three offers received, with one selected for award.  Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0341).

L-3 Vertex Aerospace LLC, Madison, Mississippi, is being awarded a $29,455,331 modification to a previously awarded indefinite-delivery requirements contract (N00019-11-D-0010) to exercise an option for aircraft maintenance and logistical life cycle support for 53 C-12 aircraft.  Work will be performed in Manitoba, Canada (34 percent); San Angelo, Texas (34 percent); Corpus Christi, Texas (12 percent); and various locations within and outside of the continental U.S. (20 percent), and is expected to be completed in March 2016.  Funds will not be obligated at the time of award.  Funds will be obligated on individual delivery orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Science Applications International Corp., McLean, Virginia, is being awarded a $10,770,430 cost-plus-fixed-fee, cost-reimbursable contract for management and professional support services to the Ship and Air Integrated Division for the Department of Defense, joint service, and federal agencies programs.  Services to be provided consist of contract management, project management, organizational management, administrative and material acquisition support.  Work will be performed in St. Inigoes, Maryland (98 percent); California, Maryland (1 percent); and San Diego, California (1 percent), and is expected to be completed in February 2017.  Fiscal 2015 working capital funds (Navy) in the amount of $1,464,212 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S. Code 2304 (c)(1).  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-15-C-0030).

Raytheon Co., McKinney, Texas, is being awarded a $7,766,055 firm-fixed-price job order under previously awarded basic ordering agreement N00164-12-G-JQ66 for Multi-Spectral Targeting System (MTS) (AN/AAS-44 (V) 4) spare part kits.  The MTS system is an infrared laser detecting-ranging-tracking system with a high-performance multipurpose thermal imaging sensor.  The MTS system provides long-range surveillance, target acquisition, tracking, rangefinding, and laser designation for Hellfire and tri-service and North Atlantic Treaty Organization laser-guided munitions.  Work will be performed in McKinney, Texas, and is expected to be completed by March 2017.  Fiscal 2015 operation and maintenance (Army) funding in the amount of $7,766,055 will be obligated at time of award and will expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity.

PCCI Inc.,* Alexandria, Virginia, is being awarded $6,648,821 for firm-fixed-price task order 0009 under a previously awarded, multiple award service contract (N39430-14-D-1500) for the upgrade of the San Diego Magnetic Measurement Range at Naval Base Point Loma.  The work to be performed provides for replacement of the existing underwater Type V sensor system with an updated underwater electro‐magnetic measurement system. The contractor will provide all labor, equipment, and material associated with performing this upgrade.  Work will be performed in San Diego, California, and is expected to be completed by April 2016.  Fiscal 2015 other procurement (Navy) contract funds in the amount of $6,648,821 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 and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

MISSILE DEFENSE AGENCY

Georgia Tech Research Institute, Atlanta, Georgia, has been awarded $32,800,000 ceiling modification (P0010) to previously awarded contract HQ0147-10-D-0050 for research, development, engineering, state of-the-art and proof-of-concept sensor systems, and basic and advanced technology research and development. This is a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract.  The modification brings the total cumulative face value of the contract to $102,800,000 from $70,000,000.  Work will be performed in Atlanta, Georgia, with an expected completion date of Sept. 29, 2016.  Fiscal 2015 and 2016 research, development, test and evaluation funds will be obligated incrementally when available.  The Missile Defense Agency Contracts Directorate, Redstone Arsenal, Alabama, is the contracting activity.

*Small business
Photo: www.enemyforces.net

DoD Contracts: Lockheed Martin Corp. Awarded $375M for Hellfire II Missiles

$
0
0

ARMYHellfire-II-Missile

Lockheed Martin Corp., Orlando, Florida, was awarded a $375,804,316 undefinitized firm-fixed-price foreign military sales contract (Egypt, Pakistan, Tunisia, Indonesia, Iraq) for Hellfire II missiles in containers. Work will be performed in Orlando, Florida, with an estimated completion date of Sept. 30, 2017.  One bid was solicited with one received.  Fiscal 2015 other procurement funds not to exceed $375,804,316 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-C-0151).

Nugate Group LLC,* San Jose, California, was awarded a $33,594,083 firm-fixed-price, multi-year contract for custodial services. Funding and work location will be determined with each order, with an estimated completion date of Sept. 25, 2020.  Bids were solicited via the Internet with four received.   Army Contracting Command, Ft. Hood, Texas, is the contracting activity (W91151-15-D-0012).

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $22,557,911 modification (P00295) to foreign military sales contract W58RGZ-12-C-0008 (Mexico) for two UH-60M Blackhawk helicopters configured for the Mexican Navy.  Work will be performed in Stratford, Connecticut, with an estimated completion date of June 30, 2016.  Fiscal 2015 other procurement funds in the amount of $ $ 22,557,910 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Magnolia River Geospatial Inc.,* Huntsville, Alabama, was awarded a $12,500,000 firm-fixed-price, multi-year contract for architect engineer services for photogrammetric and light detection and ranging surveying and mapping, with an estimated completion date of Sept 14, 2020.  Bids were solicited via the Internet with 25 received.  Funding and work location will be determined with each order. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-15-D-0514).

Boeing Co., St. Louis, Missouri was awarded a $12,461,218 modification (P00006) to contract W58RGZ-13-C-0086 for one additional Longbow crew trainer for the Apache helicopter program.  Work will be performed in St. Louis, Missouri, with an estimated completion date of Jan. 31, 2018.  Fiscal 2014 other procurement funds in the amount of $12,461,218 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Great Lakes Dredge & Dock Co., Oak Brook, Illinois, was awarded an $11,561,846 firm-fixed-price contract with options for maintenance dredging Baltimore Harbor and channels, with an estimated completion date of Dec. 14, 2015.  Bids were solicited via the Internet with three received.  Fiscal 2015 operations and maintenance (Army) and other procurement funds in the amount of $11,561,846 were obligated at the time of the award. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-15-C-0023).

Knight Construction & Supply Inc., Deer Park, Washington, was awarded an $11,000,000 firm-fixed-price contract with options for installing a digital governor on hydroelectric power dams in the Portland, Oregon, and Walla Walla, Washington Corps of Engineers Districts, with an estimated completion date of Sept. 14, 2020.  Bids were solicited via the Internet with two received. Funding and work location will be determined with each order. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-15-D-0008).

Baldridge & Assoc. Structural Engineering Inc.,* Honolulu, Hawaii (W9128A-15-D-0008); Nagamine Okawa Engineers Inc.,* Honolulu, Hawaii (W9128A-15-D-0009); and KAI Hawaii Inc.,* Honolulu, Hawaii (W9128A-15-D-0010), were awarded a $9,900,000 shared firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architectural and engineering services for miscellaneous projects in the Pacific region, with an estimated completion date of Sept. 10, 2020.  Bids were solicited via the Internet with eight received.  Funding and work location will be determined with each order.  Army Corps of Engineers, Ft. Shafter, Hawaii, is the contracting activity.

Walsh-Butt JV, Chicago, Illinois, was awarded an $8,998,000 firm-fixed-price contract with options for boiler maximum achievable control technology (MACT) repair, Wright-Patterson, Air Force Base, Ohio, with an estimated completion date of March 298, 2017.  Bids were solicited via the Internet with two received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $8,998,000 were obligated at the time of the award. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-15-C-0031).

Manufacturing Engineering Systems Inc.,* Rockville, Maryland, was awarded a $9,472,597 modification (P00007) to contract W9124J-13-C-0032 for Army Continuing Education System (ACES) centralized education support services.  Work will be performed at Ft. Sam Houston, Texas, with an estimated completion date of Sept. 28, 2016.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $9,472,597 were obligated at the time of the award.  Army Contracting Command, Ft. Sam Houston, Texas, is the contracting activity.

Great Lakes Dredge & Dock Co., Oak Brook, Illinois, was awarded a $6,667,547 firm-fixed-price contract for maintenance dredging of Buttermilk Channel, Brooklyn, New York, with an estimated completion date of Nov. 6, 2015.  Bids were solicited via the Internet with four received.  Fiscal 2015 other procurement funds in the amount of $6,667,547 were obligated at the time of the award. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-15-C-0011).

NAVY

Road Builders Corp.,* Honolulu, Hawaii, is being awarded a maximum amount $95,000,000 indefinite-delivery/indefinite-quantity contract for paving and resurfacing projects at various locations in Hawaii.  The work to be performed provides for asphaltic concrete pavement work; portland cement concrete work, including sidewalks and curbs; marking and striping of pavement; signage; landscaping services and incidental related work.  No task orders are being issued at this time.  Work will be performed in Hawaii, and is expected to be completed by September 2020.  Fiscal 2015 working capital (Navy) contract funds in the amount of $10,000 are being 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 five proposals received.  The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity (N62478-15-D-4050).

Lockheed Martin Mission Systems and Training, Mitchel Field, New York, is being awarded a maximum value $31,565,000 undefinitized contract action (N00030-15-C-0045) for Trident II Navigation Subsystem Strategic Systems Program Shipboard Integration Increment 8 efforts.  Work will be performed in Huntington Beach, California (57 percent); Mitchell Field, New York (27 percent); Clearwater, Florida (13 percent); and Cambridge, Massachusetts (3 percent), with an expected completion date of May 15, 2016.  Fiscal 2015 other procurement (Navy) funds in the amount of $31,565,000 will be obligated at time of award.  No contract funds will expire at the end of the current fiscal year.  This contract was a sole source acquisition in accordance with 10 U.S. Code 2304(c)(1).  The Navy’s Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Virginia Electric and Power Co., doing business as Dominion Virginia Power, Richmond, Virginia, is being awarded a $14,720,937 firm-fixed-price utility service contract for purchase of renewable solar electric energy for Naval Station (NAVSTA) Norfolk.  The work to be performed provides for approximately 40,000 megawatt hours per year of electricity to NAVSTA Norfolk from a renewable generation source in accordance with electricity supply and delivery requirements of Virginia state law.  Delivery must be eligible for scheduling/wheeling across Dominion Virginia Power distribution lines to the master meter of NAVSTA Norfolk.  The commercial operation date is expected to be no later than April 1, 2016.  Maximum contract unit price will be equal to or less than the current rate paid by NAVSTA Norfolk for conventional power.  The contract base period of performance is ten years from September 2015 to September 2025 and contains one unexercised option, which if exercised, would increase cumulative contract value to $35,617,312 and extend the period of performance an additional ten years to September 2035.  No funds will be obligated at time of award.  The contract will be primarily funded by fiscal 2016 through fiscal 2025 working capital funds (Navy).  This contract was procured under the authority of Title 10 U.S. Code 2304(c)(1), statute expressly authorizes that full and open competition need not be provided for when services required by the agency are available from only one responsible source, as implemented by Federal Acquisition Regulation 6.302-1.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-15-C-4004).

Leidos Inc., Reston, Virginia, is being awarded a $9,168,872 indefinite-delivery/indefinite-quantity contract with firm-fixed-price and cost-plus-fixed-fee contract line items and ordering provisions for training and assistance consisting of preparation, shipment, and management of Navy repairable assets to the Technical Assistance for Repairable Processing services in support of the Naval Supply Systems Command weapon systems Support.  This contract includes a 12-month base ordering period and three 12-month optional ordering periods, which if exercised, will bring the contract value to $36,700,849.  Work will be performed in San Diego, California (26.9 percent); Norfolk, Virginia (26.9 percent); Philadelphia, Pennsylvania (12.0 percent); Jacksonville, Florida (3.8 percent); Camp Pendleton, California (1.9 percent); Bremerton, Washington (1.9 percent); Everett, Washington (1.9 percent); Lemoore, California (1.9 percent); Camp Lejeune, North Carolina (1.9 percent); Cherry Point, North Carolina (1.9 percent); Mayport, Florida (1.9 percent); Pearl Harbor, Hawaii (1.9 percent); and out of the continental U.S. (Spain; Kuwait; Djibouti; United Arab Emirates; Japan; Bahrain; Greece; Panama; Cuba; Thailand; South Korea; the Philippines; and Australia) (15.2 percent).  Work is expected to be completed by September 2016; if all options are exercised, work will be completed in September 2019.  Working capital funds (Navy) funds in the amount of $916,888 will be obligated at the time of award and funds will not 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, Philadelphia Office, Pennsylvania, is the contracting activity (N00189-15-D-Z033).

Galois Inc., Portland, Oregon, is being awarded a $6,760,150 cost-plus-fixed-fee contract to provide research and development services for the Defense Advanced Research Projects Agency (DARPA).  Support includes innovative research proposals in the areas of data privacy and privacy science to provide tools to capture, test and evaluate technologies.  This contract has a base period of 54 months and includes no options.  Work will be performed at the contractor’s facilities in Portland, Oregon (60 percent); and at Rutgers University (15 percent), George Mason University (6 percent), and the University of Bristol (19 percent).  Work is expected to be completed March 14, 2020. Fiscal 2016 research, development test and evaluation funding in the amount of $755,113 will be obligated at the time of award and funds will not expire at the end of the current fiscal year.  This contract was competitively procured by DARPA via publication of a broad area announcement on the Federal Business Opportunities website. To date, 13 of the 89 proposals received have been selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-C-4070).

Metson Marine Services Inc.,* Ventura, California, is being awarded $6,690,667 for firm-fixed-price modification P00052 to a delivery order under previously awarded contract (N68836-13-C-0042) to exercise option year two for the maintenance, operations, logistics support, vessel maintenance, vessel operation, equipment operation, repair, vessel modifications, dock master services, asset inventory management, and oil spill response capability for port operations at Joint Base Pearl Harbor-Hickam, Hawaii.  Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by Sept. 30, 2016.  If all options on the contract are exercised, the total value of this contract will be $36,356,388 and work will be completed by Sept. 30, 2018.  Subject to availability of funds, fiscal 2016 operations and maintenance (Navy) funds in the amount of $1,312,318 will be obligated at the time of award.  Funds will not expire before the end of the current fiscal year.  The contract was competitively procured via the Navy Electronic Commerce Online website as a 100 percent 8(a) set-aside requirement with two offers received.   Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Hawaii, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Shire US Inc., Bixby, Oklahoma, has been awarded a maximum $22,192,063 firm-fixed-price requirements contract for pharmaceuticals. This was a competitive acquisition with one response received. This is a one-year base contract with four one-year option periods. Location of performance is Oklahoma and North Carolina with a September 14, 2016 performance completion date. Using agencies are the Department of Defense, Department of Veterans Affairs, Bureau of Prisons, and the Indian Health Service. 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 (SPE2D2-15-D-0026).

Virginia Electric and Power Co., doing business as Dominion Virginia Power, Richmond, Virginia, has been awarded a maximum $10,562,821 modification (P00083) to a fixed-price with prospective-price-redetermination contract (SP0600-06-C-8251) for ownership, operation and maintenance of the electrical distribution system at Arlington National Cemetery, Virginia. This was a sole-source contract using justification 10 U.S. Code 2304(c)(1). After transitioning ownership of the utility system, the period of performance will be over a 41-year, eight-month period. Location of performance is Virginia with an Aug. 15, 2057 performance completion date. Type of appropriation is fiscal 2015 through fiscal 2021 Army funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Clipper Oil,* San Diego, California, has been awarded a maximum $10,460,152 fixed-price with economic-price-adjustment contract for marine gas oil.  This was a competitive acquisition with five responses received. This is a four-year base contract.  Location of performance is California, Texas, Massachusetts, and American Samoa, with an April 30, 2019, performance completion date. Using services are Army, Navy, 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 (SP0600-15-D-0354).

Mimic Technologies Inc.,* Seattle, Washington, has been awarded a maximum $7,500,000 fixed-price with economic-price-adjustment contract for medical training simulators and accessories. This was a competitive acquisition with 84 responses received. This is a five-year base contract. Location of performance is Washington, with a Sept. 14, 2020, performance completion date. Using services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-15-D-0018).

*Small business
Photo: www.aviationnews.eu

DoD Contracts: Northrop Grumman Corp. Awarded $32M for F-5 Aircraft

$
0
0

AIR FORCEnorthrop-f5-freedomfighter-tiger

Northrop Grumman Systems Corp., St. Augustine, Florida, has been awarded a $32,458,183 contract for F-5 avionics upgrade and maintenance repairs. Work will be performed at St. Augustine, Florida, and Tunisia, and is expected to be complete by Dec. 30, 2018. This contract is 100 percent foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8220-15-C-0001).

AECOM Technical Services Inc, Los Angeles, California (FA8903-15-D-0001); AMEC Programs Inc., Alpharetta, Georgia (FA8903-15-D-0002); and CDM Smith – Tigerbrain JV, Fairfax, Virginia (FA8903-15-D-0004), have been awarded an indefinite-delivery/indefinite-quantity contract with a program ceiling of $950,000,000 for design and construction services. Contractor will provide Architect-Engineering 2013 (A-E13) design and construction service including A-E services to support military construction (MILCON), military family housing (MFH), and sustainment, restoration and modernization programs worldwide.  The work includes efforts to perform Title I, Title II, and other A-E services to administer, coordinate, and technically support the Air Force Civil Engineer’s MILCON and MFH to include Military Housing Privatization Initiatives. Work will be performed at government locations worldwide, and is expected to be complete by Sept. 15, 2022. This award is the result of a competitive acquisition with 83 offers received. Fiscal 2015 operation and maintenance funds in the amount of $9,000 are being obligated at the time of award. Air Force Installation Contracting Agency, 772nd Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity.

Sabreliner Aviation LLC, Sainte Genevieve, Missouri, has been awarded a $98,840,000 indefinite-delivery/indefinite-quantity contract for engineering and research activities. Contractor will provide engineering and research activities related to material degradation due to aging, initiated by external customers, Center for Aircraft Structural Life Extension (CAStLE), other government agencies and non-government entities. In general, the research and engineering activities performed by CAStLE cover a variety of work that follows aircraft and other structures through their life-cycle from cradle to grave. CAStLE efforts span a wide range of material degradation-related topics, including basic development and characterization of materials, mechanical testing of structures, material corrosion susceptibility, and mitigation and computer modeling. Work will be performed at Sainte Genevieve, Missouri, and the U.S. Air Force Academy, Colorado, and is expected to be complete by Sept. 15, 2020. This award is the result of a competitive acquisition with three offers received. Fiscal 2015 operations and maintenance funds in the amount of $1,016,998 are being obligated at the time of award for the first two task orders. The 10th Contracting Squadron, U.S. Air Force Academy, Colorado, is the contracting activity (FA7000-15-D-0006).

M1 Support Services, Denton, Texas, has been awarded a $20,029,841 fixed-price, cost-reimbursable modification (P00097) to exercise the option on previously awarded contract FA4890-11-C-0005. Contractor will provide program support of the Air Combat Command’s T-38 companion trainer program. Work will be performed at Langley Air Force Base, Virginia; Holloman Air Force Base, New Mexico; Beale Air Force Base, California; Tyndall Air Force Base, Florida; and Whiteman Air Force Base, Missouri, and is expected to be complete by Sept. 30, 2016. No funds are being obligated at the time of award. Air Combat Command, Joint Base Langley-Eustis, Virginia, is the contracting activity.

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a not-to-exceed $12,066,646 undefinitized contract action modification (0140-03) to previously awarded contract FA8620-10-G-3038. Contractor will provide an additional 60 MQ-9 electrical safety improvement program retrofit kits on 60 Air Force Special Operations Command, Air Combat Command, and Air National Guard aircraft. Work will be performed at Poway, California, and is expected to be complete by Sept. 15, 2017. Fiscal 2015 procurements funds in the amount of $6,029,323 are being obligated at the time of award. Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

United Launch Services LLC, Littleton, Colorado, has been awarded a $7,801,038 cost-plus-fixed-fee and firm-fixed-price modification (P00092) to previously awarded contract FA8811-13-C-0003 for mission unique launch support services under the Evolved Expendable Launch Vehicle (EELV) program for the Air Force Space Command-11 mission. Contractor will provide auxiliary payload integration, geosynchronous orbit insertion capability, and primary space vehicle mission unique hardware. Work will be performed at Centennial, Colorado, and is expected to be complete by June 1, 2017. Fiscal 2014 and 2015 missile procurement; and 2015 research, development, test, and evaluation funds in the amount of $7,801,038, are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Scientific Systems Co. Inc., Woburn, Massachusetts, has been awarded a $6,600,242 firm-fixed-price Small Business Innovation Research III contract for advanced navigation common capability (ANCC). Contractor will expand upon ANCC previous work by generalizing the process of integrating the technology into weapon systems. Work will be performed at Woburn, Massachusetts, and is expected to be complete by Sept. 14, 2017. This award is the result of a sole-source acquisition. Fiscal 2015 research and development funds in the amount of $6,600,242 are being obligated at the time of award. Air Force Lifecycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8656-15-C-0124).

NAVY

General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded a $321,747,465 modification to previously awarded contract N00024-14-C-2104 to exercise the option for design agent, planning yard, engineering and technical support for active nuclear submarines.   The efforts provide for drawings and related technical data; design change documentation; logistics technical data; configuration management; hull, mechanical and electrical engineering; submarine safety design review; non-propulsion plant electrical system engineering; propulsion plant engineering; maintenance engineering; refit/availability technical support; on-site support; configuration change program design and installation support; configuration change program material support; submarine technical trade support; training and facility support; research and development program support; research and development submarine/submersibles support; miscellaneous special studies; temporary alteration support; modernization of submarine/submersible systems and subsystems; and affordability/cost reduction technical support.  Work will be performed in Groton, Connecticut (73 percent); Bangor, Washington (9 percent); Norfolk, Virginia (6 percent); Newport, Rhode Island (4 percent); Quonset, Rhode Island (3 percent); Kings Bay, Georgia (3 percent); and Pearl Harbor, Hawaii (2 percent), and is expected to be completed by September 2017.  Fiscal 2015 other procurement (Navy) funding in the amount of $300,000 will be obligated at the 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.

Cardno GS Inc., Charlottesville, Virginia (N62742-15-D-1821); HDR Environmental Operations and Construction Inc., Englewood, Colorado (N62742-15-D-1822); Sundance-EA Associates JV,* Pocatello, Idaho (N62742-15-D-1823); Sustainable Resources Group International Inc.,* Kailua, Hawaii (N62742-15-D-1824); and SWCA Inc., doing business as SWCA Environmental Consultants, Honolulu, Hawaii (N62742-15-D-1825), are each being awarded an indefinite-delivery/indefinite-quantity multiple award natural resources management services contract for 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 $49,000,000.  The work to be performed provides for natural resources management services but is not limited to vegetation surveys, forest restoration, invasive species trapping, and ungulate fence construction.  Work will be performed primarily within the NAVFAC Pacific AOR which includes Guam (81 percent); Hawaii (18 percent); and the Commonwealth of the Northern Mariana Islands (CNMI) (1 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of September 2020.  Japanese fiscal 2015 government of Japan (GOJ) direct cash contributions; and fiscal 2015 supervision, inspection, and overhead contract funds in the amount of $25,000, are obligated on this award and will not expire at the end of the current fiscal year.  Future task orders will be primarily funded by GOJ direct cash contributions for Guam and CNMI work and operation and maintenance  (Navy and Marine Corps) for all other locations.  This contract was competitively procured via the Federal Business Opportunities website, with seven proposals received.  These five 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 Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Straub Construction Inc., Fallbrook, California, is being awarded $22,680,000 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N62473-15-D-2427) for construction of the air wing facility at Naval Air Station, Fallon.  The facility will be a multi-story space for classrooms, brief/debrief rooms, security, administrative, technical and support areas.  Constructed adjacent to Building 465, the facility shall provide a new common building security entrance with Building 465.  This building consists of interior concrete masonry unit (CMU) bearing and shear walls, and exterior non-bearing CMU shear walls with steel roof and composite floor framing.  The building requires a special foundation that addresses geotechnical conditions at the site.  It shall be constructed as a secure compartmentalized information facility, and the building program contains secret internet protocol router network; non-secure – unclassified but sensitive — internet protocol network, and autonomic logistics information system and simultaneous mission playback capabilities.  The task order also contains one unexercised option and one planned modification, which if exercised, would increase cumulative task order value to $31,471,000.  Work will be performed in Fallon, Nevada, and is expected to be completed by November 2017.  Fiscal 2015 military construction, (Navy) contract funds in the amount of $22,680,000 are obligated on this award and will not expire at the end of the current fiscal year.  Six proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Phoenix International Holdings Inc., Largo, Maryland, is being awarded a $15,000,000 modification to previously awarded contract N00024-14-D-4102 for undersea operations and associated services to support the Director of Ocean Engineering, Supervisor of Salvage and Diving.  This contract allows the Navy to meet its responsibility for deep ocean search and recovery established under the Salvage Facilities Act. In addition to providing support for a wide variety of search, recovery, and rescue operations, the contract includes services to warehouse, maintain, deploy and operate a wide variety of Navy-owned equipment. The contract also provides a vehicle for the Director of Ocean Engineering, Supervisor of Salvage and Diving to obtain commercial systems, as needed, to supplement the Navy’s equipment capabilities.  Work will be performed in Largo, Maryland, and is expected to be completed by September 2016.  No funding is being obligated at the time of award.  No funds will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded $11,130,573 for cost-plus-incentive fee delivery order 2063 against a previously issued basic ordering agreement (N00019-11-G-0001) for four flight critical engineering change proposals that will address fracture critical and maintenance critical areas in support of the F/A-18A-D service life extension program (Phase C2).  Work will be performed in St. Louis, Missouri (51 percent); and El Segundo, California (49 percent), and is expected to be completed in December 2016.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $11,130,573 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.

BAE Systems Spectral Solutions LLC, Honolulu, Hawaii, is being awarded an $8,897,938 cost-plus-fixed-fee contract for an effort titled Passive Electro-Optics/Infrared and Light Detection and Ranging (LIDAR) Environment for In-stride Classification and Neutralization.  The contractor proposes to develop and demonstrate a multi-sensor suite and an onboard processor to detect, classify, and localize moored and drifting sea mines from an airborne vehicle.  The sensor suite will consist of a visible-to-near-infrared (VNIR) multi-spectral imaging (MSI) sensor, a broadband long-wave infrared sensor, and a 2D light detection and ranging LIDAR sensor.  The prototype demonstration system built and tested under this effort will consist of two identical pods, each housing a VNIR MSI sensor, a broadband LWIR sensor, a 2D LIDAR sensor, a commercial off the shelf laser, and associated control, storage, and processing electronics.  The pods will be demonstrated at a Navy test range location on an MH-60 or Fire Scout provided by Naval Air Systems Command.  This contract contains options, which if exercised, will bring the contract value to $12,322,559.  Work will be performed in Honolulu, Hawaii (89 percent); Hudson, New Hampshire (6 percent); Greenlawn, New York (3 percent); and Manassas, Virginia (2 percent), and work is expected to be completed Sept. 15, 2017.  Exercised options will run concurrent and will be completed the same date.  Fiscal 2014 research, development, test and evaluation funds in the amount of $2,000,000 are being obligated at the time of award, and will expire at the end of the current fiscal year.  This contract was competitively procured under Office of Naval Research long range broad agency announcement (BAA) 15-001, dated Sept. 29, 2014.  Since proposals will be received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown.  The Office of Naval Research, Washington, District of Columbia, is the contracting activity (N00014-15-C-5073).

KTU+A,* San Diego, California, is being awarded a maximum amount $7,500,000 indefinite-delivery/indefinite-quantity architect-engineering contract for professional planning and engineering services in the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR).  Task order 0001 is being awarded at $106,190 for developing basic facility requirements and Department of Defense 1391s (DD Form 1391s) for the Naval School Explosive Ordnance Disposal at Eglin Air Force Base, Valparaiso, Florida.  The work to be performed provides for plans, studies, and project and facility planning documents.  Work for this task order is expected to be completed by September 2016.  All work on this contract will be performed primarily at various activities within the NAVFAC Southeast AOR, but may also be used for professional planning services within the entire NAVFAC AOR (worldwide).  The term of the contract is not to exceed 36 months with an expected completion date of September 2018.  Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $106,190 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 26 proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-15-D-0131).

CEMS Engineering Inc.,* Ladson, South Carolina, is being awarded a maximum amount $7,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for architectural design and engineering services for billeting and community support facilities within the eastern North Carolina area.  Task order 0001 is being awarded at $8,229 for the design for repairs to Building AS811 at Marine Corps Air Station, New River, North Carolina.  The work to be performed provides for the design of new construction housing and community facilities; and total renovation of the interior and exterior of existing housing and community facilities, including the evaluation, repair, and replacement of the structural, plumbing, mechanical, fire protection, electrical, and communication systems of such facilities.  Work for this task order is expected to be completed by December 2015.  All work on this contract will be performed within the Marine Corps Installations East area of responsibility which includes North Carolina (90 percent); Georgia (3 percent); South Carolina (3 percent);and Virginia (3 percent).  Work may also be performed in the remainder of the U.S. (1 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of September 2020.  Fiscal 2015 operation and maintenance, (Marine Corps) contract funds in the amount of $8,229 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 24 proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-D-0858).

ARMY

LEIDOS, Reston, Virginia, was awarded a $71,857,231 undefinitized firm-fixed-price contract for continued operations and sustainment of the Saturn Arch aerial system.  Work will be performed in Reston, Virginia, with an estimated completion date of Sept. 16, 2016.  One bid was solicited with one received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $24,475,446 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-C-0085).

Trumbull Corp., Pittsburgh, Pennsylvania, was awarded a $56,735,642 firm-fixed-price contract with options for construction of the Charleroi Locks and Dam River Chamber completion on the Monongahela River, Pennsylvania.  Work will be performed in Monessen, Pennsylvania, with an estimated completion date of Oct. 15, 2018.  Bids were solicited via the internet with three received.  Fiscal 2015 other procurement funds in the amount of $56,735,642 were obligated at the time of the award.  Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-15-C-0009).

University of Alabama, Huntsville, Alabama, was awarded a $32,374,508 cost contract for mission support of the Army Aviation and Missile Research, Development, and Engineering Center for weapon systems, sub-systems, components and manufacturing technology. Funding and work location will be determined with each order with an estimated completion date of March 16, 2017.  One bid was solicited with one received.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-D-0062).

Whiting-Turner Contracting Co., Baltimore, Maryland, was awarded a $24,554,985 firm-fixed-price contract to design and construct a stand-alone facility for cryptographic assurance operations, Ft. Gordon, Georgia, with an estimated completion date of Dec. 31, 2016.  One bid was solicited with one received.  Fiscal 2015 military construction funds in the amount of $24,554,985 were obligated at the time of the award. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-15-C-0026).

Harper Construction Co. Inc., San Diego, California, was awarded a $22,397,265 firm-fixed-price contract to design and build a four-bay F-35 maintenance hangar and aircraft maintenance unit at Nellis Air Force Base, Nevada, with an estimated completion date of Aug. 5, 2017.  Bids were solicited via the Internet with eight received.  Fiscal 2015 military construction funds in the amount of $22,397,265 were obligated at the time of the award. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-15-C-0017).

Avon Protective Systems Inc., Cadillac, Michigan, was awarded a $13,140,130 firm-fixed-price multi-year contract for parts for the M50/M51 joint service general purpose mask.  Funding and work location will be determined with each order with an estimated completion date of Sept. 16, 2018.  One bid was solicited with one received.  Army Contracting Command Warren, Michigan, is the contracting activity (W56HZV-15-D-0047).

Ashridge Inc.,* St. Stephen, South Carolina, was awarded a $11,797,397 firm-fixed-price contract with options for Eagle Island Dike disposal area improvements, New Hanover and Brunswick Counties, North Carolina, with an estimated completion date of Dec. 14, 2017.  Bids were solicited via the Internet with three received.  Fiscal 2014 and 2015 other procurement funds in the amount of $11,797,397 were obligated at the time of the award.  Army Corps of Engineers, Wilmington, Delaware, is the contracting activity (W912PM-15-C-0016).

Mohawk Northeast Inc.,* Plantsville, Connecticut, was awarded a $10,545,000 firm-fixed-price contract for repair of the east and west jetties, Nantucket harbor, Massachusetts, with an estimated completion date of Oct. 31, 2016.  Bids were solicited via the Internet with four received.  Fiscal 2014 other procurement funds in the amount of $10,545,000 were obligated at the time of the award. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-15-C-0026).

University of Alabama, Birmingham, Alabama, was awarded a $10,064,138 cost contract for clinical research support to guide 17a-ethynylestradiol-3-sulfate, sodium salt (EE-3-SO4) through Federal Drug Administration investigational new drug submission and good clinical practice compliant Phase 1a and potentially 1b clinical trials for an indication as a viable infusion therapy for the treatment of critical patients with significant blood loss.  Work will be performed in Birmingham, Alabama, with an estimated completion date of Sept. 20, 2021.  Three bids were solicited with two received.  Fiscal 2014 research, development, testing, and evaluation funds in the amount of $9,678,287 were obligated at the time of the award. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-15-C-0134).

Fung Associates Inc.,* Honolulu, Hawaii (W9128A-15-D-0003); and Bowers + Kubota Management Inc.,* Hawaii (W9128A-15-D-0004), were awarded a $9,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award task order contract with options for architectural and engineering services for miscellaneous Pacific region projects, with an estimated completion date of Sept. 15, 2020.  Bids were solicited via the Internet with 20 received.  Funding and work location will be determined with each order.  Army Corps of Engineers, Ft. Shafter, Hawaii, is the contracting activity.

Henry M. Jackson Foundation for the Advancement of Military Medicine, Bethesda, Maryland, was awarded a $7,777,466 cost-plus-fixed-fee contract for advanced development of gamma-tocotrienol as a radiation countermeasure. Work will be performed in Bethesda, Maryland, with an estimated completion date of Sept. 20, 2019.  Bids were solicited via the Internet with 45 received.  Fiscal 2014 and 2015 research, development, testing and evaluation funds in the amount of $7,777,466 were obligated at the time of the award.  Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity (W81XWH-15-C-0117).

DEFENSE LOGISTICS AGENCY

Honeywell International Inc., Torrance, California, has been awarded a maximum $25,290,600 delivery order (5069) against a 21-month basic ordering agreement (SPRPA1-14-G-001Y) for panel assembly in support of the MV-22.  This is a firm-fixed-price contract. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). Location of performance is California, with a May 31, 2017, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2015 through fiscal 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Sterlingwear of Boston Inc.,** East Boston, Massachusetts, has been awarded a maximum $6,787,669 modification (P00011) exercising the second one-year option period of a one-year base contract (SPE1C1-15-D-1008) with four one-year option periods for Afghanistan national police field jackets. This is a firm-fixed-price contract. Location of performance is Massachusetts, with a Sept. 19, 2016, performance completion date. Using foreign customer is Afghanistan national police. 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.

DEFENSE COMMISSARY AGENCY

Nelson Refrigeration Inc., La Vista, Nebraska, is being awarded a $10,068,158 firm-fixed-price contract to add/alter an existing commissary at Fort Jackson, South Carolina. .  The contract is for a 450-day period based on the issuance of the notice to proceed, which is expected on Oct. 6, 2015.  Offers were solicited via full and open competition and five offers were received.  The contracting activity is the Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Joint Base San Antonio-Lackland, Texas.

*Small business
**Service-disabled-veteran-owned small business
Photo: www.militaryfactory.com

DoD Contracts: Raytheon Missile Systems Awarded $47M for AIM-9X Sidewinder

$
0
0

NAVYAIM-9X

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $47,259,408 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for mission support and sustainment for AIM-9X Sidewinder activities for the Navy, Air Force, and the governments of Australia, Denmark, Finland, Korea, Poland, Saudi Arabia, Singapore, Switzerland, and Turkey under the Foreign Military Sales program. Work will be performed in Tucson, Arizona, and is expected to be completed in March 2017. 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 the Navy ($20,295,913; 42.94 percent); Air Force ($20,295,912; 42.94 percent); and the governments of Australia ($741,292; 1.57 percent); Denmark ($741,292; 1.57 percent); Finland ($741,292; 1.57 percent); Korea ($741,292; 1.57 percent); Poland ($741,292.00; 1.57 percent); Saudi Arabia ($741,292; 1.57 percent); Singapore ($741,292; 1.57 percent); Switzerland ($741,292; 1.57 percent); and Turkey ($737,247.00; 1.56 percent). 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-0028).

Alliant Techsystems Operations LLC, Plymouth, Minnesota, is being awarded a $425,729,000 ceiling-priced, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for FMU-139D/B fuzes and fuze accessory kits, including qualification and first article testing activities.  Work will be performed in Rocket Center, West Virginia (93 percent); and Plymouth, Minnesota (7 percent), and is expected to be completed in May 2024.  Fiscal 2015 procurement ammunition (Navy and Marine Corp) funds in the amount of $24,330,980 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals; five offers were received.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-D-0030).

Pave-Tech Inc.,* Vista, California  (N62473-15-D-2441); Coffman Specialties Inc., San Diego, California (N62473-15-D-2442); Baldi Bros. Inc,* Beaumont, California (N62473-15-D-2443); Granite Construction Co., Watsonville, California (N62473-15-D-2444); and Reyes Construction Inc., Pomona, California (N62473-15-D-2445), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for airfield paving (new construction, renovation, and repair) at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all five contracts combined is $240,000,000.  Types of projects may include, but are not limited to:  runway, taxiway, apron, and support areas for use by aircraft.  Pave-Tech Inc. is being awarded task order 0001 at $277,108 for repair of the helicopter simulated flight deck at Marine Corps Air Station Miramar, San Diego, California.  Work for this task order is expected to be completed by September 2016.  All work on these contracts will be performed within the NAVFAC Southwest AOR including, but not limited to, California (80 percent); Arizona (16 percent); Nevada (1 percent); Utah (1 percent); Colorado (1 percent); and New Mexico (1 percent).  The terms of the contracts are not to exceed 60 months, with an expected completion date of September 2020.  Fiscal 2015 operation and maintenance (Navy and Marine Corps) contract funds in the amount of $297,108 are obligated on this award and will expire at the end of the current fiscal year.  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 eight proposals received.  The reserve was met by award to Pave-Tech Inc.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

S & R Construction JV, San Diego, California, is being awarded a $35,899,825 firm-fixed-price contract for steam distribution system decentralization at Naval Base San Diego.  The work to be performed provides for construction of localized mechanical heating systems for 32 buildings and three piers, allowing the base to discontinue use of the current centralized steam distribution system.  Work will be performed in San Diego, California, and is expected to be completed by October 2017.  Fiscal 2011 and 2015 military construction (Navy) contract funds in the amount of $35,899,825 are being obligated on this award; of which $636,855 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 11 proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-15-C-1604).

BergerABAM, Federal Way, Washington, is being awarded a maximum amount $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for architectural projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR).  The work to be performed provides primarily for the preparation of design/build requests for proposal (including fully designed plans, specifications, and cost estimates) for the bidding of contracts for design/build or fully designed renovation, or new facility/new construction contracts.  Anticipated projects include a wide range of facilities, structures, and utility infrastructure, which may in some cases be located near an active waterfront.  Other representative projects may include: aircraft runways, and related facilities and utilities; structural designs for new and existing facilities including seismic upgrades and foundations in locations susceptible to liquefaction and differential settlement; inspection and evaluation of earthquake damage; ordnance handling and storage facilities; cranes and elevators in buildings; utilities and site development; storage tank systems; storm and sanitary drainage; street and landscape improvements; parking facilities; and fire protection and alarm systems.  Services may also include cost estimating, economic analysis, engineering studies, and seismic analysis of existing structures using current Department of Defense seismic criteria, design using Navy Anti-Terrorism Force Protection criteria, topographic surveys, sub-surface investigations, utility studies, construction support, cathodic protection, and identifying environmental concerns.  No task orders are being issued at this time.  Work will be performed primarily within the NAVFAC Northwest AOR including, but not limited to, Washington (92 percent); Oregon (2 percent); Alaska (2 percent); Idaho (1 percent); Montana (1 percent); and Wyoming (1 percent).  Work may also be performed in the remainder of the U.S. (1 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of September 2020.  Fiscal 2015 Navy working capital funds in the amount of $10,000 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 three proposals received.  The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-15-D-0011).

Wyle Laboratories Inc., Huntsville, Alabama, is being awarded a $16,584,611 modification to a previously awarded cost-plus-fixed-fee contract (N00421-13-C-0032) to exercise an option for operational services in support of the Naval Test Wing (NTW) squadrons, to include aircrew.  This option ensures completion of mission-essential testing and evaluation for all manned air vehicles for which the NTW has operational responsibility.  Work will be performed at the Naval Air Station (NAS), Patuxent River, Maryland (94 percent); NAS Pt. Mugu, California (5 percent); and NAS China Lake, California (1 percent), and is expected to be completed in September 2016.  Fiscal 2015 working capital funds (Navy) in the amount of $8,450,000 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Helix Electric Inc., San Diego, California, is being awarded a $14,232,000 firm-fixed-price contract for Building 308 essential bus and generator system equipment installation at Naval Support Activity Mechanicsburg.  The work to be performed provides for facilities repair and construction work in support of the Defense Information Systems Agency (DISA), equipment installation which includes new paralleling switchgear, and new substation switchgear for DISA mission upgrades.  Work will be performed in Mechanicsburg, Pennsylvania, and is expected to be completed by February 2018.  Fiscal 2015 Navy working capital contract funds in the amount of $14,232,000 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-8719).

The Boeing Co., St. Louis, Missouri, is being awarded a $9,218,776 modification to previously issued cost-plus-fixed- fee delivery order 1510-01 placed against basic ordering agreement N00019-11-G-0001 for full non-recurring engineering in support of the T-45 training system. This effort will consist of the design, development, and manufacture of two validation/verification Service Life Extension Program kits, support equipment and the technical data package required for the installation of the kits.  This effort will also conduct a fatigue test of the main landing gear cylinder.  Work will be performed in St. Louis, Missouri (47 percent); Yorkshire, United Kingdom (39 percent); and Seattle, Washington (14 percent), and is expected to be completed in September 2016.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $9,218,776 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.

AIR FORCE

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $100,000,000 indefinite-delivery/indefinite-quantity contract for Miniature Air Launched Decoy (MALD) production support. Contractor will provide MALD system upgrades, integration, sustainment, management, and logistical support. Work will be performed at Tucson, Arizona, and is expected to be complete by Sept. 30, 2020. This award is the result of a sole-source acquisition. Funds will be obligated on individual orders. Air Force Lifecycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-15-D-0082).

Canadian Commercial Corp., Ottawa, Canada, has been awarded a $61,800,621 firm-fixed-price contract for rotary wing airlift services for the North Warning System (NWS) in Canada. Contractor provide air transportation services to 47 NWS radar sites across the Canadian Arctic, via contractor-furnished, rotary-winged air transportation services for cargo and personnel movement. Rotary-wing air transportation is required for the delivery of bulk petroleum, oil, and lubricant; outsized cargo; and supplies to Canadian and U.S. government NWS sites. Work will be performed at remotely located NWS sites throughout the arctic region of Canada, and is expected to be complete by March 31, 2020. This award is the result of a competitive acquisition with five offers received. Air Combat Command, Langley Air Force Base, Virginia, is the contracting activity (FA4890-15-C-0026).

General Automics Aeronautical Systems Inc., Poway, California, has been awarded a $29,527,049 modification (0105) to previously awarded contract FA8620-10-G-3038 for retrofit of medium-altitude unmanned aerial systems Block 30 ground control stations. Work will be performed at Poway, California, and is expected to be complete by July 31, 2019. Fiscal 2013 and 2015 aircraft procurement funds in the amount of $9,372,348 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

RoboTeam, Gaithersburg, Maryland, has been awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for an explosive ordnance disposal small robot. Contractor will deliver a robot system with logistics and maintenance support. Work will be performed world-wide as necessary and is expected to be complete by Sept. 16, 2022.  This award is the result of a competitive acquisition with three offers received. Fiscal 2015 operations and maintenance (O&M) funds in the amount of $4,800,000 are being obligated at the time of award. The 772nd Enterprise Sourcing Squadron, Tyndall Air Force Base, Florida, is the contracting activity (FA8051-15-D-0009).

Essex Electro Engineers Inc., Schaumburg, Illinois, has been awarded a $16,789,836 delivery order (0003) on previously awarded contract FA8533-11-D-0005 for the purchase of 72kW generators. Contractor will provide 72kW ground power units that will provide 400Hz, 28VDC, and 270 VDC power for various aircraft maintenance tasks on Air Force aircraft. Work will be performed at Schaumburg, Illinois, and is expected to be complete by Jan. 31, 2018.  Fiscal 2014 and 2015 investment funds; and 2015 operations and maintenance funds in the amount of $16,789,836, are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

Hawker Beechcraft Co., Wichita, Kansas, has been awarded a $13,782,355 modification (P00043) to prevously awarded contract FA8620-11-C-3000. Contractor will provide contractor logistics support and basic life support and security to the Iraq King Air 350 program. This contract is 100 percent foreign military sales. Work will be performed in Iraq, and is expected to be complete by March 31, 2016. Air Force LifeCycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Raytheon Co., Missile Systems, Tucson, Arizona, has been awarded a $10,793,422 contract modification (P00018) for the repair of legacy control sections for the High-Speed Anti-Radiation Missile (HARM) missile (AGM-88). Contractor will provide repair of government-furnished parts reused in HARM control section modification production that failed during the acceptance testing. Work will be performed at Tucson, Arizona, and is expected to be complete by April 30, 2017. Fiscal 2013 missile procurement funds in the amount of $10,793,422 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8675-10-C-0011).

Noble Supply & Logistics, Rockland, Massachusetts, has been awarded a $9,000,000 indefinite-delivery/indefinite-quantity contract for a contractor operated civil engineer supply store. Contractor will provide a simplified method for authorized civil engineer personnel and self-help customers to purchase materials, equipment and supplies including, but not limited to, electrical, plumbing, sheet metal, welding, landscaping, heating/air conditioning/refrigeration/ventilation, pipe fitting and carpentry. These items shall be used for work orders, construction, recurring maintenance and repair and self-help type work. Work will be performed at Eglin Air Force Base, Florida, and is expected to be complete by Sept. 30, 2016. This award is the result of a competitive acquisition with five offers received. Fiscal 2016 operations and maintenance funds in the amount of $3,000 are being obligated on the first delivery order at the time of award. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2823-16-D-4007).

Hydraulics International Inc., Chatsworth, California, has been awarded an $8,835,210 firm-fixed-price requirements type contract. Contractor will provide manufacture and delivery of a best estimated quantity of 62 MJ-1E aerial stores lift trucks. Work will be performed at Chatsworth, California, and is expected to be complete by Dec. 31, 2016. This award is the result of a sole-source acquisition. Funds will be obligated on individual orders. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8532-15-D-0004).

ADC Engineering Inc., Hanahan, South Carolina, has been awarded a $7,500,000 indefinite-delivery/indefinite-quantity contract for the vertical construction architect and engineer services. Contractor will provide vertical construction architecture and engineer design and study services. Work will be performed at Joint Base Charleston, South Carolina, and is expected to be complete by Sep. 16, 2020. This award is the result of a competitive acquisition and nine offers were received. Fiscal 2015 operation and maintenance funds in the amount of $98,303 are being obligated at the time of award. The 628th Contracting Squadron, Joint Base Charleston, South Carolina, is the contracting activity (FA4418-15-D-0006).

WASHINGTON HEADQUARTERS SERVICES

National Industries for the Blind, Alexandria, Virginia, has been awarded a $75,000,000 indefinite-delivery/indefinite-quantity (IDIQ) contract. The objective of this contract action is to acquire specific contract management support for contract closeout services. Services provided shall encompass non-inherently governmental functions in support of contract closeout; other post-award contract administrative services in support of contract completion and closeout, to include, functions associated with auto-closeout actions; digital imaging of contracts and acquisition related documentation; and document destruction. Work performance will take place in the following locations: Philadelphia, Pennsylvania; Richmond, Virginia; San Antonio, Texas; Chicago, Illinois; Fayetteville, North Carolina; Clearwater, Florida; Kansas City, Missouri; and all geographical locations included in the Department of Defense mission. No funds will be obligated at award of the basic IDIQ contracts. Appropriate fiscal year funds will be obligated on all subsequent task orders. The expected completion date is Sept. 16, 2020. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

ARMY

Walsh Federal JV, Chicago, Illinois, was awarded a $70,086,000 firm-fixed-price contract to construct the Common Mission Control Center, Beale, Air Force Base, California, with an estimated completion date of Sept. 6. 2017.  Bids were solicited via the Internet with three received.  Fiscal 2013 military construction funds in the amount of $70,086,000 were obligated at the time of the award. Army Contracting Command Sacramento, California, is the contracting activity (W91238-15-C-0020).

Sikorski Aircraft Corp., was awarded a $10,877,381 modification (P00290) to contract W58RGZ-12-C-0008 to exercise an option for one UH-60M aircraft for the Army Best Program.  Work will be performed in Stratford, Connecticut, with an estimated completion date of Dec. 30, 2015.  Fiscal 2015 other procurement funds in the amount of $10,877,381 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

American International Contractors Inc., Arlington, Virginia, was awarded a $9,848,000 firm-fixed-price contract with options to design and construct a furnishings warehouse and medical administration building, al-Udeid Air Base, Qatar, with an estimated completion date of March 29, 2017.  Bids were solicited via the Internet with three received.  Fiscal 2012 military construction funds in the amount of $9,848,000 were obligated at the time of the award.  Army Corps of Engineers, Transatlantic Program Center, Winchester, Virginia, is the contracting activity (W912ER-15-C-0008).

Raytheon Co., Marlborough, Massachusetts, was awarded a $9,352,322 modification (P00048) to contract W31P4Q-14-C-0060 to procure and install 15 Version 8 upgrade kits to the Air Traffic Navigation Integration Coordination System and a test station.  Work will be performed in Nashua, New Hampshire; and Marlborough, Massachusetts, with an estimated completion date of Sept. 30, 2017.  Fiscal 2015 other procurement funds in the amount of $9,218,345 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Edifice-Schlosser JV LLC,* Beltsville, Maryland, was awarded a $8,410,000 firm-fixed-price contract with options for security fence and equipment, and Entry Control Point 9, Army Medical Research Institute of Infectious Diseases, National Inter-Agency Biodefense Campus, Ft. Detrick, Maryland, with an estimated completion date of March 10, 2017.  Bids were solicited via the Internet with four received.  Fiscal 2011 and 2012 military construction funds in the amount of $8,410,000 were obligated at the time of the award. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-15-C-0025).

DEFENSE LOGISTICS AGENCY

General Electric Co., Lynn, Massachusetts, has been awarded a maximum $21,035,556 delivery order (THAD) against a five-year base basic ordering agreement (FA8122-14-G-0001) for T-64 engine combustion chambers. This is a firm-fixed-price contract. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). Location of performance is Massachusetts, with a July 31, 2018, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2015 through fiscal 2018 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

DEFENSE COMMISSARY AGENCY

Summit Construction Inc., Santa Rosa Beach, Florida, is being awarded a firm-fixed- price contract (HDEC03-15-C-0001) for the architectural and refrigeration upgrade to the commissary at Fort Myer, Virginia.  The award amount is $6,902,588.  The contract is for a 379-day period based on the issuance of the notice to proceed which is expected in October 2015.  Offers were solicited via full and open competition and three offers were received.  The contracting activity is the Defense Commissary Agency, Enterprise Acquisition Division, Construction and Design Branch, Joint Base San Antionio Lackland, Texas.

*Small business
Photo: www.airforce-technology.com

DoD Contracts: Rockwell Collins Inc. Awarded $105M for KC-135 Aircraft

$
0
0

AIR FORCEKC-135_Stratotanker_Aerial_Refueling_Aircraft

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $105,875,594 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for KC-135 Block 45 cockpit analog/digital upgrade Group B kits. Work will be performed at Cedar Rapids, Iowa, and is expected to be complete by Sept. 29, 2024. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Fiscal 2015 aircraft procurement funds in the amount of $25,371,321 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8105-15-D-0002).

The Aerospace Corp., El Segundo, California, has been awarded an $828,255,889 modification (P00037) to the previously awarded contract FA8802-14-C-0001 for systems engineering and integration support for the national space community. Contractor will provide systems engineering, integration management, technical performance analysis and assessment, monitoring of launch vehicle and satellite processing, and verifying launch readiness. Work will be performed at El Segundo, California, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 research and development funds are being used, and no funds were obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Newport Materials LLC, Westford, Massachusetts, has been awarded an $18,300,189 firm-fixed-price, single award, indefinite-delivery/indefinite-quantity contract for Hanscom Air Force Base paving projects. Contractor will provide management, labor, material, equipment, transportation, supervision, and minor designs to accomplish simultaneous pavement maintenance, water line repairs, storm drainage line repairs, sanitary sewer line repairs, and other miscellaneous repair and minor construction work on real property. Work will be performed at Hanscom Air Force Base, Massachusetts; Hamilton, Massachusetts; Humarock, Massachusetts; and Cape Cod Air Force Station, Massachusetts, and is expected to be complete by Sept. 17, 2020.  This award is the result of a competitive acquisition with five offers received. Fiscal 2015 operations and maintenance funds in the amount of $2,500 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA2835-15-D-0006).

Wolf Creek Federal Services Inc., has been awarded an $8,000,000 indefinite-delivery/indefinite-quantity contract to repair various facilities at Joint Base Charleston, South Carolina. The contractor will provide all labor, materials, equipment, transportation and supervision necessary to perform numerous specified projects. Work will be performed at Joint Base Charleston, South Carolina, and is expected to be complete by Aug. 16, 2016. This award is a sole-source 8(a) acquisition. Fiscal 2015 operation and maintenance funds in the amount of $186,671 are being obligated at the time of award. The 628th Contracting Squadron, Joint Base Charleston, South Carolina, is the contracting activity (FA4418-15-D-0008).

CORRECTION: The Amherst Systems Inc. contract listed on Sept. 3, 2015, for $9,100,822 was actually awarded on Sept. 16, 2015. All other contract information is accurate (FA8523-15-D-0001).

ARMY

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland (W911NF-15-D-0001); Battelle Memorial Institute, Columbus, Ohio (W911NF-15-D-0002); Booz Allen Hamilton Inc., McLean, Virginia (W911NF-15-D-0003); Bowhead System Management LLC,* Alexandria, Virginia (W911NF-15-D-0004); ByLight, Professional IT Services Inc., Arlington, Virginia (W911NF-15-D-0005); Charles Stark Draper Laboratory Inc., Cambridge, Massachusetts (W911NF-15-D-0006); Envistacom LLC,* Atlanta, Georgia (W911NF-15-D-0007); Exelis Inc., Herndon, Virginia (W911NF-15-D-0008); Georgia Tech Applied Research Corp., Atlanta, Georgia (W911NF-15-D-0009); Hickory Ground Solutions LLC,* Heathsville, Virginia (W911NF-15-D-0010); Ideal Innovation Inc.,* Arlington, Virginia (W911NF-15-D-0011); Janus Research Group Inc.,* Appling, Georgia (W911NF-15-D-0012); K2 Solutions Inc.,* Southern Pines, North Carolina (W911NF-15-D-0013); Leidos Inc., Reston, Virginia (W911NF-15-D-0014); STS International Inc.,* Berkeley Springs, West Virginia (W911NF-15-D-0015); and WinTec Arrowmaker Inc.,* Fort Washington, Maryland (W911NF-15-D-0016), were awarded an $800,000,000 cost-plus-fixed-fee multiple award task order contract with options for research and development to counteract asymmetrical threats, with an estimated completion date of Sept. 17, 2020.  Bids were solicited via the Internet with 16 received.  Funding and work location will be determined with each order. Army Contracting Command, Research Triangle Park, North Carolina, is the contracting activity.

Cool Roofing Systems Inc.,* Manteca, California (W912BV-15-D-0025); and Doyon Project Services,* Federal Way, Washington (W912BV-15-D-0028), were awarded a $10,000,000 firm-fixed-price, multi-year, multiple award task order contract with options for Tinker Aerospace Complex roof program, Building 9001, Tinker Air Force Base, Oklahoma, with an estimated completion date of Sept. 17, 2020.  Bids were solicited via the Internet with seven received.  Funding and work location will be determined with each order.  Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity.

Agile Infrastructure Services, Inc.*, Kellogg, Idaho, was awarded a $10,000,000 firm-fixed-price contract for minor construction projects.  Work locations and funding will be determined with each order, with an estimated completion date of Sept. 17, 2020.  Bids were solicited via the internet with nine received.  Army Contracting Command, Fort Jackson, South Carolina, is the contracting activity (W9124C-15-D-0005).

Value Recovery Holding, LLC*, Columbus, Ohio, was awarded an $8,570,405 modification (P00007) to contract (W912DY-14-C-0008) for support services to the Office of Energy Initiatives.  The contract provides assistance with the planning and execution of large scale renewable energy, wind, solar, biomass, and geothermal projects leveraging third party financing.  The contractor provides both technical and financial subject matter expertise. The Office of Energy Initiatives is the central management office for the planning and execution of large scale renewable energy project leveraging third party finance. Work will be performed in Arlington, Virginia, with an estimated completion date of Sept. 18, 2016.  Fiscal 2015 operations and maintenance funds in the amount of $4,315,616 were obligated at the time of the award.  Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Heritage Disposal & Storage LLC,* Alda, Nebraska, was awarded a $6,671,296 firm-fixed-price contract for demilitarization and disposal of 504,644 HC smoke canisters and 61,400 HC smoke pots. Work will be performed in Alda, Nebraska, with an estimated completion date of Sept. 15, 2018.  Bids were solicited via the Internet with three received.  Fiscal 2014 operations and maintenance funds in the amount of $6,671,296 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-C-0088).

NAVY

Manu Kai LLC,* Honolulu, Hawaii, is being awarded $76,269,409 for modification P00051 under a previously awarded fixed-price-award-fee, indefinite-quantity provision, and cost-plus-award-fee, contract (N00604-09-D-0001) to exercise the seventh option for range operations support and base operations support services.  Work will be performed in at the Pacific Missile Range Facility, Island of Kauai, Hawaii, and is expected to be completed by September 2016.  If all options on the contract are exercised, work will be completed by September 2018.  Subject to the availability of funds, fiscal 2016 operations and maintenance (Navy) funds in the amount of $43,480,615 will be obligated at the time of award.  Funds will not expire at the end of the current fiscal year.  Funds in the amount of $32,788,794 will be obligated as individual task orders are issued.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website as a 100 percent 8(a) set-aside requirement, with four offers received.  Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Hawaii, is the contracting activity.

FLIR Surveillance Inc., North Billerica, Massachusetts, is being awarded a $49,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Combatant Craft Forward Looking Infrared variant 2 (CCFLIR2).  The CCFLIR2 is a day/night and infrared imaging system that provides operators the capability to detect visible light or infrared radiation reflected or emitted by surface targets at tactically significant ranges in all operational environments.  CCFLIR2 provides increased detection, recognition and identification ranges in all conditions; constant interrogation of targets across the spectrum of operations; and greater situational awareness with high-definition imaging and zoom capability. CCFLIR2 incorporates improved optics and image processing that allows the user to see the same target in multiple wavelengths, highlighting the target features and discriminators.  CCFLIR2 integrates with embedded navigational systems and other shipboard systems to provide target and way-point geolocation and tracking functionality. CCFLIR2 is part of a collection of intelligence, surveillance and reconnaissance systems available for use on Special Operations Force maritime craft.  Work will be performed in North Billerica, Massachusetts, and is expected to be completed by September 2025.  Fiscal 2014 and 2015 research, development, test and evaluation (Navy) funds in the amount of $2,845,444 will be obligated at time of award.  Contract funds will expire at the end of the current fiscal year. This contract was competitively procured and solicited via the Federal Business Opportunities website, with one offer received.  The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-15-D-JQ76).

United Technologies Corp., Pratt & Whitney, Military Engines, East Hartford, Connecticut, is being awarded a $10,642,496 modification to a previously awarded cost-plus-incentive-fee contract (N00019-14-C-0026) to retrofit the F-35B F-135 propulsion system for the Navy/Marine Corps and the international partners, including the installation of a redesigned lift fan inter-stage vane.  Work will be performed in Indianapolis, Indiana, and is expected to be completed in December 2016.  Fiscal 2015 aircraft procurement (Navy) and international partner funds in the amount of $10,642,496 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/Marine Corps ($10,447,740; 98 percent) and the international partners ($194,756; 2 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is being awarded $8,822,412 for modification P00009 under a previously awarded firm-fixed-price contract (N00604-13-C-3000) to exercise the third option for a full range of ordnance handling and management services including labor, materials, equipment, inventory management, transportation, supervision and management to receive inspect, store, issue, transport, load, and manage all types of ammunition, explosives, expendable and technical ordnance material and weapons.  Additionally, the contractor shall perform all tasks related to peacetime and wartime munitions operations.  Work will be performed at Navy Munitions Command East Asia Division Detachment Pearl Harbor, Ewa Beach, Hawaii, and work is expected to be completed September 2016.  If all options on the contract are exercised, the total value of this contract will be $43,077,190 and work will be completed by September 2017.  Subject to the availability of funds, fiscal 2016 operations and maintenance (Navy) funds in the amount of $8,822,412 will be obligated at the time of award.  Funds will not expire at the end of the current fiscal year.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with two offers received.  Naval Supply Systems Command Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity.

Bethel-Webcor JV-1,* Anchorage, Alaska, is being awarded $8,617,000 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N62478-14-D-4001) for repair of Building 17 at Bishop Point, Joint Base Pearl Harbor-Hickam.  The work to be performed provides for renovation of Building 17, which is a Category II historic facility built in 1941.  Repair work includes replacing the deteriorated and termite damaged mezzanine and ground floor rooms in the west section, which includes administrative and medical offices, physical treatment area, storage, restrooms and locker rooms; removing hazardous material; installing fire rated exits, stairways, a fire alarm with mass notification system, and a fire sprinkler system; and refinishing the existing hyperbaric chamber.  Proposed construction work includes installing a central air conditioning system, upgrading the electrical system, reconstructing the flyaway dive locker area (clean room), and providing primary electrical utilities for temporary trailers.  Seismic safety standards, Leadership in Energy and Environmental Design, and antiterrorism/force protection work is required.  Personal property equipment installation includes rental of four trailers with temporary walkways, stairs, and an accessible ramp.  The task order also contains one unexercised option, which if exercised, would increase cumulative task order value to $9,166,776.  Work will be performed in Oahu, Hawaii, and is expected to be completed by June 2017.  Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $8,617,000 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.

U.S. TRANSPORTATION COMMAND

American President Lines Ltd., Scottsdale, Arizona (HTC711-12-D-R009/P00017); Farrell Lines Inc., Norfolk, Virginia (HTC711-13-D-R001/P00014); Liberty Global Logistics LLC, Lake Success, New York (HTC711-12-D-R008/P00017); and National Air Cargo Group Inc., Orlando, Florida (HTC711-12-D-R010/P00017), are each being awarded a $45,370,266 maximum ceiling modification exercising the extension of services for commercial multimodal transportation.  The modifications bring the total cumulative face value of each of the contracts to $1,499,988,948 from $1,454,618,682.  These contracts provide for international commercial multimodal transportation services.  Work will be performed worldwide, with an expected completion date of Oct. 31, 2015.  Fiscal 2015 and 2016 transportation working capital funds will be obligated on individual task orders.  The estimated program value for the extension of services is $136,110,798.  The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois.

DEFENSE LOGISTICS AGENCY

Pentaq Manufacturing Corp.,* Sabana Grande, Puerto Rico, has been awarded a maximum $31,895,125 modification (P00133) exercising the second one-year option period of a one-year base contract (SPM1C1-13-D-1073) with four one-year option periods for Army combat uniform trousers with permethrin. This is a firm-fixed-price contract. Locations of performance are Puerto Rico, Mississippi, Alabama and North Carolina, with a Sept. 23, 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.

Boeing Co., St. Louis, Missouri, has been awarded a maximum $20,542,960 delivery order (THJD) against a five-year base basic ordering agreement (SPE4A1-14-G-0007) for right inner wing panels for Navy aircraft. This is a firm-fixed-price contract. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). Location of performance is Missouri, with an Aug. 31, 2017, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2015 through fiscal 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Boeing Co., St. Louis, Missouri, has been awarded a maximum $20,537,077 delivery order (THJC) against a five-year base basic ordering agreement (SPE4A1-14-G-0007) for left inner wing panels for Navy aircraft. This is a firm-fixed-price contract. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). Location of performance is Missouri, with an Aug. 31, 2017, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2015 through fiscal 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Pentaq Manufacturing Corp.,* Sabana Grande, Puerto Rico, has been awarded a maximum $18,499,173 modification (P00129) exercising the second one-year option period of a one-year base contract (SPM1C1-13-D-1074) with four one-year option periods for Army combat uniform trousers with permethrin. This is a firm-fixed-price contract. Locations of performance are Puerto Rico, Mississippi, Alabama and North Carolina, with a Sept. 23, 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.

McRae Industries,** Mount Gilead, North Carolina, has been awarded a maximum $7,119,315 modification (P00108) to a one-year base contract (SPM1C1-13-D-1075) with four one-year option periods for hot-weather boots. This is a firm-fixed-price contract. Location of performance is North Carolina, with a Sept. 22, 2016, performance completion date. Using service is Marine Corps. 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.

UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES

Henry M. Jackson Foundation for the Advancement of Military Medicine, Bethesda, Maryland has been awarded $18,259,392 task order 0052 under a previously awarded indefinite-delivery/indefinite-quantity contract (HU0001-10-D-0006) for research equipment to support the genome sequencing center, biomedical instrumentation center, and radiology department. Contractor will provide a genome sequencing system, magnetic resonance imaging system, super resolution microscope, and support equipment. Delivery and installation will be performed at the Uniformed Services University and Walter Reed National Military Medical Center in Bethesda, Maryland, and is expected to be completed by Jan. 12, 2016. Fiscal 2013, 2014 and 2015 procurement funds, and fiscal 2014 and 2015 research, development, test and evaluation funds, were obligated at the time of the award. The Uniformed Services University of the Health Sciences, Bethesda, Maryland is the contracting activity. (Awarded Sept. 4, 2015)

*Small business
**Historically underutilized business zones
Photo:aircraft.wikia.com

DoD Contracts: Raytheon Co. Awarded $180M for Advanced Medium-Range Air-to-Air Missile

$
0
0

AIR FORCEr_27

Raytheon Co., Raytheon Missile Systems, Tucson, Arizona, has been awarded an $180,000,000 fixed-price-incentive, firm target, indefinite-delivery/indefinite-quantity contract for Advanced Medium-Range Air-to-Air Missile program support and annual sustainment. Contractor will provide program support, service life prediction program, and contractor logistics support services. Work will be performed at Tucson, Arizona, and is expected to be complete by Sept. 30, 2020. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Fiscal 2015 Air Force missile procurement funds; fiscal 2015 Air Force operations and maintenance funds; and fiscal 2015 Navy operations and maintenance in the amount of $8,410,024 are being obligated at time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8675-15-D-0062).

Battelle Memorial Institute, Columbus, Ohio, has been awarded a $48,721,000 multiple award, fair opportunity, indefinite-delivery/indefinite-quantity contract for research and development. Contractor will provide for basic, applied, and advanced research and development to develop, evaluate, and facilitate the transition of technologies to improve the security and reliability of microelectronics and embedded systems. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Sept. 21, 2022. This award is the result of a competitive acquisition with two offers received. Fiscal 2015 research, development, test and evaluation funds in the amount of $200,000 are being obligated on task order 0001 at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-D-1953).

Riverside Research Institute, New York, New York, has been awarded a $48,721,000 multiple award, fair opportunity, indefinite-delivery/indefinite-quantity contract for research and development. Contractor will provide basic, applied, and advanced research and development to develop, evaluate, and facilitate the transition of technologies to improve the security and reliability of microelectronics and embedded systems. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Sept. 21, 2022. This award is the result of a competitive acquisition with two offers received. Fiscal 2015 research, development, test and evaluation funds in the amount of $750,000 are being obligated on task order 0001 at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-D-1847).

Modern Technology Solutions Inc., Alexandria, Virginia, has been awarded a $24,998,436 Small Business Innovation Research III sole-source, cost-plus-fixed-fee contract for the Rapid Intelligence Surveillance, and Reconnaissance (ISR) Technology Integration Program effort. Contractor will extend the sensor resource management system developed in Phase I for the Missile Defense Agency and apply it to the integration of air, ground and space sensor systems and their associated platforms to provide ISR data products. Work will be performed at Wright-Patterson Air Force Base, Ohio; Kirtland Air Force Base, New Mexico; and Alexandria, Virginia, and is expected to be complete by Sept. 17, 2019. This award is the result of a sole-source acquisition. Fiscal 2015 research and development funds in the amount of $900,000 are being obligated at the time of award. Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-C-9201).

Moog Inc., East Aurora, New York, has been awarded a $29,996,640 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for B-1B aircraft support. Contractor will provide for the remanufacture and modification of B-1B horizontal stabilizer servo-cylinders. The horizontal stabilizer servo-cylinders are a part of the B-1B’s primary flight control system providing pitch and roll commands to the aircraft. Remanufacture/modification of the horizontal stabilizer servo-cylinders will ensure serviceable assets are available to support the B-1 weapon system. Work will be performed at East Aurora, New York, and is expected to be complete by Sept. 30, 2020. This award is the result of a competitive acquisition with one offer received. Fiscal 2015 consolidated sustainment activity group funds in the amount of $548,556 are being obligated at the time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8118-15-D-0052).

Exelis Inc., Clifton, New Jersey, has been awarded a $17,964,380 cost-plus-fixed-fee contract for engineering services applicable to the AN/ALQ-172 line replaceable unit (LRU)-4 countermeasures transmitter. Contractor will provide non-recurring engineering services for the form, fit and function interface; redesign; development of data, manufacturing and delivery of prototypes that will meet legacy LRU specification requirements. Work will be performed at Clifton, New Jersey, and is expected to be complete by Sept. 20, 2018. This award is the result of a sole-source acquisition. Fiscal 2015 consolidated sustainment activity group-engineering funds in the amount of $17,964,380 are being obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8522-15-C-0005).

ARMY

Gayston Corp.,* Miamisburg, Ohio, was awarded a $79,681,874 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a four-year total maximum quantity for the 25-pound practice bomb and lug, MARK – 76, modification 5, practice bomb: 1,200,000: bomb dummy unit – 33 D/B practice bomb; 1,200,000; and the 25-pund practice bomb suspension lug: 1,200,000. Work and performance location will be determined with each order, with an estimated completion date of Sept. 30, 2019.  Bids were solicited via the Internet with three received.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-D-0100).

IAP Worldwide Services Inc., Cape Canaveral, Florida (P00017), to contract (W912DY-10-D-0044); General Dynamics Information Technology Inc., Fairfax, Virginia (P00011), to contract (W912DY-10-D-0045); BTF Solutions JV, Dallas, Texas (P00012), to contract (W912DY-10-D-0046); and Military Healthcare Outfitting & Transition (P00013), Chicago, Illinois, to contract (W912DY-10-D-0047), will share a $55,000,000 modification to the aforementioned contracts  for services to provide total troop-ready project support for planning, outfitting, and transitioning the staff and patients associated with healthcare construction projects from 2010 to 2015.  Work and funding will be determined with each order, with an estimated completion date of Dec. 28, 2015.  Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Carahsoft Technology Corp., Reston, Virginia, was awarded a $49,834,676 modification (BA01) to contract (N00104-08-A-ZF43) for brand name commercial software, tightly integrated third party software, and software maintenance. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of May 31, 2020.  Fiscal 2015 other funds in the amount of $2,346,528; and fiscal 2015 other procurement, Army funds in the amount of $36,656,000, were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

W.M. Schlosser Co. Inc., Hyattsville, Maryland, was awarded a $34,377,000 firm-fixed-price contract to replace collapsed storm airfield drainage systems.  Work will be performed at Andrews Air Force Base, Maryland, with an estimated completion date of Sept. 20, 2017.  Bids were solicited via the Internet with two received.  Fiscal 2015 operations and maintenance, Army funds in the amount of $34,377,000 were obligated at the time of the award. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-15-C-0032).

Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $25,358,308 modification (P00049) to contract (W91RUS-12-C-0008) for the exercise of option year four for information technology support and services to support the mission of 5th Signal Command/U.S. Army Europe, U.S. European Command, and U.S. Africa Command areas of responsibility. Work will be performed in Germany (65.91 percent); Italy (4.61 percent); Israel (12.44 percent); Romania (3.13 percent); Bulgaria (3.13 percent); and Kosovo (10.78 percent), with an estimated completion date of Sept. 30, 2016.  Fiscal 2016 operations and maintenance, Army funds are subject to availability. Army Contracting Command, Fort Huachuca, Arizona, is the contracting activity.

American Systems Corp., Chantilly, Virginia, was awarded an $11,432,272 firm-fixed-price contract for six months of telephone and secure internet protocol services for the U.S. Army Reserve Command.  Work will be performed at Fort Bragg, North Carolina, with an estimated completion date of March 19, 2016.  Bids were solicited via the Internet with one received.  Fiscal 2015 other funds in the amount of $7,924,626 were obligated at the time of the award.  Army Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-15-F-0001).

SES Partners LLC,* Huntsville, Alabama, was awarded a $9,999,343 firm-fixed-price contract for the continued computer facilities management services for the Engineer Research and Development Center office of the chief information officer in service of the research, development, environment network.  Work location and funding will be determined with each order.  Bids were solicited via the Internet with five received.  Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912HZ-15-D-0007).

LG2 Environmental Solutions Inc.,* Jacksonville, Florida, was awarded a $9,500,000 firm-fixed-price contract for planning, environmental, and engineering hydrology, hydraulics, and geotechnical services related to the planning function of that program.  Services provided shall include preparation of documents as project plans, and feasibility studies.  Work locations and funding will be determined with each order, with an estimated completion date of Sept. 20, 2020.  Bids were solicited via the Internet with three received.  Army Corps of Engineers, Savannah, Georgia, is the contracting activity (912HN-15-D-0023).

DEFENSE INFORMATION SYSTEMS AGENCY

Equilateral Technologies (ETI), was awarded a maximum $12,000,000 sole-source, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for ETI Spectrum Management Engine software licenses for Army Program Manager Warfighter Information Networks Tactical program. This contract has a one year base period and two one-year option periods. Work will be performed at Aberdeen Proving Ground, Maryland with an estimated completion date of Sept. 20, 2016.  The solicitation was issued pursuant to the authority of 10 U.S. Code §2304(c)(1) and Federal Acquisition Regulation 6.302-1; only one responsible source and no other supplies or services will satisfy agency requirements.  The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1028-15-D-0009).

NAVY

DPR Hardin Construction -WGI JV, Atlanta, Georgia, is being awarded $11,795,000 for firm-fixed-price task order 0011 under a multiple award construction contract (N40085-10-D-5333) for construction of a mobile communications detachment support facility at Joint Expeditionary Base Little Creek, Fort Story, Virginia.  The work to be performed provides for construction of a two-story mobile communications detachment support facility.  Facilities will support a variety of functions including administrative, applied instruction, operational gear storage and communications laboratory.  Project includes concrete masonry building with slab on grade and pile foundation, steel doors and frames, steel roll up doors, and gypsum board over metal stud interior partitions.  Built-in equipment includes a passenger/freight elevator and equipment cages for support personnel.  Work will be performed in Virginia Beach, Virginia, and is expected to be completed by July 2017. Fiscal 2015 military construction (defense) contract funds in the amount of $11,795,000 are being 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 Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Lockheed Martin Space Systems Co., Sunnyvale, California, is being awarded $8,801,033 for modification P00004 to a previously awarded cost-plus-fixed-fee contract (N00030-13-C-0043) for an equitable adjustment to the security hardware, associated software, equipment installation, system test, accreditation, certification and delivery of nuclear weapon security system equipment.  The work will be performed in Pittsfield, Massachusetts (69.05 percent); Sunnyvale, California (18 percent); Cape Canaveral, Florida (11.09 percent); Bangor, Washington (0.96 percent); and Kings Bay, Georgia (0.90 percent).  The work has an expected completion date of Nov. 30, 2016.  Fiscal 2014 and 2015 other procurement (Navy) contract funds in the amount of $8,801,033 are being obligated on this award, none of which will expire at the end of the current fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

P & S Construction Inc., North Chelmsford, Massachusetts, is being awarded an $8,457,900 firm-fixed-price contract for Navy Exchange Command main store expansion and renovation at Naval Submarine Base New London.  The work to be performed provides for selective interior demolition of the current space to “white box” space suitable for reuse as Navy Exchange retail area for hardline goods.  Work includes demolition (e.g., removal of existing patron bathrooms, remove suspended ceiling and lighting, remove electric wiring back to panel boxes, remove interior finishes, remove chill boxes, etc.); heating, ventilation and air conditioning repairs; roof repairs; electrical repairs; fire protection system improvements to meet code; and installing new bathrooms and other similar renovation upgrades.  Work will be performed in Groton, Connecticut, and is expected to be completed by March 2017.  Fiscal 2015 non-appropriated, Navy working capital, and operation and maintenance, (Navy) contract funds in the amount of $8,457,900 are being obligated on this award, of which $25,700 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 (N40085-15-C-8737).

Electric Boat Corp., Groton, Connecticut, is being awarded a $7,430,988 cost-plus-fixed-fee modification to previously awarded contract N00024-03-C-2101 for the already accomplished procurement and manufacturing of submarine onboard repair parts.  The contractor manufactured and procured onboard repair parts loaded onto Virginia-class submarines.  This contract is for the definitization of a previously authorized unpriced task order.  The work was performed in Newport News, Virginia (75 percent), Groton, Connecticut (22 percent), and at Quonset Point, Rhode Island (3 percent), and was completed in August 2011.  No contract funds are being obligated at time of award.  The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

Electric Boat Corp., Groton, Connecticut, is being awarded a $7,330,156 cost-plus-fixed-fee modification to previously awarded contract (N00024-03-C-2101) for the already accomplished procurement and manufacturing of submarine onboard repair parts.  The contractor manufactured and procured onboard repair parts loaded onto Virginia-class submarines.  This contract is for the definitization of a previously authorized unpriced task order.  Work was performed in Groton, Connecticut (82 percent); and Quonset Point, Rhode Island (18 percent), and was completed in December 2009.  No contract funds are being obligated at time of award.  The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

DEFENSE LOGISTICS AGENCY

KPMG LLP, McLean, Virginia, has been awarded a maximum $10,860,881 delivery order (0057) against a five-year blanket purchase agreement (SP4703-11-A-0017) for management, personnel and documentation services. This is a firm-fixed-price contract. This was a competitive acquisition with six responses received. Location of performance is Virginia, with a Sept. 30, 2016, performance completion date. Using agency is Defense Logistics Agency. Type of appropriation is fiscal 2015 through 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency, Fort Belvoir, Virginia.

*Small business
Photo: www.enemyforces.net

DoD Contracts: L-3 Communications Vertex Aerospace LLC Awarded $160M for T-45 Aircraft

$
0
0

NAVYt45_goshawk

L-3 Communications Vertex Aerospace LLC, Madison, Mississippi, is being awarded a $160,238,440 modification to a previously awarded indefinite-delivery requirements contract (N00019-14-D-0011) to exercise an option for the organizational, intermediate, and depot level maintenance and logistics services in support of approximately 200 T-45 aircraft based at Naval Air Station (NAS) Meridian, Mississippi; NAS Kingsville, Texas; NAS Pensacola, Florida; and NAS Patuxent River, Maryland.  Logistics services to be provided include sustaining engineering, supply and government property management, and procurement of associated parts and materials.  Work will be performed in Kingsville, Texas (48 percent); Meridian, Mississippi (44 percent); Pensacola, Florida (7 percent); and Patuxent River, Maryland (1 percent), and is expected to be completed in September 2016.  Contract funds will not be obligated at time of award.  Funds will be obligated on individual delivery orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Rockwell Collins Inc., Government Systems, Cedar Rapids, Iowa, is being awarded a $141,019,568 modification to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-15-D-5501) to exercise an option for the procurement of the AN/ARC-210 family of electronic protection radio equipment for domestic and foreign military sales aircraft.   Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in September 2018.  Contract funds will not be obligated at the time of award.  Funds will be obligated on individual orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $22,499,305 modification to previously awarded contract N00024-08-C-2110 for the material and advance planning of the post-shakedown availability and selected restricted availability of USS Gerald R. Ford (CVN 78). Work will be performed in Newport News, Virginia, and is expected to complete by February 2017.  Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $2,500,000 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.

Ocean Ships Inc., Houston, Texas, is being awarded a $17,836,741 modification under the previously awarded firm-fixed-price contract N00033-13-C-3333 to exercise option three for the operation and maintenance of two expeditionary transfer dock ships: USNS Montford Point and USNS John Glenn.  These ships support the Military Sealift Command Strategic Sealift Fleet by transferring rolling stock and other cargos in-stream with other ships via ramp connections, as well as landing and deploying air-cushion, non-displacement craft by means of inclined decks.  Work will be performed worldwide, and work for this option period is expected to be completed by Sept. 30, 2016.  Navy working capital funds in the amount of $17,836,741 are being obligated at the time of award and will not expire at the end of the current fiscal year.  Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-13-C-3333).

Diversified Service Contracting Inc.,* Dunn, North Carolina, is being awarded a $10,397,791 modification under previously awarded indefinite-delivery/indefinite-quantity contract N40080-11-D-3020 to exercise option four for base operations support at the Naval Air Station, Patuxent River.  The work to be performed provides for all management supervision, labor hours, training, equipment and supplies necessary to perform base operating services to include, but not limited to, providing janitorial services, grounds maintenance services, base support vehicles and equipment, street sweeping/snow removal services, and pest control services.  After award of this option, the total cumulative contract value will be $46,551,682.  Work will be performed in Patuxent River, Maryland, and is expected to be completed by September 2016.  No funds will be obligated at time of award.  Subject to availability of funds, fiscal 2016 operation and maintenance (Navy) and fiscal 2016 Navy working capital contract funds in the amount of $9,355,276 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Public Works Department, Patuxent River, Maryland, is the contracting activity.

Warwick Plumbing & Heating Corp., Newport News, Virginia, is being awarded a $7,841,135 firm-fixed-price modification under an indefinite-delivery/indefinite-quantity contract to exercise option one for construction maintenance repair of utilities distribution systems at Norfolk Naval Shipyard.  The work to be performed provides for maintenance, inspection, cleaning, painting, repair, testing, and replacement of various utility systems located outside and inside of various types of facilities and buildings.  The total contract amount after exercise of this option will be $15,701,003.  Work will be performed in Portsmouth, Virginia, and is expected to be completed by September 2016.  No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued.  No task orders are being issued at this time.  The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-14-D-8137).

Ratcliff Construction Inc., Orange Park, Florida, is being awarded $7,783,462 for firm-fixed-price task order 0014 under a previously awarded multiple award construction contract (N69450-12-D-1277) for repairs to heating, ventilation, and air conditioning systems, roofs and latrines for the joint task force at Naval Station Guantanamo Bay.  The work to be performed provides for all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal.  Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by March 2017.  Fiscal 2015 operation and maintenance (Army) contract funds in the amount of $7,783,462 are being obligated on this award and will expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

Keystone Prepositioning Services, Bala Cynwyd, Pennsylvania, is being awarded a $7,673,167 modification for fixed-price portion of a previously awarded contract (N00033-12-C-3116) to exercise option four for the operation and maintenance of three surge sealift ships.  When activated, the ships are employed in the worldwide movement of government-owned cargo, including hazardous materials (including explosives and ammunition), and vehicular, bulk and general cargoes.  Work will be performed worldwide, and work for this option period is expected to be completed by Sept. 30, 2016.  Navy working capital funds in the amount of $7,673,167 are being obligated at the time of award.  The funds will not expire at the end of the current fiscal year.  Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-12-C-3116).

ARMY

General Atomics Aeronautical Systems Inc., Poway, California, was awarded a $47,499,986 modification (P00033) to undefinitized contract W58RGZ-13-C-0109 for an improved Gray Eagle engineering change proposal applicable to 19 aircraft, four lots of ground support equipment, and one lot of unique initial spares.  Work will be performed in Poway, California, with an estimated completion date of Sept. 30, 2018.  Fiscal 2015 other procurement funds in the amount of $23,274,993 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $46,952,051 modification (P000815) to foreign military sales contract W56HZV-09-D-0159 (Iraq) for 184 medium tactical vehicles, with an estimated completion date of Feb. 28, 2017.  Funding and work location will be determined with each order.  Army Contracting Command, Warren, Michigan, is the contracting activity.

Leidos Inc., Reston, Virginia, was awarded a $30,625,281 cost-plus-fixed-fee, incrementally funded contract with options for continued operations, support, maintenance, logistic, and engineering services to operate the Night Eagle counter-improvised explosive device airborne detection system in Afghanistan. Work will be performed in Bridgewater, Virginia; Afghanistan; Santa Rosa, California; Silver Spring, Maryland; Princeton, New Jersey; and Poway, California, with an estimated completion date of Sept. 25, 2017.  One bid was solicited with one received.  Fiscal 2015 operations and maintenance funds in the amount of $26,400,000 were obligated at the time of the award. Army Contracting Command, Alexandria, Virginia, is the contracting activity (W909MY-15-C-0031).

DRS Sustainment Systems Inc., St. Louis, Missouri, was awarded a $25,532,720 cost-plus-fixed-fee multi-year contract for system technical support, sustainment system technical support, and postproduction software support for the M1200 Armored Knight family of vehicles, with an estimated completion date of Sept. 21, 2018.  Bids were solicited via the Internet with one received.  Funding and work location will be determined with each order.  Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-D-0082).

Georgia Tech Research Institute – Applied Research Corp., Atlanta, Georgia, was awarded a $15,561,000 modification (P0003) to contract W9113M-15-D-0002 for information technology and security support to the Army Installation Management Command and Army Medical Command, with an estimated completion date of Sept. 23, 2016.  Funding and work location will be determined with each order.  Army Space and Missile Command, Huntsville, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Sirona Dental Inc., Long Island City, New York, has been awarded a maximum $42,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for dental equipment. This was a competitive acquisition with 45 responses received. This is a five-year base contract with no option periods. Locations of performance are New York and North Carolina, with a Sept. 21, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-15-D-0020).

Harbor Enterprises Inc.,* doing business as Petro Marine Services, Anchorage, Alaska, has been awarded a maximum $10,559,926 fixed-price with economic-price-adjustment contract for marine gas oil. This was a competitive acquisition with three responses received. Location of performance is Alaska, with an April 30, 2019, performance completion date. Using military services are Army, Navy, 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 (SP0600-15-D-0374).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Amyris Inc.,* Emeryville, California, has been awarded a $34,167,843 cost-share technology investment agreement for the research and development of a state-of-the-art open bio-fabrication facility under the Defense Advanced Research Projects Agency (DARPA) Living Foundries program. The goal of Living Foundries is to create a revolutionary, biologically-based technology platform to provide new materials, capabilities, and manufacturing paradigms for the Department of Defense. Fiscal 2015 research and development funds in the amount of $6,035,686 are being obligated at the time of award. Work will be performed in Emeryville, California (80 percent); Santa Clara, California (5 percent); Seattle, Washington (10 percent); Billerica, Massachusetts (1 percent); Baesweiler, Germany (3 percent); and Heidelberg, Germany (1 percent), with an estimated completion date of October 2019. This contract was a competitive acquisition and 60 offers were received. DARPA, Arlington, Virginia, is the contracting activity (HR0011-15-3-0001).

AIR FORCE

Lockheed Martin Corp., Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded an estimated $18,382,499 requirements type, firm-fixed-price contract for repair of various Low-Altitude Navigation and Targeting Infrared for Night (LANTIRN) assets. Work will be performed at Robins Air Force Base, Georgia, and is expected to be complete by Sept. 21, 2020. This contract involves foreign military sales. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8539-15-D-0005).

Sierra Nevada Corp., Sparks, Nevada, has been awarded a $9,516,004 cost-plus-fixed-fee completion contract for enterprise engine software and hardware prototype system. Contractor will provide design and develop the technology and operational prototypes to satisfy the undersecretary of defense for intelligence goals of optimizing information sharing within the intelligence community (IC), and to enable decision making while maximizing IC capabilities to discover, access, retain, store, share, and exploit information.  This will be accomplished by designing, developing, testing, and evaluating technology for an enterprise engine, using model driven development methods and techniques that enable agile software adaptation to situational awareness and decision making. Additionally, there will be development and demonstration of prototype adaptations to support National Geospatial-Intelligence Agency and service-oriented tasks in the areas of mission analysis, agile mission processing, and mission knowledge-based situational assessments. Lastly, information assurance and cyber security methods and techniques will be tailored for prototype adaptations. Work will be performed at Sparks, Nevada, and is expected to be complete by Sept. 22, 2017. This award is the result of a competitive acquisition with two offers received. Fiscal 2015 research, development, test, and evaluation funds in the amount of $2,791,392 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-15-C-0163).

Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded an $8,186,214 modification (P00571) to previously awarded contract FA8611-08-C-2897 for F-22 sustainment. The contract modification is for the electrical power system distribution (EPS-D) depot activation to stand-up depot partnering capability at Warner Robins Air Force Base, Georgia, for enhanced EPS-D repair capability. The location of performance is Fort Worth, Texas. The work is expected to be completed by Sept. 13, 2019. Fiscal 2014 aircraft procurement funds in the amount of $8,186,214 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, has been awarded a $7,449,000 modification (P00178) to previously awarded contract FA8625-12-C-6598 for large aircraft infrared counter measures interim contractor support (ICS). The contractor will provide ICS for large aircraft infrared counter measures interim line replaceable unit and support equipment repairs and upgrades under this contract effort. Work will be performed at Rolling Meadows, Illinois, with an expected completion date of Sept. 3, 2016. Fiscal 2013 and 2014 aircraft procurement and Overseas Contingency Operations funds in the amount of $7,449,000 are being obligated at the time of award.  Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

*Small business
Photo: www.military-today.com

DoD Contracts: Rockwell Collins Awarded $12M for KC-135 Aircraft

$
0
0

AIR FORCEKC-135_Stratotanker_Aerial_Refueling_Aircraft

Rockwell Collins Systems Inc., Cedar Rapids, Iowa, has been awarded a $12,037,910 indefinite-delivery requirements contract for support for the systems and items associated with the F-15 and KC-135 aircraft. This follow-on contract will continue support previously provided on multiple separate contracts for spares, repairs and engineering services. Work will be performed at Cedar Rapids, Iowa; or Atlanta, Georgia, and is expected to be complete by Sept. 22, 2020. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8517-15-D-0009).

GMI-ARCADIS JV, Plano, Texas (FA8903-15-D-0006); Parsons Brinkerhoff – FSB – H&A JV, Virginia Beach, Virginia (FA8903-15-D-0014); and Pond-J.M. Waller LLC, San Antonio, Texas (FA8903-15-D-0015), have been awarded an indefinite-delivery/indefinite-quantity contract with a program ceiling of $950,000,000 for design and construction services. Contractor will provide architect-engineering (A-E) design and construction service, including A-E services to support military construction, military family housing, and sustainment, restoration and modernization programs worldwide. Work will be performed at government locations worldwide and is expected to be complete by Sept. 22, 2022. This award is the result of a competitive acquisition with 83 offers received. Fiscal 2015 operation and maintenance funds in the amount of $9,000 are being obligated at the time of award. Air Force Installation Contracting Agency, 772nd Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity.

UES Inc., Beavercreek, Ohio, has been awarded a $32,307,768 indefinite-delivery/indefinite-quantity contract for research and development in the area of advanced materials and process development. Contractor will provide for development of materials and processing methodologies that are vital to create advanced materials and devices for future Air Force assets and weapon systems applications. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Dec. 1, 2022. This award is the result of a competitive acquisition with four offers received. Fiscal 2015 research, development, test, and evaluation funds in the amount of $200,974 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-D-5230).

L-3 Communications Link Simulation and Training, Arlington, Texas, has been awarded a $9,149,870 modification (P00051) to previously awarded contract FA8621-13-C-6323 for Predator Mission Aircrew Training System (PMATS) sustainment. Contractor will provide 34 PMATS production units, 13 brief/debrief stations and 11 local area network cabinets. Work will be performed at Arlington, Texas, and is expected to be complete by Feb. 28, 2018. Fiscal 2013 and 2014 aircraft procurement funds in the amount of $9,149,870 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

L-3 Communications Integrated Systems, Greenville, Texas, has been awarded two modifications (P00149 and P00154) to previously awarded contract FA8106-08-C-0005 for mission communications systems for the VC-25A aircraft. Modification P00149 was for $7,263,685 and P00154 was for $6,961,870. Work will be performed at Greenville, Texas, and is expected to be complete by March 30, 2017. Fiscal 2013 aircraft procurement funds in the amount of $14,225,555 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. Modification P00149 was awarded on July 24, 2015.

ARMY

VW International Inc., Alexandria, Virginia, was awarded a $130,000,000 firm-fixed-price contract for transition facilities support services for the William Beaumont Army Medical Center, Ft. Bliss, Texas, with an estimated completion date of Sept. 22, 2018.  Bids were solicited via the Internet with six received.  Funding and work location will be determined with each order.  Army Corps of Engineers, Huntsville, Alabama (W912DY-15-D-0099).

WM Builders Inc., Temple, Texas, was awarded a $46,527,000 firm-fixed-price contract with options for the design and renovation of the 1st Cavalry Division Headquarters, Ft. Hood, Texas, with an estimated completion date of March 13, 2018.  Bids were solicited via the Internet with four received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $46,527,000 were obligated at the time of the award. Army Corps of Engineers, Ft. Worth, Texas, is the contracting activity (W9126G-15-C-0251).

Lockheed Martin Corp., Orlando, Florida, was awarded a $27,398,365 modification (P00009) to foreign military sales contract W31P4Q-15-C-0043 (Pakistan, Qatar, Tunisia) for Hellfire missile launch electronic assemblies and upper harnesses.  Work will be performed in Orlando, Florida, with an estimated completion date of May 31, 2018.  Fiscal 2010, 2013, 2014, and 2015 other procurement funds in the amount of $27,398,365 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

SRC TEC, Syracuse, New York, was awarded a $24,600,000 firm-fixed-price contract for 412 reliability maintainability and improvement kits, with an estimated completion date of Sept. 23, 2018.  One bid was solicited with one received.  Funding and work location will be determined with each order. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W56KGY-15-D-0022).

Mission 1st Group Inc., Princeton, New Jersey, was awarded a $19,439,379 firm-fixed-price foreign military sales contract (Kuwait, Afghanistan) with options to be performed in Kuwait and Afghanistan, with an estimated completion date of March 23, 2017.  One bid was solicited with one received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $19,439,379 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-F-0039).

DynCorp International LLC, Ft. Worth, Texas, was awarded a $13,743,088 modification (P00101) to contract W58RGZ-13-C-0040 for aviation maintenance.  Work will be performed in Afghanistan with an estimated completion date of Dec. 31, 2015.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $13,743,088 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Intergraph Government Solutions Corp., Madison, Alabama, was awarded an $11,734,728 firm-fixed-price contract for on-site technical support for the Army Records Information Management System. Work will be performed in Alexandria, Virginia, with an estimated completion date of Sept. 26, 2016.  One bid was solicited with one received.  Fiscal 2015 operations and maintenance (Army), and research, development, testing, and evaluation funds in the amount of $11,734,728 were obligated at the time of the award. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-F-0060).

AM General LLC, South Bend, Indiana, was awarded an $11,351,579 modification (P00006) to foreign military sales contract W56HZV-15-C-0155 (Lebanon) for 50 high-mobility multipurpose wheeled vehicles.  Work will be performed in Mishawaka, Indiana, with an estimated completion date of May 31, 2016.  Fiscal 2015 other procurement funds in the amount of $11,351,579 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

J.F. Brennan Co. Inc., La Crosse, Wisconsin, was awarded an $8,725,600 firm-fixed-price contract with options for transferring dredged material from Crats Island to the Wabasha Gravel Pit via pipeline. Work will be performed in Wabasha, Minnesota, with an estimated completion date of Jan. 1, 2018.  Bids were solicited via the Internet with two received.  Fiscal 2015 other procurement funds in the amount of $8,725,600 were obligated at the time of the award. Army Corps of Engineers, St. Paul, Minnesota, is the contracting activity (W912ES-15-C-0007).

Sanaria Inc.,* Rockville, Maryland, was awarded a $7,580,374 firm-fixed-price, multi-year, incrementally funded contract for Phase II clinical trials and manufacturing malaria vaccine. Work will be performed in Rockville, Baltimore, and Silver Spring, Maryland, with an estimated completion date of March 22, 2017.  Bids were solicited via the Internet with one received.  Fiscal 2014 research, development, testing, and evaluation funds in the amount of $2,234,737 were obligated at the time of the award. Army Medical Research Acquisition Activity, Frederick, Maryland is the contracting activity (W81XWH-15-C-0073).

Lockheed Martin was awarded a $7,454,634 cost-plus-fixed-fee undefinitized contract for field service representative support for product manager radars contingency operations in Iraq, with an estimated completion date of Sept. 22, 2016.  One bid was solicited with one received.  Fiscal 2014 and 2015 operations and maintenance (Army), and other procurement (Army) funds in the amount of $2,440,000 were obligated at the time of the award. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W56KGY-15-C-0023).

NAVY

Lockheed Martin Mission Systems and Training, Manassas, Virginia, is being awarded a $120,400,598 cost-plus-incentive-fee and cost reimbursement modification to previously awarded contract N00024-09-C-6247 to exercise an option for engineering services and support of the AN/BVY-1 Integrated Submarine Imaging System (ISIS).  Services will include design, development, testing, reverse engineering, technology insertion/refreshment, engineering services, field engineering services, and system support.  The ISIS provides mission critical, all-weather, visual, and electronic search, digital image management, indication, warning, and platform architecture interface capabilities for attack submarine (nuclear propulsion) (SSN) – SSN688 (Los Angeles class); SSN 21 (Seawolf class); submersible, ship, guided, nuclear (SSGN Ohio class); and SSN 774 (Virginia class) submarines with potential for ship, submersible, ballistic, nuclear (SSBN) (Trident class) and potentially other submarines.  ISIS rolls-up existing components and near-term capabilities, and provides a robust architecture for efficiently inserting future capabilities as they become available, including items leveraged from the SSN 774 (Virginia) class photonics program.  Work will be performed in Manassas, Virginia (72 percent); Virginia Beach, Virginia (9.8 percent); Northampton, Massachusetts (7.5 percent); Arlington, Virginia (4.6 percent); Fairfax, Virginia (4.6 percent); and Newport, Rhode Island (1.5 percent), and is expected to be completed by September 2016.  Fiscal 2014 and 2015 other procurement (Navy); and fiscal 2011, 2012, 2013, 2014, and 2015 shipbuilding and conversion (Navy) funding in the amount of $6,738,308 will be obligated at time of award.   Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity.

PAE Applied Technologies LLC, Fort Worth, Texas, is being awarded a $69,222,886 modification to a previously awarded cost-plus-fixed-fee level of effort contract (N00421-14-C-0038) to exercise an option for range engineering and operations and maintenance services.  Services to be provided include various types of system operations; laboratory and field testing; marine operations and target support services; engineering; range sustainability; maintenance; and data reduction and analysis in support of the Atlantic Test Range and the Atlantic Targets and Marine Operations Division of the Naval Air Warfare Center Aircraft Division.  Work will be performed in Patuxent River, Maryland, and is expected to be completed in September 2016.  Fiscal 2015 research, development, test and evaluation (Navy); and fiscal 2015 operations and maintenance (Navy and defense wide) funds in the amount of $4,901,467 will be obligated at time of award, of which $808,000 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Prism Maritime LLC,* Chesapeake, Virginia (N00164-15-D-WM61); CDI Marine Co. LLC, Virginia Beach, Virginia (N00164-15-D-WM86); Epsilon Systems Solutions Inc., San Diego, California (N00164-15-D-WM87); L3 Unidyne Inc. Norfolk, Virginia (N00164-15-D-WM88); and Q.E.D. Systems Inc., Virginia Beach, Virginia (N00164-15-D-WM89), are being awarded a combined not-to-exceed $49,900,000 cost-plus-fixed fee, cost-only, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award contract for the performance of installations and de-installations of surface electronic warfare systems across multiple ship hulls.  Work will include ship alterations, ordnance alterations, and ship changes outside chief of naval operations availability and industrial services such as platform prefabrication/fabrication, system/equipment, shipboard installations, material support, and quality assurance inspection and completion documentation.  This contract combines services for the Navy (87.8 percent) and the governments of Taiwan (5.3 percent), Saudi Arabia (4.8 percent), and the Philippines (2.1 percent) under the Foreign Military Sales program.  Work will be performed in various ship ports as needed and is expected to be completed by September 2020.  Fiscal 2015 other procurement (Navy) funding in the amount of $50,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  Contractors will have the opportunity to propose on each individual task order. Each contractor will receive $10,000 at the time of award.

This contract was competitively procured via the Federal Business Opportunities website, with five offers were received.  The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity.

Riptide Software Inc., Oviedo, Florida, is being awarded a $47,000,000 firm-fixed-price, indefinite-quantity/indefinite-delivery contract for post-deployment software support and additional upgrade requirements in support of the Combined Arms Command and Control Trainer Upgrade System (CACCTUS) program, managed by Program Manager Training Systems.  CACCTUS immerses trainees in a realistic, scenario-driven environment, enabling commanders and their battle staffs to train or rehearse tactics, techniques, procedures and decision-making processes prior to any physical engagement.  In addition, CACCTUS can provide training across live, virtual, and constructive training networks through interoperability with appropriate command, control, communication, computers, and intelligence (C4I) systems in a training environment.  The CACCTUS will provide critical combined arms command and control integration and fire support coordination training to units leading up to and just prior to participating in live fire exercises and deployment.  Work will be performed in Oviedo, Florida, and is expected to be completed by September 2020. No funds will be obligated at the time of award.  No contract funds will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with two proposals received.  Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-15-D-7806).

Harris Corp., Government Communications Systems Division, Palm Bay, Florida, is being awarded a $45,115,653 firm-fixed-price contract for Block 10.2 ground communications systems, ground communications systems upgrades, and commercial end item antennas.  Harris Corp. will be required to transform the current government-owned Block 10.1 ground communication systems into Block 10.2 systems; and commercial end item antennas for use on programs for the Navy 10th Fleet Navy Cyber Warfare Development Group, the Air Force Space and Missile Command, and others. The purpose of this equipment is to aid the Naval Research Laboratory in researching and developing alternate means of both position time and navigation and communication capabilities for the warfighter in the event of denial, failure, or malfunction of other global positioning systems and military and communication systems.  Work will be performed in Palm Bay, Florida, and is expected to be completed by March 21, 2018.  Fiscal 2015 other procurement (Air Force) funds in the amount of $45,115,653 are being awarded at this time and will not expire at the end of the current fiscal year.  This contract was procured under request for proposal number N00173-15-R-RS03 on the basis of other than full and open competition in accordance with 10 U.S. Code Section 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 Research Laboratory, Washington, District of Columbia, is the contracting activity (N00173-15-C-6008).

Cardno GS Inc., Charlottesville, Virginia (N62742-15-D-1817); Garcia and Associates, San Anselmo, California (N62742-15-D-1818); International Archaeology, LLC,* Honolulu, Hawaii  (N62742-15-D-1819); and Pacific Consulting Services, Honolulu, Hawaii (N62742-15-D-1820), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award contract for projects located primarily within 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 four contracts combined is $40,000,000.  The work to be performed provides for cultural resource management services related to several different types of tasks to be conducted in accordance with commonly accepted professional archaeological and historic preservation standards.  No task orders are being issued at this time.  Work will be performed primarily within the NAVFAC Pacific AOR which includes Guam (60 percent), Hawaii (25 percent), and the Commonwealth of the Northern Mariana Islands (15 percent).   The term of each contract is not to exceed 60 months, with an expected completion date of September 2020.  Fiscal 2015 supervision, inspection, and overhead contract funds in the amount of $20,000 are obligated on these awards and will not expire at the end of the current fiscal year.  These contracts were competitively procured via the Navy Electronic Commerce Online website, with six proposals received.  These four 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.

Oracle America Inc., Redwood City, California, is being awarded a $28,232,420 ceiling increase modification to a previously awarded firm-fixed-price, time and materials, sole-source commercial contract (N65236-13-D-2157) to provide post deployment systems support for Increment 1 of Global Combat Support System – Marine Corps.   This contract is currently in its first option period and the second (final) option period will begin on Sept. 27, 2015. With this ceiling increase modification, it would bring the cumulative value of this contract from $68,500,000 to $96,732,420.  Work will be performed in Redwood City, California, and is expected to be completed by September 2016.  No funds will be obligated at the time of award.  Contract funds will be obligated as individual task orders are issued.  Contract funds will not expire at the end of the current fiscal year.  This contract was previously procured on a sole-source basis with one proposal solicited from Oracle America via the Commerce Business Daily’s Federal Business Opportunities website, and the Space and Naval Warfare Systems Center e-Commerce Central website.  Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

Raytheon Integrated Defense Systems, St. Petersburg, Florida, is being awarded a $13,987,183 modification to a previously awarded cost-plus-fixed-fee, cost-only-type contract (N00024-13-C-5212) to exercise options for Cooperative Engagement Capability (CEC) design agent and engineering services.  CEC is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information such that the superset of this data is available to all participating CEC units.  CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies. Work will be performed in St. Petersburg, Florida, and is expected to be completed by October 2016.  Fiscal 2013, 2014 and 2015 other procurement (Navy); fiscal 2015 operation and maintenance (Navy); fiscal 2014 and 2015 research, development, test and evaluation (Navy); and fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $1,697,868 will be obligated at the time of award and funding in the amount of $959,417 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

BAE Systems Hawaii, Honolulu, Hawaii, is being awarded a $13,705,115 modification to previously awarded contract (N00024-14-C-4412) for fiscal 2015 and 2016 ship inter-availability planning.  BAE will provide administration, continuous maintenance planning and program management for continuous maintenance availabilities, emergent availabilities and windows of opportunity.  Work will be performed at Pearl Harbor, Hawaii, and is expected to be completed by August 2016.  Fiscal 2015 operations and maintenance (Navy) funding in the amount of $9,133,057 will be obligated at time of award and will expire at the end of the current fiscal year.  The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity.

Battelle Memorial Institute, Columbus, Ohio, is being awarded a $12,500,000 cost-plus-fixed-fee modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for environmental services and technologies support to satisfy overall operational objectives of the Navy and Marine Corps installations and other federal organizations worldwide.  Support services include technology implementation, technical consultation, research and development, testing and evaluation, administrative support, range cleanup, sustainability and management, site operation and maintenance, climate change initiatives, green and sustainable remediation practices development, leadership in environmental and energy design support, and training. After award of this modification, the total cumulative contract value will be $87,500,000.  No task orders are being issued at this time.  Work will be performed at various locations worldwide, including Navy and Marine Corps facilities in both the continental U.S. and outside the continental U.S., and is expected to be completed by March 2016.  No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued.  Task orders will be primarily funded by fiscal 2015 operation and maintenance, (Navy).  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N62583-11-D-0515).

Vigor Marine LLC, Portland, Oregon, is being awarded a $9,309,630 firm-fixed-price contract for 55-calendar day shipyard availability for the regular overhaul and dry docking of the USNS Rappahannock (T-AO 204).  Work will include general services, clean and gas free tanks, structural steel repairs, double bottom ballast tank, potable water tank preservation, cargo console wire replacement, shipboard installation of cargo, annual inspection of lifeboats, dry-docking and undock continuation, underwater hull preservation, freeboard preservation, propeller maintenance, and rudder bearing replacement.  The contract includes options which, if exercised, would bring the total contract value to $10,019,252.  Work will be performed in Portland, Oregon, and is expected to be completed by Dec. 14, 2015.  Subject to availability of funds, fiscal 2016 maintenance and repair contract funds in the amount of $9,309,630 will be obligated at the time of award.  Contract funds 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 two offers received.   The Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N32205-15-C-1009).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Zymergen Inc., Emeryville, California, has been awarded a $12,162,780 fixed-price, payable milestone-based other transaction for prototype agreement with options under the Living Foundries: 1000 Molecules program. Fiscal 2015 research and development funds in the amount of $7,649,882 are being obligated at the time of award. Work will be performed in Emeryville, California (68 percent); Seattle, Washington (13 percent); Berkeley, California (6 percent); Austin, Texas (3 percent), Rockville, Maryland (2 percent); Hayward, California (2 percent); Akron, Ohio (2 percent); Ann Arbor, Michigan (1 percent); Fargo, North Dakota (1 percent); Los Angeles, California (1 percent); and Cambridge, Massachusetts (1 percent), with an estimated completion date of March 2017. This agreement was a competitive acquisition. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-15-9-0014).

DEFENSE LOGISTICS AGENCY

Burlington Apparel, Greensboro, North Carolina, has been awarded a maximum $9,846,000 modification (P00103) exercising the third one-year option period of a one-year base contract (SPM1C1-12-D-1072) with four one-year option periods for poly/wool cloth for Air Force uniforms. This is a fixed-price with economic-price-adjustment contract. Location of performance is North Carolina, with a Sept. 26, 2016, performance completion date. Using military service is Air Force. 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.

Gentex Corp., Carbondale, Pennsylvania, has been awarded a maximum $7,797,000 firm-fixed-price contract for advanced combat helmets. This was a competitive acquisition with two responses received. This is a seven-month contract with no option periods. The solicitation was issued in accordance with Federal Acquisition Regulation 6.302-2, using justification 10 U.S. Code 2304(c)(2), citing unusual and compelling urgency. Location of performance is Pennsylvania, with an April 30, 2016, performance completion date. Using foreign customer is Afghanistan. Type of appropriation is fiscal 2015 through fiscal 2020 foreign military sale funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-15-C-0015).

UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES

Inflexion Management Services*, Silver Spring, Maryland, (HU0001-15-D-E083); Bridges Systems International*, Herndon, Virginia, (HU0001-15-D-E084); Communications Engineering, Inc.*, Newington, Virginia, (HU0001-15-D-E085); Education Management Solutions, LLC.*, Exton, Pennsylvania, (HU0001-15-D-E086); Human Circuit, Inc.*, Gaithersburg, Maryland, (HU0001-15-D-E087); Innoface Systems, Inc.*, Crofton, Maryland, (HU0001-15-D-E088); KLC Network Services, Inc*, Herndon, Virginia, (HU0001-15-D-E089); Maryland Sound and Images, Inc.*, Randallstown, Maryland, (HU0001-15-D-E090); Mechdyne Corp.*, Marshalltown, Iowa, (HU0001-15-D-E091); National Capitol Contracting, LLC*, Arlington, Virginia, (HU0001-15-D-E092); Pershing Technologies, LLC.*, Marriottsville, Maryland, (HU0001-15-D-E093); Strategic Communications, LLC.*, Louisville, Kentucky, (HU0001-15-D-E094); Team Systems International, LLC.*, Ponte Vedra Beach, Florida, (HU0001-15-D-E095); Tribalco, LLC.*, Bethesda, Maryland, (HU0001-15-D-E096); Pragmatics, Inc.*, Reston, Virginia, (HU0001-15-D-E097); Systems Plus, Inc.*, Rockville, Maryland, (HU0001-15-D-E098); and Presentation Products, Inc.*, doing business as Spinitar, La Mirada, California (HU0001-15-D-E099) were awarded a ceiling $51,000,000 indefinite-delivery/indefinite-quantity task order contract for audio/visual and multi-media simulation support infrastructure, distribution planning, systems integration, technical support, and technical expertise for support/design, installation, operations and upgrade planning for all current and future Uniformed Services University locations. Work will be performed in the continental U.S. with an estimated completion date of Aug. 14, 2020.  Funding will be obligated on individual task orders with each contractor receiving a $500 minimum guarantee. This was a competitive acquisition, set-aside for small businesses, and 18 proposals were received.  Uniformed Services University of the Health Sciences is the contracting activity. (Awarded Aug. 14, 2015).

*Small business
Photo: aircraft.wikia.com

DoD Contracts: Harris Corp. Awarded $390M for Next Generation Handheld Radios

$
0
0

U.S. SPECIAL OPERATIONS COMMANDELEC_AN-PRC-152_Falcon-III_Field_lg

Harris Corp., RF Communications Division, Rochester, New York, was awarded an estimated $390,000,000, indefinite-delivery/indefinite-quantity contract for the Special Operations Forces tactical communications next generation handheld radio.  The majority of the work will be performed in Rochester, New York, with an estimated completion date of August 2020. Fiscal 2015 procurement funds in the amount of $2,500 are obligated to satisfy the minimum guarantee.  Additional funding shall be obligated on a delivery order basis.  This contract was competitive acquisition, with three proposals received.  Special Operations Command Contracting Office, Tampa, Florida, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Equilon Enterprises, doing business as Shell Oil Products, Houston, Texas (SPE600-15-D-0510), $261,637,994; Valero Marketing and Supply, San Antonio, Texas (SPE600-15-D-0506), $243,160,402; BP Products North America, Chicago, Illinois (SPE600-15-D-0514), $242,072,272; Hawaii Independent Energy,* Kapolei, Hawaii (SPE600-15-D-0517), $212,531,852; AltAir Paramount LLC,* Paramount, California (SPE600-15-D-0516), $167,310,704; Western Refining Co. LP, El Paso, Texas (SPE600-15-D-0519), $116,786,961; Petro Star Inc.,* Anchorage, Alaska (SPE600-15-D-0520), $114,913,560; Phillips 66 Co., Bartlesville, Oklahoma (SPE600-15-D-0515), $114,763,137; US Oil Trading LLC,* Tacoma, Washington (SPE600-15-D-0512), $86,333,830; ExxonMobil Fuels Lubricants and Specialties Marketing Co., Fairfax, Virginia (SPE600-15-D-0518), $64,169,489; Tesoro Refining and Marketing Co. LLC, San Antonio, Texas (SPE600-15-D-0507), $63,163,730; Sinclair Oil Corp., Salt Lake City, Utah (SPE600-15-D-0508), $24,350,585; BP West Coast Products LLC, Blaine, Washington (SPE600-15-D-0513), $18,498,500; and Epic Aviation LLC,* Salem, Oregon (SPE600-15-D-0509), $16,151,792, have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE600-15-R-0711 for various types of fuel. These contracts were competitive acquisitions with 24 offers received. They are one-year contracts with a 30-day carryover. Locations of performance are Texas, California, Illinois, Hawaii, Alaska, Oklahoma, New Mexico, Washington, Virginia, Utah, Wyoming and Oregon, with an Oct. 30, 2016, performance completion date. Using agency is Defense Logistics Agency Energy. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

AIR FORCE

AQYR Technologies Inc., Nashua, New Hampshire, has been awarded a $100,000,000 indefinite-delivery/indefinite-quantity contract. Contractor will provide Global Broadcast Service (GBS) rucksack portable receive suites (AN/PRS-12) and GBS spares to the Air Force and other branches of the U.S. military. Work will be performed at Nashua, New Hampshire, and is expected to be complete by Aug. 31, 2021. This award is the result of a sole-source acquisition. Fiscal 2014 and 2015 other procurement funds in the amount of $13,950,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (F A8705-15-D-0001).

Northrop Grumman, Electronic Systems, Linthicum Heights, Maryland, has been awarded an $8,516,473 cost-pus-fixed-fee contract for research and development. Contractor will support the Advanced Staring Infrared Search and Track Technologies program intended to identify, mature, and demonstrate technology solutions supporting the development of a future airborne long-range offensive infrared search and track capability based on staring (non-scanned) system configuration. Work will be performed at Linthicum Heights, Maryland, and is expected to be complete by Sept. 25, 2019. This award is the result of a competitive acquisition with nine offers received. Fiscal 2015 research, development, test and evaluation funds in the amount of $1,300,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-C-1852).

ARMY

General Technical Services,* Wall Township, New Jersey (W911QX-15-D-0023); Ideal Innovations,* Arlington, Virginia (W911QX-15-D-0024); and Primal Innovation,* Florida (W911QX-15-D-0025), were awarded a $49,990,318 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for concept development for the Army Research Laboratory, with an estimated completion date of Sept. 29, 2020.  Funding and work location will be determined with each order. Bids were solicited via the Internet with three received.  Army Contracting Command, Adelphi, Maryland, is the contracting activity.

SAIC, McLean, Virginia, was awarded a $40,133,482 modification (P003854) to contract W31P4Q-05-A-0031 for systems and computer resources support for the Aviation and Missile Research, Development and Engineering Center, Software Engineering Directorate, Army Research, Development and Engineering Command.  Work will be performed at Redstone Arsenal, Alabama, with an estimated completion date of Feb. 20, 2017.  Fiscal 2015 operations and maintenance (Army) and other procurement funds in the amount of $5,773,458 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Granite Construction Co., Watsonville, California, was awarded a $23,929,472 firm-fixed-price contract to replace the 13th Street Bridge, Vandenberg Air Force Base, California, with an estimated completion date of June 30, 2018.  Bids were solicited via the Internet with three received.  Fiscal 2015 other procurement funds in the amount of $23,929,472 were obligated at the time of the award. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-15-C-0027).

Raytheon IDS, Andover, Massachusetts, was awarded a $26,906,288 firm-fixed-price undefinitized contract for combined crypto modernization Phase 1 and spares supporting the Patriot system.  Work will be performed in Garden Grove, California; Glendale, California; Inglewood, California; Valencia, California; Danbury, Connecticut; Wallingford, Connecticut; Hayden Lake, Idaho; Jefferson, Kentucky; Andover, Massachusetts; Attleboro, Massachusetts; Boston, Massachusetts; Brockton, Massachusetts; Chelsea, Massachusetts; Foxboro, Massachusetts; Holyoke, Massachusetts; North Reading, Massachusetts; Saugus, Massachusetts; Nashua, New Hampshire; Andover, Massachusetts; Endicott, New Jersey; Lancaster, New Jersey; Exton, Pennsylvania; Warwick, Rhode Island; Sampsonville, South Carolina; and Allen, Texas, with an estimated completion date of Oct. 31, 2017.  One bid was solicited with one received.  Fiscal 2014 and 2015 other procurement funds in the amount of $6,226,000 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-C-0153).

Thales-Raytheon Systems Co. LLC, Fullerton, California, was awarded a $22,732,500 firm-fixed-price foreign military sales contract (Latvia) for Sentinel AN/MPQ-64F1 radars, spares, interactive electronic technical manuals, test equipment, associated equipment, Sentinel operator training, and Sentinel maintainer training. Work will be performed in Latvia with an estimated completion date of Oct. 31, 2016.  One bid was solicited with one received.  Fiscal 2015 other procurement funds in the amount of $22,732,500 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-C-0104).

Korte Construction Co., St. Louis, Missouri, was awarded an $18,103,108 firm-fixed-price contract with options to design and construct the Army Reserve Center, Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 2, 2017.  Bids were solicited via the Internet with 20 received.  Fiscal 2013 and 2015 military construction, operations and maintenance (Army) funds in the amount of $18,103,108 were obligated at the time of the award. Army Contracting Command, Louisville, Kentucky, is the contracting activity (W912QR-15-C-0035).-

Kiewit Infrastructure South Co., Sunrise, Florida, was awarded a $16,089,010 firm-fixed-price contract to demolish and remove the existing Herbert Hoover Dike Culvert C-6 and the construction of new water control structure S-267 at the existing location, with an estimated completion date of April 17, 2018.  Bids were solicited via the Internet with five received.  Fiscal 2014 other procurement funds in the amount of $16,089,010 were obligated at the time of the award. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-15-C-0026).

L3 National Security Solutions, Reston, Virginia, was awarded a $19,650,973 firm-fixed-price contract for service desk support Army Information Technology Agency. Work will be performed in Washington, District of Columbia, with an estimated completion date of Sept. 23, 2020.  Bids were solicited via the Internet with nine received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $17,167,955 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-F-4026).

Northrop Grumman Information Systems, McLean, Virginia, was awarded a $16,482,869 modification (P00036) to contract W15QKN-13-F-0017 for continuation of Army Knowledge Online operations and maintenance support services.  Work will be performed at Ft. Belvoir, Virginia, with an estimated completion date of Dec. 26, 2016.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $575,000 were obligated at the time of the award.  Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

Pryor Medical Devices Inc.,* San Antonio, Texas, was awarded a $14,384,565 firm-fixed-price incrementally funded contract for research and development of the resuscitative endovascular balloon occlusion of the aorta. Work will be performed in San Antonio, Texas, with an estimated completion date of Sept. 23, 2018.  Bids were solicited via the Internet with one received.  Fiscal 2015 research, development, testing, and evaluation funds in the amount of $9,678,287 were obligated at the time of the award. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-15-C-0099).

Glock Inc.,* Smyrna, Georgia, was awarded a $12,400,000 firm-fixed-price contract for weapons, magazines and spare parts. Bids were solicited via the Internet with two received.  Funding and work location will be determined with each order. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-D-0111).

Arsenal Medical Inc.,* Watertown, Massachusetts, was awarded a $10,406,397 cost-plus-fixed-fee incrementally funded contract with options to develop, conduct clinical trials, and obtain Food and Drug Administration approval of a wound stasis system medical device for intracavitary non-compressible hemorrhaging.  Work will be performed at Ft. Detrick, Maryland, with an estimated completion date of Dec. 27, 2022.  Bids were solicited via the Internet with one received.  Fiscal 2014 research, development, testing, and evaluation funds in the amount of $10,000,000 were obligated at the time of the award. Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity (W81XWH-15-C-0147).

R.E. Staite Engineering Inc., San Diego, California, was awarded a $10,325,450 firm-fixed-price contract for maintenance dredging the Redwood City, California, harbor channel, with an estimated completion date of Jan. 4, 2016.  Bids were solicited via the Internet with two received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $10,325,450 were obligated at the time of the award. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-15-C-0017).

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $10,033,271 modification (P001009) to contract W56HZV-12-G-0010 for 1,020 tire and engine automatic fire extinguishing system kits in support of Mine Resistant Ambush Protected All-Terrain Vehicles.  Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of July 31, 2016.  Fiscal 2014 other procurement (Army) funds in the amount of $10,033,271 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

Carters Contracting Services Inc.,* Andalusia, Alabama, was awarded a $8,726,001 firm-fixed-price contract for levee enlargement, East Bank Mississippi River levees, Magna Vista – Brunswick, Mississippi, with an estimated completion date of Dec. 28, 2016.  Bids were solicited via the Internet with four received.  Fiscal 2014 and 2015 other procurement funds in the amount of $8,726,001 were obligated at the time of the award. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-15-C-0012).

Goodwill Industries of San Antonio Contract Services, San Antonio, Texas, was awarded an $8,441,899 modification (P00031) to contract W81K04-12-C-0011 for a non-personal services requirement to provide support to the Army Medical Department, patient administration division, for record processing services.  Required services are for the pick-up, inventory, processing, tracking, and final disposition of medical, dental, and behavioral health records, and loose medical treatment documentation for Army service members who have separated or retired, and for separating service members with a remaining inactive service obligation.  Work will be performed in San Antonio, Texas, with an estimated completion date of Sept. 25, 2016.  Fiscal 2015 Other funds in the amount of $8,241,899; and fiscal 2016 Other funds in the amount of $200,000, were obligated at the time of the award.  Army Medical Command, Fort Sam Houston, Texas, is the contracting activity.

Fors Marsh Group LLC,* Arlington, Virginia, was awarded an $8,102,156, firm-fixed-price contract to fulfill a requirement for a multimedia outreach program that provides professional, technical, administrative, and call center assistance to the Army National Guard in support of web-based marketing and outreach efforts delivered through www.NATIONALGUARD.com and approved social media platforms .  Work will be performed in Arlington, Virginia, with an estimated completion date of Oct. 24, 2016.  Bids were solicited via the Internet with two received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $8,102,156 were obligated at the time of the award.  Army Contracting Command, Rock Island, Illinois, is the contracting activity (W52P1J-15-F-5022).

3AE Green JV, Albuquerque, New Mexico, was awarded an $8,000,000 firm-fixed-price contract for architect engineer civil works planning studies contract for the Albuquerque District Corps of Engineers.  Work locations and funding will be determined with each order.  Bids were solicited via the Internet with 11 received.  Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-15-D-0024).

Tetra Tech Inc., Albuquerque, New Mexico, was awarded an $8,000,000 firm-fixed-price contract for architect engineer civil works planning studies contract for the Albuquerque District Corps of Engineers.  Work locations and funding will be determined with each order.  Bids were solicited via the Internet with 11 received.  Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-15-D-0023).

NAVY

iRobot Corp., Bedford, Massachusetts, is being awarded a $46,708,141 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for Man-Transportable Robotic System MK 1 depot level repair parts, spares and depot services to include conversions and reconditioning.  Work will be performed in Bedford, Massachusetts, and is expected to be completed by September 2017.  Fiscal 2015 operations and maintenance (Navy) funding in the amount of $7,482,396 will be obligated at time of award and 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) – only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-15-D-0003).

MECx-BTS SDVOSB JV LLC,* Houston, Texas (N40085-15-D-8751); HGS Engineering Inc.,* Anniston, Alabama (N40085-15-D-8752); IO Environmental & Infrastructure Inc.,* San Diego, California (N40085-15-D-8753); TTL-EQM LLC JV,* Toledo, Ohio (N40085-15-D-8754); and VRHabilis-KEMRON LLC JV,* Knoxville, Tennessee (N40085-15-D-8755), are each being awarded an indefinite-delivery/indefinite-quantity multiple award contract for environmental services and implementation of remedial actions for projects located primarily at Naval Station Great Lakes.  The maximum dollar value including the base period and four option years for all five contracts combined is $45,000,000.  The work to be performed provides for various environmental actions such as removal actions; expedited cleanup actions; landfill maintenance and repair; above ground storage tanks/underground storage tanks removal and/or replacement; building decontamination and demolition; asbestos/lead/mold abatement; navigational and remedial dredging; repair/replacement of natural resource/erosion controls; and other related activities associated with returning sites to safe and acceptable levels of contamination.  MECx-BTS SDVOSB JV is being awarded task order 0001 at $69,331 for the point/nonpoint source survey and Municipal Separate Storm Sewer System preparedness evaluation for Pettibone Creek at Naval Station Great Lakes, Great Lakes, Illinois.  Work for this task order is expected to be completed by May 2016.  All work on this contract will be performed in Great Lakes, Illinois.  The term of the contract is not to exceed 60 months, with an expected completion date of September 2020.  Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $73,331 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.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

BAE Systems Hawaii, Honolulu, Hawaii, is being awarded a $39,144,842 modification to previously awarded contract N00024-14-C-4412 for scheduled drydocking selected restricted availability (DSRA) of USS Halsey (DDG 97).  The scheduled DSRA is the opportunity in the ship’s life cycle primarily to conduct repair and alteration to systems and hull not available when the ship is waterborne.  Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by July 2016.  Fiscal 2015 operations and maintenance (Navy) funding in the amount of $39,144,842 will be obligated at time of award and will expire at the end of the current fiscal year.  Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity.

General Dynamics Ordnance and Tactical Systems, St. Petersburg, Florida, is being awarded a $30,987,132 firm-fixed-price contract for the procurement of 6,272, 120mm rifled M1105 illumination mortar cartridges in support of Program Manager, Ammunition.  The M1105 is a visible illuminant cartridge used to provide battlefield illumination and is for use in the Expeditionary Fire Support System 120mm M327 rifled towed mortar.  Work will be performed in Hampton, Arkansas, and is expected to be completed by April 2018.  Fiscal 2013 procurement funds (Marine Corps) in the amount of $30,987,132 will be obligated at the time of award.  Contract funds in the amount of $16,330,167 will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with authority for sole source 10 U.S. Code 2304(c)(1).  Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-15-C-7402).

Fluor Federal Solutions LLC, Greenville, South Carolina, is being awarded a $28,453,172 modification to previously awarded indefinite-delivery/indefinite-quantity contract N69450-07-D-0770 to exercise option eight for base operations support services at Naval Air Station Pensacola and outlying areas; Saufley Field; Corry Station; and Bronson Field.  The work to be performed provides for all management, supervision, labor, equipment, materials, supplies, and tools necessary to perform facilities management, facilities investment, facility maintenance services (non-family housing), pest control, utility plant and distribution system operation and maintenance (chiller, electrical, gas, wastewater, steam and water), environmental services, centrally managed safety services, and base support vehicles and equipment.  After award of this option, the total cumulative contract value will be $228,603,803.  Work will be performed in Pensacola, Florida, and is expected to be completed by September 2016.  No funds will be obligated at time of award.  Subject to availability, fiscal 2016 operation and maintenance (Navy); fiscal 2016 Navy working capital funds; and fiscal 2016 defense health program contract funds in the amount of $25,093,185 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

Quality Performance Inc.,* Fredericksburg, Virginia, is being awarded a $26,096,301 indefinite-delivery/indefinite-quantity contract to procure up to 60 Moriah wind systems. In addition, this contract provides for the associated sub-components, ancillary components, repair services, and inventory of parts and components for the repair services, and engineering change proposals in support of the Aircraft Launch and Recovery Equipment Information Systems Program.   Work will be performed in Fredericksburg, Virginia, and is expected to be completed in September 2020.  Fiscal 2013 ship conversion (Navy); fiscal 2015 other procurement (Navy); and fiscal 2015 defense wide funds in the amount of $1,234,114 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, Lakehurst, New Jersey, is the contracting activity (N68335-15-D-0031).

Rolls-Royce Corp., Indianapolis, Indiana, is being awarded a $22,398,733 indefinite-delivery/indefinite-quantity contract for spare series IV T56-A-427A engines, power section modules, and reduction gear box modules in support of the E-2D Advanced Hawkeye aircraft.  Work will be performed in Indianapolis, Indiana, and is expected to be completed in September 2016.  No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. 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-D-0033).

The Boeing Co., St. Louis, Missouri, is being awarded a $22,311,055 modification to a previously awarded firm-fixed-price contract to exercise an option for the procurement of 13 Harpoon lll-up round tactical missiles and seven Harpoon air launch missile containers for the government of Saudi Arabia under the Foreign Military Sales program.  Work will be performed in the St. Louis, Missouri, and is expected to be completed in December 2015.  Foreign military sales funds in the amount of $22,311,055 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.

The Boeing Co., Jacksonville, Florida, is being awarded a $17,841,838 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-14-D-0001) to exercise an option for depot-level service life extension and remanufacturing activities, including associated maintenance support and sustainment capabilities, for the F/A-18 and EA-18G aircraft.  Work will be performed in Jacksonville, Florida (92 percent); and St. Louis, Missouri (8 percent), and is expected to be completed in September 2016.  No funds are being obligated at time of award; funds will be obligated on individual delivery orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Jacobs Technology Inc., Fort Walton Beach, Florida, is being awarded a $16,939,879 modification to a previously awarded cost-plus-fixed-fee contract (N68936-15-C-0026) for incorporation of the lift and extraction requirement in the launch test capability in support of the Navy and the United Kingdom.  Work will be performed in China Lake, California, and is expected to be completed in December 2019.  No funds will be obligated at time of award.  This contract combines purchases for the Navy ($15,245,891; 90 percent); and the government of the United Kingdom ($1,693,988; 10 percent) under the Foreign Military Sales program.  The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity.

Foster-Miller Inc. Waltham, Massachusetts, is being awarded a $9,883,527 modification to previously awarded contract N00174-14-D-0026 to exercise an option to extend the ordering period for the procurement of systems, depot-level repair parts, spare kits, approved accessories, consumable parts, reconditioning, conversion, engineering enhancements, and configuration management of the Man Transportable Robotic System MK2 series.  Work will be performed in Waltham, Massachusetts, and is expected to be completed by September 2016. No funds are being obligated at time of award.  The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

L3-Communications Electron Technologies Inc., Torrance, California, is being awarded a $9,543,925 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the fabrication, test and delivery of L3 Q band traveling wave tubes (TWT) in support of the OE-562A/USC-38(V) submarine high data rate (SubHDR) antenna system mast group.  The amplifier radio frequency Q-band TWT is a vital part of the SubHDR antenna system. The SubHDR antenna system provides high capacity communications to submarines in the super high frequency and extremely high frequency spectrums.  The system consists of both the inboard Navy Satellite Program terminal, and associated equipment and outboard (antenna) components.  The contractor shall also support testing, inspection and evaluations of failed Q band TWT amplifier modules that are removed from existing systems. Work will be performed in Torrance, California, and is expected to be completed by September 2020. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $348,276 will be obligated at time of award and 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) – only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity (N66604-15-D-0901).

The Boeing Co., St. Louis, Missouri, is being awarded $8,649,999 for delivery order 0389 against a previously issued basic ordering agreement (N00019-11-G-0001) for engineering change proposal 626 that incorporates the Multifunctional Information Distribution System Low Volume into the F/A-18 E/F and EA-18G aircraft.  This effort includes one validation/verification and 29 follow-on kits.  Work will be performed in St. Louis, Missouri, and is expected to be completed in May 2018.  Fiscal 2013 aircraft procurement (Navy) funds in the amount of $8,649,999 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.

Cosworth LLC,* Torrance, California, is being awarded a $6,959,356 firm-fixed-price contract for the transition of Cosworth’s heavy-fuel compression-ignition unmanned aerial vehicle (UAV) engine to a production ready and validated design for use in the Insitu Small Tactical Unmanned Aerial System airframe in support of the Navy UAV Propulsion Team.  Work will be performed in Northampton, United Kingdom, and is expected to be completed in September 2017.  Fiscal 2014 research, development, testing and evaluation (Navy) funds in the amount of $6,959,356 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 under a broad agency announcement; one offer was received.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-15-C-0405).

DEFENSE HEALTH AGENCY

Information Technology Solutions and Consulting, Falls Church, Virginia, was awarded a $14,040,207 modification (P00012) to contract HT0011-14-F-0020 to exercise option period one for a variety of acquisition and other related administrative services to complement the government’s workplace capabilities.  These services include, but are not limited to, acquisition and contract management, program management support, administrative, and other related workload requirements associated with the acquisition and administration of awarded contracts. Work will be performed in Virginia, Maryland, Colorado, and Texas, with an estimated completion date of Sept. 24, 2016.  Fiscal 2015 operation and maintenance funds in the amount of $14,040,207 are obligated at award.  The Defense Health Agency, Falls Church, Virginia, is the contracting activity.

*Small business
Photo: www.defenseindustrydaily.com

DoD Contracts: Colt Defense LLC Awarded $212M for M4A1 Carbines

$
0
0

ARMY1333456739_180978__026564900_1011_16032011

Colt Defense LLC, West Hartford, Connecticut (15QKN-15-D-0102); and FN America LLC, Columbia, South Carolina (W15QKN-15-D-0072), were awarded a $212,000,000 firm-fixed-price multi-year contract for M4 and M4A1 carbines for the Army and others, with an estimated completion date of Sept. 24, 2020.  Bids were solicited via the Internet with six received.  Funding and work location will be determined with each order. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

AC First LLC, Springfield, Virginia, was awarded a $108,882,154 modification (P000101) to contract W52P1J-12-G-0048 for logistics support in Afghanistan, with an estimated completion date of Sept. 24, 2016.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $54,441,077 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Defense Munitions International, St. Petersburg, Florida, was awarded an $84,710,000 firm-fixed-price, indefinite-delivery/indefinite-quantity foreign military sales contract (Iraq) for 120mm armor piercing rounds. Bids were solicited via the Internet with one received. Funding and work location will be determined with each order.  Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity (W15QKN-15-D-0066).

Harris Corp., Rochester, New York, was awarded a $65,669,054 firm-fixed-price, incrementally funded foreign military sales contract (Ukraine, Lithuania, Lebanon, Chad, Niger, Mauritania, Kenya, Somalia, Uganda, Ethiopia) with options for Harris Radio Systems, (multiband (AN/PRC-152A: AN/PRC-117G), high frequency (HF) and dismount), antennas, BMS software, data terminals, touch tablets, field service representatives, and training for installation, operation and maintenance.  Work will be performed in Rochester, New York, with an estimated completion date of Sept. 30, 2016.  One bid was solicited with one received.  Fiscal 2015 operations and maintenance funds in the amount of $38,950,534 were obligated at the time of the award. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91CRB-15-C-5029).

Textron Marine & Land Systems, New Orleans, Louisiana, was awarded a $56,176,864 firm-fixed-price foreign military sales (Afghanistan) contract for 55 Mobile Strike Force vehicles with related fielding hardware and field service representative services for system deprocessing . Work will be performed in Slidell, Louisiana, with an estimated completion date of April 28, 2016.  Bids were solicited via the Internet with one received.  Fiscal 2014 other procurement funds in the amount of $56,176,864 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0226).

Agile Infrastructure Services LLC,* Kellogg, Idaho, was awarded a $45,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity task order contract with options for lake and dam general construction for the Savannah District, Army Corps of Engineers with an estimated completion date of Sept. 24, 2020.  Bids were solicited via the Internet with nine received.  Funding and work location will be determined with each order.  Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-15-D-0022).

Raytheon IDS, Andover, Massachusetts, was awarded a $26,906,288 firm-fixed-price undefinitized contract for combined crypto modernization Phase 1 and spares supporting the Patriot system.  Work will be performed in Garden Grove, California; Glendale, California; Inglewood, California; Valencia, California; Danbury, Connecticut; Wallingford, Connecticut; Hayden Lake, Idaho; Jefferson, Kentucky; Andover, Massachusetts; Attleboro, Massachusetts; Boston, Massachusetts; Brockton, Massachusetts; Chelsea, Massachusetts; Foxboro, Massachusetts; Holyoke, Massachusetts; North Reading, Massachusetts; Saugus, Massachusetts; Nashua, New Hampshire; Andover, Massachusetts; Endicott, New Jersey; Lancaster, New Jersey; Exton, Pennsylvania; Warwick, Rhode Island; Sampsonville, South Carolina; and Allen, Texas, with an estimated completion date of Oct. 31, 2017.  One bid was solicited with one received.  Fiscal 2014 and 2015 other procurement funds in the amount of $6,226,000 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-C-0153).

Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $25,691,554 modification (P00064) to contract W15QKN-10-C-0050 for M829A4 120mm armor piercing rounds.  Work will be performed in Plymouth, Minnesota; Jonesborough, Tennessee; Orange, California; Cabot, Pennsylvania; Radford, Virginia; Elkton, Maryland and Rocket City, West Virginia, with an estimated completion date of March 30, 2017.  Fiscal 2015 other procurement funds in the amount of $25, 691,554 were obligated at the time of the award.  Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

Mack Defense LLC, Allentown, Pennsylvania, was awarded a $24,974,528 firm-fixed-price foreign military sales contract (Cameroon, Ethiopia, Somalia, Tunisia, Uganda) for 62 armored personnel carriers (left-hand/ right-hand drive) and common spare parts for U.S. Africa Command countries. Work will be performed in France with an estimated completion date of Dec. 30, 2016.  Bids were solicited via the Internet with seven received.  Fiscal 2015 other procurement funds in the amount of $24,974,528 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0245).

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $21,774,963 modification (000819) to foreign military sales contract W56HZV-09-D-0159 (Djibouti, Jordan, Kenya, Tunisia, Uganda,  Ethiopia)  for an additional 84 Family of Medium Tactical Vehicles and 59 B-kits (supplemental armor) with an estimated completion date of Feb. 28, 2017.  Funding and work location will be determined with each order.  Army Contracting Command, Warren, Michigan, is the contracting activity.

Great Lakes Dredge & Dock Co., LLC, Oak Brook, Illinois, was awarded a $17,429,575 firm-fixed-price contract for dredging and unclassified excavation at Naval Reserve Basin.  Work will be performed in Philadelphia, Pennsylvania, with an estimated completion date of Sept. 30, 2016.  Bids were solicited via the Internet with five received.  Fiscal 2015 military construction funds in the amount of $17,429,575 were obligated at the time of the award.  Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-15-C-0053).

Raytheon Co., McKinney, Texas, was awarded a $11,380,118 modification (P00010) to contract W909MY-14-C-0011 for procurement of additional second generation forward looking infrared hardware and support services for preservation of the Army’s industrial base for these sensors.  Support services are procured on a cost-plus-fixed-fee basis and hardware procurement is on a firm-fixed-price basis.  Work will be performed in McKinney, Texas, with an estimated completion date of Nov. 18, 2016.  Fiscal 2015 other procurement (Army) funds in the amount of $770,402; and fiscal 2014 other procurement (Army) funds in the amount of $10,487,059 were obligated at the time of the award.  Army Contracting Command, Alexandria, Virginia, is the contracting activity (W909MY-14-C-0011).

Fortis Networks Inc.,* Phoenix, Arizona, was awarded a $10,023,839 firm-fixed-price contract with options to replace the border fence in San Luis, Arizona, with an estimated completion date of April 29, 2016.  Bids were solicited via the Internet with five received.  Fiscal 2015 other procurement funds in the amount of $10,023,839 were obligated at the time of the award. Army Corps of Engineers, Ft. Worth, Texas, is the contracting activity (W9126G-15-C-0056).

Mike Hooks Inc., Westlake, Louisiana, was awarded a $9,848,000 modification (P00008) to contract W912P8-14-C-0047 for maintenance dredging of the Calcasieu River and Pass, Calcasieu and Cameron Parishes, Louisiana, with an estimated completion date of June 15, 2016.  Fiscal 2014 operations and maintenance (Army) funds in the amount of $9,848,000 were obligated at the time of the award.  Army Corps of Engineers, New Orleans, Louisiana is the contracting activity.

Calibre, Alexandria, Virginia was awarded a $9,784,797 modification (P00017) to contract W91WAW-12-C-0059  for management information system services. Work will be performed in Alexandria, Virginia with an estimated completion date of Sept. 22, 2016.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $9,496,797 were obligated at the time of the award.  Army Contracting Command, Aberdeen, Maryland is the contracting activity.

Praemittias Group Inc.,* Chantilly, Virginia, was awarded a $9,539,843 firm-fixed-price, multi-year foreign military sales contract (Afghanistan) with options for Wolfhound radio directing finding systems and spare parts.  Work will be performed in Chantilly, Virginia, with an estimated completion date of Sept. 30, 2017.  One bid was solicited with one received.  Fiscal 2015 other procurement funds in the amount of $9,539,843 were obligated at the time of the award. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91CRB-15-C-5027).

Goodloe Marine Inc., * Wimauma, Florida, was awarded a $8,885,440 firm-fixed-price contract with options for pipeline dredging of the Gulf Intracoastal Waterway, Freeport Harbor to Caney Creek and Colorado River to Upper Matagorda Bay in Brazoria and Matagorda Counties, Texas, with an estimated completion date of June 30, 2016.  Bids were solicited via the Internet with two received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $8,885,440 were obligated at the time of the award. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W9126G-15-C-0057).

UDC, USA Inc.,* Tampa, Florida, was awarded an $8,589,959 modification (0003) to contract W15QKN-13-G-0001 for weapons support for Afghanistan.  Work will be performed in Bulgaria with an estimated completion date of March 25, 2017.  Fiscal 2015 other procurement funds in the amount of $8,589,959 were obligated at the time of the award.  Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

L-3 Fuzing and Ordinance Systems, Cincinnati, Ohio, was awarded a $7,600,000 firm-fixed-price, multi-year foreign military sales contract (Canada, Australia) to produce and deliver M762A1/M767A1 safe and arm assemblies for the Precision Guidance Kit (PGK) program, with an estimated completion date of Sept. 25, 2019.  Bids were solicited via the Internet with one received.  Funding and work location will be determined with each order.  Army is the contracting activity (W15QKN-15-D-0012).

AIR FORCE

Shaw-Versar LLC, Baton Rouge, Louisiana, has been awarded a not-to-exceed $950,000,000 indefinite-delivery/indefinite-quantity contract for design and construction services. Contractor will provide architect-engineering 2013 (A-E13) design and construction service including A-E services to support military construction (MILCON), military family housing (MFH), and sustainment, restoration and modernization programs worldwide. The work includes efforts to perform Title I, Title II, and other A-E services to administer, coordinate, and technically support the Air Force Civil Engineer’s MILCON and MFH, to include military housing privatization initiatives. Work will be performed at government locations worldwide, and is expected to be complete by Sept. 22, 2022. This award is the result of a competitive acquisition with 83 offers received. Fiscal 2015 operations and maintenance funds in the amount of $3,000 are being obligated at the time of award. Air Force Installation Contracting Agency, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA8903-15-D-0016).

Exelis Inc., Clifton, New Jersey, has been awarded a $47,000,000 cost-plus-fixed-fee contract for engineering services applicable to the AN/ALQ-172 line replaceable unit (LRU)-8 countermeasures phased array antenna. Contractor will provide non-recurring engineering services for the form, fit and function interface; redesign; development of data, manufacturing and delivery of prototypes that will meet legacy LRU specification requirements. Work will be performed at Clifton, New Jersey, and is expected to be complete by Sept. 24, 2018. This award is the result of a sole-source acquisition. Fiscal 2015 consolidated sustainment activity group-engineering funds in the amount of $47,000,000 are being obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8522-15-C-0008).

Teradyne Inc., North Reading, Massachusetts, has been awarded a $45,681,315 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for versatile depot automatic test station (VDATS) equipment parts. Contractor will provide VDATS parts required to ensure configuration control of existing testers and compatibility with all software developed for the testers. Work will be performed at Warner Robins Air Force Base, Georgia, and is expected to be complete by Sept. 24, 2020. This award is the result of a sole-source acquisition. Fiscal 2015 consolidated sustainment activity group funds in the amount of $1,116,431 are being obligated at the time of award for delivery order 01. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8571-15-D-0002).

Securboration Inc., Melbourne, Florida, has been awarded a $40,000,000 indefinite-delivery/indefinite-quantity Small Business Innovation Research (SBIR) Phase III contract for Collaborative Event Processing Environment (CEPE) software development and enhancement of decision aiding tools. Contractor will develop and transition foundational research in semantics and related technologies to provide and enhance capabilities in weapons systems to warfighters in today’s information intensive battle space using SBIR-developed technology.  The CEPE will facilitate the advancement and transition of advanced technologies to the warfighter keeping with the fundamental objective of the SBIR program. It will be developed, applied, and transitioned to command, control, communications, computers, intelligence, surveillance and reconnaissance (C4ISR) infrastructures to enable the passing of vital pieces of information between operational systems in a timely manner. It will also allow for critical linkage of data between the entities that require them as a step in achieving Department of Defense net-centric compliance. Work will be performed at Melbourne, Florida, and is expected to be complete by Sept. 24, 2022. This award is the result of a competitive acquisition with 63 offers received. Fiscal 2015 research, development, test and evaluation funds in the amount of $289,500 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-15-D-0058).

The Boeing Corp., St. Louis, Missouri, has been awarded a not-to-exceed $36,350,863 modification (P00003) on previously awarded contract FA8681-15-C-0050. Contractor will provide research and development leading to the procurement of 60 long delay fuzes and development of an embedded fuze system. Work will be performed at St. Louis, Missouri, and is expected to be complete by March 31, 2017. Fiscal 2014 research, development, test and evaluation, and ammunition procurement funds in the amount of $13,188,088 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Leidos Inc., Reston, Virginia, has been awarded an $18,745,838 cost-plus-fixed-fee contract for research and development. This contract aims to dramatically improve the ability to detect and geolocate high frequency emitters. The previous phase, Phase 1, of the program addressed technical innovations to accomplish this objective, including the ability to accurately resolve multiple angles-of-arrival and polarization states through novel antenna concepts; the ability to enhance signal-to-noise ratio and signal detection through the use of multi-dimensional adaptive signal processing; and the ability to accurately determine the dynamic state of the ionosphere. Phase 2 includes system integration of these innovations followed by a non-real-time field test. Phase 3 will be real-time implementation and demonstration with field testing. Phase 2 will be 18 months, and Phase 3 will be 15 months in duration. Phase 2 provides the transition from the key technologies of Phase 1 to the development of a prototype system of hardware and off-line signal processing for use in initial field tests with surrogate targets. Phase 3 will implement real-time signal processing, incorporate signal processing enhancements and test against realistic targets in realistic environments. Work will be performed at Reston, Virginia, and is expected to be complete by Aug. 25, 2018. This award is the result of a competitive acquisition with seven offers received. Fiscal 2014 research, development, test and evaluation funds in the amount of $10,454,868 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-C-9103).

Exelis Inc., Herndon, Virginia, has been awarded a $9,700,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for nuclear stockpile and chemical, biological, radiological, nuclear, high-yield explosive (CBRNE) technical studies. Contractor will provide scientific analysis, engineering, simulation, computational analysis, computer model development, test support, and test planning for the Air Force Nuclear Weapons Center.  Activities include counterforce concept evaluation and development for strikes against CBRNE targets; conventional and advanced nuclear weapons effectiveness studies and analyses; and nuclear stockpile management and stewardship. Work will be performed at Albuquerque, New Mexico, and is expected to be complete by Sept. 29, 2016.  This award is the result of a sole-source acquisition. Fiscal 2015 operations and maintenance funds in the amount of $1,680,587 are being obligated at the time of award for task order 0001. The Air Force Nuclear Weapons Center, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9401-15-D-8022).

Northrop Grumman, Electronic Systems, Linthicum Heights, Maryland, has been awarded an $8,516,473 cost-plus-fixed-fee contract for research and development. Contractor will support the Advanced Staring Infrared Search and Track Technologies program intended to identify, mature, and demonstrate technology solutions supporting the development of a future airborne long-range offensive infrared search and track capability based on staring (non-scanned) system configuration. Work will be performed at Linthicum Heights, Maryland, and is expected to be complete by Sept. 25, 2019. This award is the result of a competitive acquisition with nine offers received. Fiscal 2015 research, development, test and evaluation funds in the amount of $1,300,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-C-1852).

S&K Aerospace LLC, Saint Ignatius, Montana, has been awarded a $7,423,986 firm-fixed-price and cost-reimbursement, no-fee contract for services required for the repair and return of classified items to support the Royal Saudi Air Force F‐15 fleet. Work will be performed at Indianapolis, Indiana; Owega, New York; Talladega, Alabama; Irvine, California; Torrance, California; and Robins Air Force Base, Georgia.  The work is expected to be complete by Sept. 21, 2016. This contract is 100 percent foreign military sales. This award is the result of a competitive acquisition with four offers received. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8505-15-C-0008).

CNI Global Solutions LLC, Norman, Oklahoma, has been awarded a $6,693,336 firm-fixed-price contract for base network support service at Tinker Air Force Base, Oklahoma. Contractor will provide hardware, software, and network support of base customers. Work will be performed at Tinker Air Force Base, Oklahoma, and is expected to be complete by Sept. 30, 2016. This award is the result of a sole-source acquisition. Fiscal 2015 operations and maintenance funds in the amount of $4,628,109 are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8101-15-C-0007).

DEFENSE LOGISTICS AGENCY

American Water Operations and Maintenance Inc., Voorhees, New Jersey, has been awarded a maximum $298,941,378 fixed-price with economic-price-adjustment contract for ownership, operation and maintenance of water distribution and wastewater collection systems at Vandenberg Air Force Base, California. This was a competitive acquisition with eight responses received. Location of performance is New Jersey and California, with a May 31, 2066, performance completion date. Using military customer is Air Force. Type of appropriation is fiscal 2015 through fiscal 2066 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-15-C-8302).

American Water Operations and Maintenance Inc., Voorhees, New Jersey, has been awarded a maximum $40,720,860 modification (P00108) incorporating the contract’s second price redetermination agreement (SP0600-08-C-8257). This is a fixed-price with prospective-price-redetermination contract. Location of performance is New Jersey and Louisiana, with a Jan. 31, 2059, performance completion date. Using military service is Army. Type of appropriation is fiscal 2015 through fiscal 2059 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Meggitt Inc., Rockmart, Georgia, has been awarded a maximum $20,469,386 firm-fixed-price contract for aircraft fuel cells. This is a two-year, 10-month contract with no option periods. This was a competitive acquisition with two responses received. Location of performance is Georgia, with a July 23, 2018, performance completion date. Using military customer is Air Force. Type of appropriation is fiscal 2016 through fiscal 2018 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma (SPRTA1-15-C-0102).

Lockheed Martin Corp., Owego, New York, has been awarded a maximum $13,259,396 firm-fixed-price contract for aircraft countermeasure receivers. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). This is a two-year, seven-month contract with no option periods. Location of performance is New York, with an April 30, 2018, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2016 through fiscal 2018 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma (SPRTA1-15-C-0093).

Harris Corp., Rochester, New York, has been awarded a maximum $12,245,098 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for high-frequency full loop antennae. This is a five-year contract with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Georgia, with a Sept. 25, 2020, performance completion date. Using military customer is Army. Type of appropriation is fiscal 2015 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-15-D-0027).

Lockheed Martin Corp., Owego, New York, has been awarded a maximum $7,928,132 firm-fixed-price contract for aircraft countermeasure receivers. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). This is a two-year, four-month contract with no option periods. Location of performance is New York, with a Jan. 31, 2018, performance completion date. Using military customer is Air Force. Type of appropriation is fiscal 2016 through fiscal 2018 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma (SPRTA1-15-C-0089).

NAVY

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $264,805,607 cost-plus-fixed-fee contract for an AIM-9X system improvement program to provide additional capability and resolve obsolescence issues for the Navy, Air Force, and the governments of Korea, Singapore, Malaysia, Belgium, Netherlands and Turkey under the Foreign Military Sales program.  The effort includes engineering services required to incorporate new AIM-9X missile components and associated software updates into the Lot 17 and Lot 19 production programs. This effort will also provide development, integration, and flight test support for AIM-9X Block II hardware and software.  Work will be performed in Tucson, Arizona (95.5 percent); Andover, Massachusetts (2.3 percent); Baltimore, Maryland (1.5 percent); and other various continental U.S. locations (0.7 percent), and is expected to be completed in September 2020.  Fiscal 2015 research, development, test and evaluation (Navy and Air Force), and foreign military sales funds, in the amount of $46,424,785 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 Air Force ($24,783,835; 53.35 percent); Navy ($10,746,165; 23.15 percent); and the governments of Turkey ($3,340,868; 7.2 percent); Netherlands ($1,900,000; 4.6 percent); Belgium ($2,098,917; 4.5 percent); Singapore ($1,960,000; 4.3 percent); Malaysia ($1,310,000; 2.8 percent); and Korea ($285,000; .1 percent).  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-C-0121).

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $227,047,688 modification to a previously awarded fixed-price-incentive-firm contract (N00019-15-C-0092) for procurement of 447 AIM-9X Block II all up round tactical full-rate production Lot 15 missiles for the Navy (102), Air Force (243), and the governments of Japan (9), Korea (76), Romania (12), and Israel (5).  In addition, this modification provides for the procurement of 129 Block II captive air training missiles for the Navy (54), Air Force (60), Army (2), and the governments of Korea (2), Romania (6), and Israel (5); 7 special air training missiles for the Army; 174 all up round containers for the Navy (44), Air Force (85), Army (10), and the governments of Japan (3), Korea (19), Romania (7), and Israel (6); 4 captive test missiles for the Army (2), Navy (1) and Air Force (1); one test asset for the Navy; spares for the Navy, Air Force; and 12 lots of spares for Australia (1), Finland (1), Singapore (1), Korea (1), Switzerland (1), Morocco (1), Belgium (1), Saudi Arabia (1), Oman (2), the Netherlands (1), and Romania (1).  Work will be performed in Tucson, Arizona (43.74 percent); Andover, Massachusetts (10.08 percent); Valencia, California (6.63 percent); Ontario Canada, Midland (5.54 percent); Rocket Center, West Virginia (5.49 percent); Vancouver, Washington (5.07 percent); Goleta, California (2.86 percent); Cheshire, Connecticut (2.05 percent); Heilbronn, Germany (1.88 percent); Simsbury, Connecticut (1.61 percent); San Jose, California (1.48 percent); Anniston, Alabama (1.31 percent); Cincinnati, Ohio (1.22 percent); Maniago, Italy (1.21 percent); Chatsworth, California (1.11 percent); San Diego, California (1.04 percent); Montgomery, Alabama (0.60 percent); Orlando, Florida (0.55 percent); Newbury Park, California (0.50 percent); El Segundo, California (0.50 percent) Claremont, California (0.43 percent); Joplin, Missouri (0.39 percent); Lombard, Illinois (0.28 percent); El Cajon, California (0.15 percent) and various locations inside and outside the continental U.S. (4.28 percent).  Work is expected to be completed in December 2017.  Fiscal 2013, 2014, and 2015 missile procurement (Air Force and Army); fiscal 2013 and 2015 weapons procurement (Navy); fiscal 2015 research, development, test and evaluation (Navy); and foreign military sales funds in the amount of $227,047,688 are being obligated on this award, $815,817 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 Air Force ($113,451,928; 49.97 percent), the Navy ($53,057,371; 23.37 percent); the Army ($4,187,870; 1.84 percent); and the governments of Korea ($38,156,051; 16.81 percent); Romania ($7,398,811; 3.26 percent); Japan ($4,461,206; 1.96 percent); Israel ($3,667,822; 1.62 percent); Singapore ($702,297; 0.31 percent); Oman ($572,508; 0.25 percent); Finland ($421,032; 0.18 percent); Belgium ($442,585; 0.19 percent); Saudi Arabia ($284,386; 0.13 percent); Australia ($149,523; 0.06 percent); Switzerland ($50,117; 0.02 percent); the Netherlands ($41,614; 0.02 percent); and Morocco ($2,567; 0.01 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Chugach Federal Solutions Inc.,* Anchorage, Alaska, is being awarded a $63,938,902 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N44255-14-D-9000) to exercise option two for base operations support at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR).  The work to be performed provides for all management and administration, visual services, security, fire and emergency, facilities management and investment, pest control, integrated solid waste, pavement clearance, utilities, base support vehicles and equipment, and environmental services to provide base operations support services.  After award of this option, the total cumulative value will be $130,731,673.  Work will be performed at various installations in the NAVFAC Northwest AOR, including but not limited to, Washington (90 percent), Alaska (1 percent), Idaho (1 percent), Iowa (1 percent), Minnesota (1 percent), Montana (1 percent), Nebraska (1 percent), Oregon (1 percent), North Dakota (1 percent), South Dakota (1 percent), and Wyoming (1 percent).  Work is expected to be completed September 2016.  No funds will be obligated at time of award.  Subject to availability, fiscal 2016 operation and maintenance (Navy); fiscal 2016 Navy working capital funds; and fiscal 2016 defense health program contract funds in the amount of $32,092,885 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.

Patriot Contract Services LLC, Concord, California, is being awarded a $60,251,984 modification under a previously awarded firm-fixed-price contract (N00033-14-C-3210) to exercise the second one-year option period of this contract for the operation and maintenance of eight government-owned Watson-class large medium-speed roll-on/roll-off ships. The ships will continue to support Military Sealift Command’s worldwide prepositioning requirements.  Work for this option period will be performed at sea worldwide, and is expected to be completed by Sept. 30, 2016.  Contract funds in the amount of $57,001,019 are currently available through the Navy and transportation working capital funds for seven of the eight ships.  The funds do not expire. One ship (USNS Watson) is funded through U.S. Transportation Command reimbursable contract funds in the amount of $3,250,965.  These funds are subject to availability and will expire at the end of the fiscal 2016.  The Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Exelis Inc., Clifton New Jersey, is being awarded a $53,529, 747 indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-plus-fixed-fee, cost only contract for engineering and technical support to the Naval Research Laboratory Tactical Electronic Warfare Division.  The areas of support include:  research engineering services in support of Advanced Decoy Architecture Payloads (ADAP) program; and fabricate, test and deliver 99 ADAP payloads.  Work will be performed in Clifton, New Jersey, and is expected to be completed by Sept. 24, 2018.  Fiscal 2015 operations and maintenance (Navy) funds in the amount of $1,260,000 are being obligated at the time of award and will expire at the end of the current fiscal year.  This requirement was procured as a sole-source action in accordance with Federal Acquisition Regulation 6.302-2 – unusual and compelling urgency.  The Naval Research Laboratory, Arlington, Virginia, is the contracting activity (N00 l 73-15-D- 2018).

General Atomics, San Diego, California, is being awarded a not-to-exceed $29,620,480 for order 0003 against a previously issued basic ordering agreement (N68335-11-G-0003) for the material and labor necessary to manufacture, assemble, inspect, integrate, test and checkout the on-board repair parts in support of the electromagnetic aircraft launch system and advanced arresting gear on  the CVN 78.  Work will be performed in San Diego, California (47 percent); Tupelo, Mississippi (37 percent); La Puente, California (3 percent); Guilford, Connecticut (3 percent ); Newark, New Jersey (1 percent); Vista, California (1 percent); Cleveland, Ohio (1 percent); Cincinnati, Ohio (1 percent); Lyme, New Hampshire (1 percent); Seattle, Washington (1 percent); Cheektowaga, New York (1 percent); Rialto, California (1 percent); Tempe, Arizona (1 percent); and San Marcos, California (1 percent), and is expected to be completed in February 2018.  Fiscal 2013, 2014, 2015 ship conversion (Navy); and fiscal 2015 other procurement (Navy) funds in the amount of $29,620,480 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.

GE Aviation Systems LLC, Santa Ana, California, is being awarded a $26,582,369 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0076) for the procurement of 242 F/A-18E/F and EA-18G FPU-12/A 480-gallon external fuel tanks for the Navy (197) and the government of Australia (45), including program support.  Work will be performed in Santa Ana, California, and is expected to be completed in August 2017.  Fiscal 2013, 2014, and 2015 aircraft procurement (Navy); and foreign military sales funds in the amount of $26,582,369 will be obligated at time of award; $11,647,545 of which will expire at the end of the current fiscal year.  This modification combines purchases for the Navy ($21,639,068; 81.4 percent) and the government of Australia ($4,943,301; 18.6 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded $20,879,917for cost-plus- fixed-fee delivery order 0112 against a previously issued basic ordering agreement (N00019-12-G-0006) in support of the MV-22.  This order provides for non-recurring efforts for the development, qualification test, integration, airworthiness substantiation, flight test demonstration and validation/verification of the unique configuration into MV-22B Block C aircraft and the MV-22 containerized flight training device for the government of Japan under the Foreign Military Sales program.  Work will be performed at Ridley Park, Pennsylvania (57.8 percent); Fort Worth, Texas (18.8 percent); St. Louis, Missouri (8.9 percent); Dallas, Texas (3.4 percent); Chantilly, Virginia (3.3 percent); Melbourne, Florida (3 percent); Huntsville, Alabama (2 percent); Huntington Beach, California (1.3 percent); and various other places under one percent (1.5 percent), and is expected to be completed in May 2016.  Foreign military sales funds in the amount of $20,879,917 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.

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $16,378,859 delivery order against a previously issued basic ordering agreement (N00019-14-G-0004) for five cabin interior kits, updates to the validation kits install and tooling in support of the VH-3D cabin interior and environmental control system redesign program to reduce the total gross weight of the aircraft and allow for greater lift capability.  Work will be performed in Stratford, Connecticut (90 percent); and Patuxent River, Maryland (10 percent), and is expected to be completed in March 2018.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $16,378,859 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. (Awarded Sept. 24, 2015)

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $15,386,260 firm-fixed-price modification to previously awarded contract (N00024-15-C-5408) for Standard Missile-6 (SM-6) obsolete parts.  This contract modification will procure a lifetime buy of critical SM-6 components going obsolete, necessary for future production orders. Procurement of these parts now will avoid costly redesign efforts for relatively low dollar value components.  Work will be performed in Tucson, Arizona (77 percent); Phoenix, Arizona (15 percent); Andover, Massachusetts (7 percent); and various places below one percent (1 percent).  Work is expected to be completed by September 2017.  Fiscal 2014 weapons procurement (Navy); fiscal 2015 research, development, test & evaluation (Navy); and fiscal 2013 weapons procurement (Navy) funding in the amount of $15,386,260 will be obligated at time of award, and funds in the amount of $14,814 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Corp Ten International, Towson, Maryland, is being awarded a $14,300,000 indefinite-delivery/indefinite-quantity contract for services and materials required to support the existing surveillance data collection system (DCS), including hardware, software, airtime, technical and engineering services.   This acquisition will procure the support to maintain the existing DCS, as well as modify the system per mission requirements.  The existing DCS integrates all sensors and transmitters currently used in a comprehensive client-server architecture that is expandable to accommodate new sensors, transmitters, and communication systems.  Work will be performed in Dahlgren, Virginia (95 percent); Key West, Florida (1 percent); Tampa, Florida (1 percent); Santa Barbara, California (1 percent); Baltimore, Maryland (1 percent); and Washington, District of Columbia (1 percent), and is expected to be completed in September 2018.  Fiscal 2015 procurement (defense agencies) funding in the amount of $275,500 will be obligated at time of award and 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 – only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-15-D-2023).

iRobot Corp., Bedford, Massachusetts, is being awarded a $9,440,001 firm-fixed price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for man transportable robotic system (MTRS) MK 1 production, depot level repair parts, spare kits, consumables and approved accessories to include configuration management and engineering enhancements.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $49,102,872.  Work will be performed in Bedford, Massachusetts, and is expected to be completed by September 2016.  Fiscal 2015 operations and maintenance (Navy) funding in the amount of $373,538 will be obligated at time of award and 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) – only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-15-D-0001).

Northrop Grumman Systems Corp., San Diego, California, is being awarded an $8,988,148 cost-plus-fixed-fee modification to a previously awarded cost-plus-fixed-fee contract (N00019-15-C-0007) to provide sustainment engineering services support to the Broad Area Maritime Surveillance-Demonstrator (BAMS-D) program.  Services to be provided include the design, development, and installation of modifications to the BAMS-D communications system required to remain compliant with system and network performance requirements.   Work will be performed in Salt Lake City, Utah (50 percent); Patuxent River, Maryland (25 percent); and San Diego, California (25 percent), and is expected to be completed in December 2016.  Fiscal 2015 operations and maintenance (Navy overseas contingency operations) funding in the amount of $8,988,148 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.

General Electric Aviation, Cincinnati, Ohio, is being awarded a $7,704,179 cost-plus-fixed-fee contract for the science and technology research concerning materials for long life, high efficiency gas turbine engines for Naval Marine Propulsion.   The focus of this effort is to study the ways to improve the life of the General Electric LM2500 aero-derivative gas turbine’s hot section to account for the higher average operating temperatures that the turbine core will experience as a result of operational changes in Navy use.  This contract contains options, which is exercised, will bring the contract value to $9,449,748.  Work will be performed in Cincinnati, Ohio, and work is expected to be completed Sept. 30, 2020.  Fiscal 2014, 2015 research, development, test, and evaluation Navy funds in the amount of $662,000 will being obligated at the time of award.  Contract funds in the amount of $10,000 will expire at the end of the current fiscal year.  This contract was competitively procured under Office of Naval Research Broad Agency Announcement 13-013, with five full proposals received for the solicitation.  The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-15-C-0169).

TOTE Services Inc., Jacksonville, Florida, is being awarded a $7,363,245 modification under a previously awarded firm-fixed-price award fee contract (N0003-12-C-3131) to exercise a one-year option period for the operation and maintenance of the USNS VADM K.R. Wheeler and USNS Fast Tempo.  The Wheeler is the nucleus of the Offshore Petroleum Discharge System, and the Fast Tempo, the support vessel.  These ships support the deployed military forces worldwide.  The contract includes a 42-day base period, four one-year option periods, and one 10-month option period.  If option four is exercised, the cumulative value of this contract will be $50,028,770.  Work will be performed worldwide, and is expected to be completed by Sept. 30, 2016.  Subject to availability, fiscal 2016 operations and maintenance funds in the amount of $7,363,245 are being obligated at the time of award.  Funds will not expire at the end of the current fiscal year.  This contract was competitively procured with more than 50 proposals solicited via the Military Sealift Command, Navy Electronic Commerce Online and Federal Business Opportunities websites, with two proposals received.  Military Sealift Command, Washington, District of Columbia, is the contracting activity.

Laserdyne PTY Ltd., Queensland, Australia, is being awarded a $6,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement and repair of Black Opal flat panel displays with mounting bracket assembly.  The displays are in support of long-range ground mobility visual augmentation systems, Maritime forward looking infrared systems, high performance mobility systems, and combatant craft forward looking infrared systems in direct support of production and deployment of U.S. Special Operations Command multi-sensor systems programs.  The display’s primary mission is to provide the operator with a visual presentation from the multi sensor systems camera.  The display has the following characteristics: high resolution; adjustable brightness for full sunlight readability; full range dimming for night operations; compatible with night vision devices; and backlight color for night operations.  Work will be performed in Dallas, Texas (80 percent); and Queensland, Australia (20 percent), and is expected to be completed by September 2020.  Fiscal 2015 operations and maintenance (Navy) funding in the amount of $46,914 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with the statutory authority 10 U.S. Code 2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1.  The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-15-D-JQ83).

U.S. SPECIAL OPERATIONS COMMAND

Cydecor Inc., Arlington, Virginia (H92240-15-D-0016); Mayvin Consulting Group Inc., Alexandria, Virginia (H92240-15-D-0017); and SkyBridge Tactical LLC, Tampa, Florida (H92240-15-D-0018) were awarded an estimated $49,000,000 indefinite-delivery/indefinite-quantity contract to acquire cross-functional services in support of U.S. Special Operations Command Naval Special Warfare.  The majority of the work will be performed San Diego, California, Virginia Beach, Virginia; and Stennis, Mississippi, with an estimated completion date of September 2020.  Fiscal 2015 operations and maintenance funds in the amount of $400,902 have been obligated for Cydecor; $233,853 have been obligated for Mayvin; and $303,108 have been obligated with SkyBridge at the time of award. This contract was competitive acquisition, with seven proposals received.  U.S. Special Operations Command Naval Special Warfare Contracting office, San Diego, California is the contracting activity.

Culmen International LLC, Alexandria, Virginia, was awarded an estimated $26,723,699 firm-fixed-price contract for the purchase of ammunition.  The majority of the work will be performed in Alexandria, Virginia, with an estimated completion date of Sept. 30, 2016.  Fiscal 2015 operations and maintenance funds in the amount of $26,723,699 have been obligated at time of award. This contract was competitive acquisition, with four proposals received. Special Operations Command Contracting Office, Tampa, Florida, is the contracting activity (H92222-15-C-0073).

UDC USA Inc., Tampa, Florida, was awarded an estimated $7,263,370 firm-fixed-price contract for the purchase of ammunition.  The majority of the work will be performed in Tampa, Florida, with an estimated completion date of July 22, 2016.   Fiscal 2015 operations and maintenance funds in the amount of $7,263,370 have been obligated at the time of award.  This contract was competitive acquisition, with four proposals received.  Special Operations Command Contracting Office, Tampa, Florida, is the contracting activity (H92222-15-C-0072).

U.S. TRANSPORTATION COMMAND

1st Coast Cargo Inc., Jacksonville, Florida, is being awarded a $39,344,645 indefinite-delivery/indefinite-quantity, fixed-price with economic-price-adjustment contract (HTC711-15-D-R054) for the procurement of the Advanced Traceability and Control (ATAC) III program.  This contract consists of tracking, tracing, packing, reporting, and movement of valuable repairable parts from two parent sites located on the West (San Diego, California) and East (Norfolk, Virginia) coasts, and smaller sites, as well as other electronic Retrograde Management System (eRMS) enabled Department of Defense contractor facilities.  Work will begin Nov. 1, 2015, throughout the continental U.S., Hawaii, and Canada, with an expected completion date of Oct. 31, 2017.  A minimum guarantee from the Navy in the amount of $5,000 is being obligated at time of award.  Type of appropriation is fiscal 2015 Navy working capital funds to be obligated by individual government agency transportation officers/ordering officers.  This contract was a competitive acquisition, and 11 offers were received.  The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

BAE Systems Information and Electronic Systems Integration, Burlington, Massachusetts, has been awarded an $11,896,136 modification (P00022) to previously awarded contract HR0011-13-C-0075 for the Insight Phase 2 program. The modification brings the total cumulative face value of the contract to $94,886,569. Work will be performed in Burlington, Massachusetts (48 percent); Cambridge, Massachusetts (2 percent); Toronto, Ontario, Canada (8 percent); Cherry Hill, New Jersey (37 percent); and McLean, Virginia (5 percent), with an expected completion date of July 31, 2016. Fiscal 2015 research and development funds in the amount of $11,896,136 are being obligated at time of award. The Defense Advanced Research Projects Agency , Arlington, Virginia, is the contracting activity.

*Small business
Photo: airsoft.bg

DoD Contracts: GE-Aviation Awarded $137M for B-1 Aircraft

$
0
0

AIR FORCESoaring

GE-Aviation, Cincinnati, Ohio, has been awarded a $137,877,942 modification (BZ01) firm-fixed-price delivery order for F101 service life extension program (SLEP) kits. Contractor will provide SLEP kits for 208 F101 engines for the B-1 aircraft. Work will be performed at Tinker Air Force Base, Oklahoma, and is expected to be complete by Dec. 31, 2017. This award is the result of a sole-source acquisition. Fiscal 2014 procurement funds in the amount of $45,952,694; fiscal 2015 procurement funds in the amount of $88,580,495; and working capital funds in the amount of $3,344,753 are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (SPE4AX-15-D-9412).

Tigerbrain/Cyntergy AEC, Oviedo, Florida, has been awarded an indefinite-delivery/indefinite-quantity contract with a program ceiling of $950,000,000 for design and construction services. Contractor will provide architect-engineering 2013 (A-E13) design and construction service including A-E services to support military construction (MILCON), military family housing (MFH), and sustainment, restoration and modernization programs worldwide. The work includes efforts to perform Title I, Title II and other A-E services to administer, coordinate, and technically support the Air Force Civil Engineer’s MILCON and MFH to include military housing privatization initiatives. Work will be performed at government locations worldwide and is expected to be complete by Sept. 27, 2022. This award is the result of a competitive acquisition with 83 offers received. Fiscal 2015 operation and maintenance funds in the amount of $3,000 are being obligated at the time of award. Air Force Installation Contracting Agency, 772nd Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA8903-15-D-0018).

Fastenal Co., Winoma, Minnesota, has been awarded a $57,450,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for point-of-use services. Contractor will provide consumable tools and consumable supplies to production technicians throughout Ogden Air Logistics Complex, Utah; and Aircraft Maintenance and Regeneration Group, Arizona. Work will be performed at Hill Air Force Base, Utah; and Tucson, Arizona, and is expected to be complete by Sept. 30, 2021. This award is the result of a competitive acquisition and five offers were received. Fiscal 2015 Air Force working capital funds in the amount of $4,500,000 are being obligated at the time of award. Air Force Material Command, Hill Air Force Base, Utah, is the contracting activity (FA8224-15-D-0027).

L-3 Communications Vertex Aerospace LLC, Madison, Mississippi, has been awarded a $57,231,214 (P00104) firm-fixed-price contract for logistics support of the T-1A aircraft. Contractor will provide contractor-operated maintained supply, over and above, on-equipment maintenance, and data and field service representatives. Work will be performed at Vance Air Force Base, Oklahoma; Columbus Air Force Base, Mississippi; Joint Base San Antonio-Randolph, Texas; Laughlin Air Force Base, Texas; and Pensacola Naval Air Station, Florida, and is expected to be complete by Sept. 30, 2016. This award is the result of a competitive acquisition and three offers were received. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-09-C-0001).

UES Inc., Dayton, Ohio, has been awarded a $45,000,000 indefinite-delivery/indefinite-quantity contract for research and development efforts for the Soft Organic Functional Technology program. Contractor will provide research, development, and technical transition of biotechnology, biologically derived or inspired materials, flexible electronic materials, and devices for energy storage. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Dec. 30, 2021. This award is the result of a competitive acquisition with one offer received. Fiscal 2015 research, development, test and evaluation funds in the amount of $1,413,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-D-5405).

Harris Information Technology Services Inc., Herndon, Virginia, has been awarded a $39,749,731 modification (P00166) to previously awarded FA2550-08-C-8011 for option 10 of the contract (Sept. 29, 2015  through June 16, 2016). The contract modification provides for the exercise of an option for an additional quantity of nine months of operations, maintenance and logistics support of the Air Force Satellite Control Network at two network control locations in the U.S. and at world-wide antenna sites; at the 50th Space Wing, Schriever Air Force Base, Colorado; and at the 50th Space Wing’s geographically separated units in the U.S. and foreign locations, under the basic contract. The locations of performance are Schriever Air Force Base, Colorado; Colorado Springs, Colorado; Ellison Onizuka Satellite Operations Facility and Vandenberg Tracking Station, Vandenberg Air Force Base, California; Diego Garcia Station, Diego Garcia, British Indian Ocean Territory; Guam Tracking Station, Andersen Air Force Base, Guam; Hawaii Tracking Station, Kaena Point, Oahu, Hawaii; New Boston Air Force Station, New Hampshire; Eastern Vehicle Checkout Facility, Cape Canaveral Air Force Station, Florida; and Thule Tracking Station, Thule Air Base, Greenland. The work is expected to be completed by June 30, 2016. No funds are being obligated at the time of award. The 50th Contracting Squadron is the contracting activity, Schriever Air Force Base, Colorado.

Infoscitex Corp., Littleton, Massachusetts, has been awarded a $24,500,000 indefinite-delivery/indefinite-quantity contract for the development of fundamental research tools in the areas of sensor exploitation, algorithm performance understanding and performance prediction.  Contractor will provide established, enhanced, and clarified sensor exploitation performance benchmarks which will serve both to focus technology development on relevant problems and filter out immature technologies not ready for transition. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Sept. 27, 2022. This award is the result of a competitive acquisition and three offers were received. Fiscal 2015 research, development, test and evaluation funds in the amount of $1,442,000 are being obligated at the time of award. Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-D-1950).

Jacobs Technology, Lincoln, Massachusetts, has been awarded a $21,235,801 cost-plus-fixed-fee level of effort contract for air operations center (AOC) interim sustainment services. Contractor will provide sustaining engineering and technical services for the AOC weapon system. Work will be performed at Joint Base Langley-Eustis, Virginia, and is expected to be complete by Sept. 27, 2016. This award is the result of a sole-source acquisition. Fiscal 2013 other procurement funds in the amount of $90,905; fiscal 2014 other procurement funds in the amount of $300,000; fiscal 2015 other procurement funds in the amount of $500,000; and fiscal 2015 operations and maintenance funds in the amount of $7,786,051 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-15-0052).

J. D’Amico, Randolph, Massachusetts, has been awarded a $18,031,846 firm-fixed-price, single-award, indefinite-delivery/indefinite-quantity contract for repair and maintenance of the steam and condensatechilled water distribution system at Hanscom Air Force Base, Massachusetts. Contractor will provide direct buried piping; piping in trenches; work in mechanical rooms, junction boxes and manholes; site work; water lines, sanitary sewer; storm drainage; electric and communications; temporary heat; and miscellaneous follow on efforts. Work will be performed at Hanscom Air Force Base, Massachusetts, and is expected to be complete by Sept. 28, 2020. This award is the result of a competitive acquisition and one offer was received. Fiscal 2015 operations and maintenance funds in the amount of $2,500 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA2835-15-D-0007).

Northrop Grumman Technical Services Inc., Hill Air Force Base, Utah, has been awarded a $14,019,875 modification (P04133) to F42610-98-C-0001 for intercontinental ballistic missile (ICBM) propulsion sustainment. The total cumulative face value of the contract is $9,900,333,389.  The contract modification provides a basic (CLIN 8207) and two three-month options (CLINs 8208, 8209) for the sustainment of the propulsion portion of the ICBM weapon system under the ICBM partial bridge contract.  Work will be performed at Hill Air Force Base, Utah, and work is expected to be completed by June 30, 2016.  Fiscal 2015 operations and maintenance funds in the amount of $ 4,301,589 are being obligated at time of award. Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity.

The Boeing Co., Laser and Electro-optical Systems Division, Albuquerque, New Mexico, has been awarded a $13,774,989 cost-plus-fixed-fee contract for research and development for the Directed Energy Directorate’s Space Electro-optics Division. Contractor will provide expertise in designing and engineering the next generation of adaptive optics, laser guidestar and other electro-optical systems for space superiority; executing experiments to evaluate the resultant developed hardware and software; and maintenance of state-of-the-art experimental equipment. Work will be performed at Kirtland Air Force Base, New Mexico; and Maui, Hawaii, and is expected to be complete by March 31, 2016. This award is the result of a sole-source acquisition. Fiscal 2015 research and development funds in the amount of $3,500,000 are being obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-15-C-0043).

Lockheed Martin Space Systems Co., Littleton Colorado, has been awarded an $11,031,154 modification (P00300) for Global Positioning System III space vehicle production. Contractor will provide the purchase of one electrical ground support equipment and four mechanical ground support equipment units. Work will be performed at Newtown, Colorado, and is expected to be complete by Aug. 28, 2017. This award is the result of an in-scope modification. Fiscal 2013 missile procurement funds in the amount of $11,031,154 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8807-08-C-0010).

L-3 Communications, Platform Integration Division, Waco, Texas, has been awarded a $9,782,108 undefinitized contract action for intelligence, surveillance and reconnaissance (ISR) aircraft and training to the Royal Jordanian Air Force (RJAF). Contractor will provide the delivery/ferry of four ISR aircraft; RJAF pilot, maintainer and mission system training; and field service representative support in support of the counterterrorism efforts in Jordan. Work will be performed at Waco, Texas; and Jordan, and is expected to be complete by Sept. 30, 2016. This contract is 100 percent foreign military sales. This award is the result of a sole-source acquisition. The 645th Aeronautical System Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-15-C-4034).

Lockheed Martin Corp., Marietta, Georgia, has been awarded a $9,420,856 firm-fixed-price modification (P00313) for MC-130J non-recurring engineering and trial kit installation. Contractor will provide the non-recurring engineering and one trial kit install for the MC-130J aircraft modification from the increment one configuration to the increment two configuration. Work will be performed at Marietta, Georgia, and is expected to be complete by Dec. 11, 2017. Fiscal 2013 aircraft procurement funds in the amount of $5,138,765; and fiscal 2014 aircraft procurement funds in the amount of $4,282,091 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-11-C-6597).

Range Generation Next LLC, Sterling, Virginia, has been awarded a $8,087,335 modification (P00018) cost-plus-fixed-fee for the frequency monitoring station phase II project at Vandenberg Air Force Base, California. Contractor will replace and upgrade frequency monitoring equipment that is part of the launch and test range system (LTRS) to better comply with documented operational requirements. Work will be performed at Vandenberg Air Force Base, California, and is expected to be complete by Feb. 20, 2020. This award is the result of an in-scope modification/project for the LTRS integrated support contract. Fiscal 2013 other procurement funds in the amount of $8,087,335 are being obligated at the time of award. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity (F8806-15-C-0001).

MDA-Information Systems LLC, Ypsilanti, Michigan, has been awarded a $7,140,426 cost-plus-incentive-fee and firm-fixed-price contract, for SDS Spirals 10.5 and 11. This contract provides for the development of SDS Spiral 10.5 and Spiral 11 to perform software maintenance, and perform engineering studies for future SDS developmental spirals. Work will be performed in Ypsilanti, Michigan. The work is expected to be complete by April 3, 2021. This award is the result of a sole-source acquisition. Fiscal 2014 research and development funds in the amount of $7,140,426 are being obligated at the time of award. The contracting activity is Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio (FA8616-15-C-6099).

United Technologies Corp., doing business as Pratt & Whitney, East Hartford, Connecticut, has been awarded a $7,108,334 fixed-quantity, firm-fixed-price contract for F100 engine sustainment. Contractor will provide new manufacture of F100 fuel nozzle spare parts. Work will be performed at East Hartford, Connecticut, and is expected to be complete by Aug. 30, 2017. This award is the result of a sole-source acquisition. Fiscal 2015 consolidated sustainment activity group funds in the amount of $7,108,334 are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (N00383-12-G-001M-BZ50).

DEFENSE LOGISTICS AGENCY

Aviall Services Inc., Dallas, Texas, has been awarded a maximum $809,660,481 modification (P00015) to a one-year base contract (SPE4AX-13-D-9427) with four one-year options, in support of the J85 program. This is a firm-fixed-price, indefinite-quantity contract. This contract is in its first option year period, which ends Sept. 29, 2015, and the additional money will cover the current option year period and remaining three-year option periods. Location of performance is Texas, with a Sept. 29, 2018, performance completion date. Using military services are Air Force and Navy. Type of appropriation is fiscal 2015 through fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia.

Raytheon Co., Waltham, Massachusetts, has been awarded a maximum $495,600,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for depot-level repairables and consumable spare parts. This was a sole source acquisition using justification 10 U.S. Code 2304(c)(1). This is a three-year base contract with one three-year option period. Location of performance is Massachusetts, with a Sept. 27, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2015 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-15-D-0017).

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a maximum $9,276,427 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for high-frequency radio spare parts. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). This is a five-year contract with no option periods. Location of performance is Iowa, with a Sept. 28, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2015 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-15-D-0008).

Accent Controls Inc.,** Riverside, Missouri, has been awarded a maximum $6,870,962 modification (P00012) exercising the first one-year option period of a one-year base contract (SP3300-14-C-5005) with four one-year option periods for warehouse and distribution operations. This is a fixed-price-incentive-firm contract with cost reimbursement line items. Locations of performance are Missouri and Florida, with a Sept. 30, 2016, performance completion date. Using agency is Defense Logistics Agency. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania.

ARMY

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $358,000,000 firm-fixed-price undefinitized foreign military sales contract (Morocco) for conversion of 150 M1A1 vehicles to the M1A1 situational awareness configuration.  Work will be performed in Lima, Ohio, with an estimated completion date of Feb. 28, 2018.  One bid was solicited with one received.  Fiscal 2010 other procurement funds in the amount of $11,975,143 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0232).

KDH Defense Systems,* Eden, North Carolina (W91CRB-15-D-0035); WS Darley,*Janesville, Iowa (W91CRB-15-D-0036); and Quantico Tactical,* Aberdeen, North Carolina (W91CRB-15-D-0037), were awarded a $50,340,096 firm-fixed-price, multi-year, indefinite-delivery/indefinite-quantity multiple award task order contract for a shared maximum of 19,050 ultra-low visibility concealable body armor systems. Awardees will compete up to the maximum quantity.  Bids were solicited via the Internet with 12 received.  Funding and work location will be determined with each order. Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

Fourth Dimension Engineering,* Columbia, Maryland (W911QX-15-D-0028); Applied Research Associates, Albuquerque, New Mexico (W911QX-15-D-0029); and Booz Allen Hamilton, McLean, Virginia (W911QX-15-D-0030), were awarded a $49,701,849 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity multiple award task order contract for persistent surveillance, intelligence, surveillance and reconnaissance mechanical and electro-mechanical design, fabrication, assembly, test/evaluation and documentation efforts.  Bids were solicited via the Internet with three received.  Funding and work location will be determined with each order.  Army Contracting Command, Adelphi, Maryland, is the contracting activity.

Metrova Federal LLC, Cabot, Arkansas, was awarded a $45,000,000 firm-fixed-price contract for cyberspace and electronic warfare support.  Bids were solicited via the Internet with nine received.  Funding and work location will be determined with each order.  Army Contracting Command, Ft. Gordon, Georgia, is the contracting activity (W91249-15-D-0006).

KIRA, Boulder, Colorado, was awarded a $39,121,184 cost-plus-fixed-fee contract for base operations and maintenance, Ft. Carson, Colorado, with an estimated completion date of March 29, 2016.  One bid was solicited with one received. Funding will be determined with each order.  Army Contracting Command, Ft. Carson, Colorado, is the contracting activity (W911RZ-15-D-0007).

Head Inc./Diaz JV was awarded a $31,346,816 firm-fixed-price contract to repair/replace Taxiway Alpha, Dyess Air Force Base, Texas, with an estimated completion date of June 1, 2017.  Bids were solicited via the Internet with four received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $31,346,816 were obligated at the time of the award. Army Corps of Engineers, Ft. Worth, Texas, is the contracting activity (W9126G-15-C-0253).

Raytheon IDS, Andover, Massachusetts, was awarded a $26,906,288 firm-fixed-price undefinitized contract for combined crypto modernization Phase 1 and spares supporting the Patriot system.  Work will be performed in Garden Grove, California; Glendale, California; Inglewood, California; Valencia, California; Danbury, Connecticut; Wallingford, Connecticut; Hayden Lake, Idaho; Jefferson, Kentucky; Andover, Massachusetts; Attleboro, Massachusetts; Boston, Massachusetts; Brockton, Massachusetts; Chelsea, Massachusetts; Foxboro, Massachusetts; Holyoke, Massachusetts; North Reading, Massachusetts; Saugus, Massachusetts; Nashua, New Hampshire; Andover, Massachusetts; Endicott, New Jersey; Lancaster, New Jersey; Exton, Pennsylvania; Warwick, Rhode Island; Sampsonville, South Carolina; and Allen, Texas, with an estimated completion date of Oct. 31, 2017.  One bid was solicited with one received.  Fiscal 2014 and 2015 other procurement funds in the amount of $6,226,000 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama. is the contracting activity (W31P4Q-15-C-0153).

John S. Meek Co. Inc.,* was awarded a $20,292,931 firm-fixed-price contract with options improvements to the Lomas De Yorbe-Sur Levee, Yorba Linda, California, with an estimated completion date of May 19, 2017.  Bids were solicited via the Internet with four received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $20,292,931 were obligated at the time of the award.  Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-15-C-0026).

Lockheed Martin Missile and Fire Control, Orlando, Florida, was awarded a $18,088,906 firm-fixed-price indefinite-delivery/indefinite-quantity contract for field service representative support of the sensor components of the AH-64D/E Apache system, with an estimated completion date of Dec. 31, 2019.  One bid was solicited with one received. Funding and work location will be determined with each order. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-D-0002).

BCP Construction of Hawaii Inc.,* Kapolei, Hawaii, was awarded a $15,186,981 firm-fixed-price contract with options for construction and renovation of the jet engine shop for the Hawaii Air National Guard, Joint Base Pearl Harbor-Hickam, Hawaii, with an estimated completion date of March 21, 2017.  Bids were solicited via the Internet with four received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $15,186,981 were obligated at the time of the award. National Guard Bureau, Honolulu, Hawaii, is the contracting activity (W912J6-15-C-0001).

Odyssey International Inc.,* Lititz, Pennsylvania, was awarded a $14,674,643 firm-fixed-price contract for a component rebuild facility addition at Letterkenny Army Depot.  Work will be performed in Chambersburg, Pennsylvania, with an estimated completion date of Feb. 9, 2017.  Bids were solicited via the Internet with eight received.  Fiscal 2015 military construction funds in the amount of $14,674,643 were obligated at the time of the award.  Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-15-C-0038).

SMR Construction Inc.,* Richardson, Texas, was awarded a $14,114,333 firm-fixed-price contract for construction of an Armed Forces Reserve Center addition.  Work will be performed in Ft. Worth, Texas, with an estimated completion date of Sept. 28, 2017.  Bids were solicited via the Internet with three received.  Fiscal 2014 military construction funds in the amount of $12,200,000; and fiscal 2011 military construction funds in the amount of $1,914,333, were obligated at the time of the award.  Army National Guard Bureau, Austin, Texas, is the contracting activity (W912L1-15-C-0023).

American Registry of Pathology, Rockville, Maryland, was awarded a $13,798,709 cost contract for non-personal service for professional, scientific, technical, administrative personnel to conduct forensic pathology, DNA analysis, and forensic toxicology.  Work will be performed in Dover, Delaware, with an estimated completion date of June 29, 2016.  Bids were solicited via the Internet with one received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $8,560,277 were obligated at the time of the award.  Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity (W81XWH-15-C-0154).

DRS Environmental Systems Inc., Florence, Kentucky, was awarded a $12,726,485 modification (P0001) to contract (W911QY-15-D-0020) for a multi-temperature refrigerated container system.  Work location and funding will be determined with each order, with an estimated completion date of Sept. 30, 2017.  Army Contracting Command, Natick, Massachusetts, is the contracting activity.

Andritz Hydro Corp., Charlotte, North Carolina, was awarded a $10,134,589 firm-fixed-price contract for the contractor to disassemble Dworshak Dam Powerhouse main generator unit number 3; provide and install a new stator core and stator winding for the generator; reassemble the unit; and commission the unit.  Work will be performed in Ahsahka, Idaho, with an estimated completion date of Sept. 1, 2017.  Bids were solicited via the Internet with five received.  Fiscal 2015 other funds in the amount of $5,000 were obligated at the time of the award.  Army Corps of Engineers, Walla Walla, Washington, is the contracting activity (W912EF-15-C-0031).

Tri Vet Contractors,* Pine Grove, Pennsylvania (W912KC-15-D-0001); Arthur Funk & Sons Inc.,* Lebanon, Pennsylvania (W912KC-15-D-0002); Clark Contractors Inc.,* Bedford, Pennsylvania (W912KC-15-D-0003); Marteen Inc., Ocilla, Georgia (W912KC-15-D-0004); Senate Builders and Construction Managers, East Norrition, Pennsylvania (W912KC-15-D-0005); RLS Construction Group,* Mechanicsburg, Pennsylvania (W912KC-15-D-0006); Miller Brothers,* Schuylkill Haven, Pennsylvania (W912KC-15-D-0007); Nu-Comfort doing business as E.B. Williams,* Willow Grove, Pennsylvania (W912KC-15-D-0008); E.L. Ames Inc. doing business as R.J. Ortlieb Construction Co.,* Baldwinsville, New York (W912KC-15-D-0009); Reilly Construction Inc.,* Wrightstown, New Jersey (W912KC-15-D-0010); Mare Solutions Inc.,* Pittsburgh, Pennsylvania (W912KC-15-D-0011); Shaka, Inc.,* Jeannette, Pennsylvania (W912KC-15-D-0012); S.J. Thomas Company Inc.,* Lansdowne, Pennsylvania (W912KC-15-D-0013); Haris Design & Construction Co.,* Germantown, Maryland (W912KC-15-D-0014); G. Adams Restoration LLC,* Philadelphia, Pennsylvania (W912KC-15-D-0015); Magnum Inc.,* Warminster, Pennsylvania (W912KC-15-D-0016); Northwind Engineering LLC,* Shelocta, Pennsylvania (W912KC-15-D-0017); Tidewater Inc.,* Elkridge, Maryland (W912KC-15-D-0018); Addvetco Inc.,* Bethel Park, Pennsylvania (W912KC-15-D-0019); Spartan Construction Services Inc.,* Beaver Falls, Pennsylvania (W912KC-15-D-0020); Benaka Inc.,* Brunswick, New Jersey (W912KC-15-D-0021); Consolidated Building Maintenance LLC,* Frederick, Maryland (9W912KC-15-D-0022); Fidelis Design and Construction LLC,* Bridgeport, Pennsylvania (W912KC-15-D-0023); Puente Construction Enterprises Inc.,* Woodbury, New Jersey (W912KC-15-D-0024); Sheela Inc.,* Wrightstown, New Jersey (W912KC-15-D-0025); Dawn Inc.,* Warren, Ohio (W912KC-15-D-0026); and Aviman Management LLC,* Wilmington, Delaware (W912KC-15-D-0027), will share in an awarded $10,000,000 firm-fixed-price contract for multiple construction types to include heavy, highway, infrastructure, and building for the state of Pennsylvania.  Each of the 27 contractors has the potential for the $10,000,000 accumulative contracts over the five-year life of the base contract. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 21, 2020.  Bids were solicited via the Internet with 27 received.  Army National Guard Bureau, Annville, Pennsylvania, is the contracting activity.

Rising Sun Developing Co.,* Lexington, Kentucky, was awarded a $9,877,000 firm-fixed-price contract to construct a new alternative school in Martin, Kentucky, with an estimated completion date of March 30, 2018.  Bids were solicited via the Internet with three received.  Fiscal 2015 other procurement funds in the amount of $9,877,000 were obligated at the time of the award.  Army Corps of Engineers, Huntington, West Virginia, is the contracting activity (W91237-15-C-0007).

Weeks Marine Inc., Covington, Louisiana, was awarded a $6,521,000 firm-fixed-price contract for maintenance dredging of the Brazos Island Harbor jetty channel and option for Brazos Island Harbor entrance channel.  Work will be performed at San Padre Island, Texas, with an estimated completion date of Feb. 12, 2016.  Bids were solicited via the Internet with two received.  Fiscal 2014 and 2015 other procurement funds in the amount of $6,521,000 were obligated at the time of the award. Army Corps of Engineers is the contracting activity (W9126G-15-C-0250).

NAVY

Sodexo Management Inc., Gaithersburg, Maryland, is being awarded $113,436,464 for modification P00062 under previously awarded fixed-price, incentive and award-fee provisions contract (M00027-11-C-0003) to exercise an option extending the length of the contract for an additional year, and increasing the basic value of the contract to the new total of $628,847,580.  This contract provides food service at all east coast continental Marine Corps bases and stations.  Work will be performed in Camp Lejeune, North Carolina (50.15 percent); Parris Island, South Carolina (33.44 percent); Quantico, Virginia (6.87 percent); Cherry Point, North Carolina (5.04 percent); Beaufort, South Carolina (2.3 percent); Washington, District of Columbia (1.29 percent); Norfolk, Virginia (0.78 percent); and Bogue, North Carolina (0.13 percent), and work is expected to be completed Sept. 20, 2016.  No funds are being obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  Headquarters Marine Corps, Installation and Logistics, Arlington, Virginia, is the contracting activity.

Sodexo Management Inc., Gaithersburg, Maryland, is being awarded $107,719,117 for modification P00053 under previously awarded fixed-price, incentive and award-fee provisions contract (M00027-11-C-0001) to exercise an option extending the length for an additional year and increasing the basic value of the contract to the new total of $545,406,551.  This contract provides food service at all west coast continental Marine Corps bases and stations.  Work will be performed in Camp Pendleton, California (49.45 percent); San Diego, California (21.21 percent); Twentynine Palms, California (16.14 percent); Miramar, California (6.38 percent); Yuma, Arizona (5.11 percent); and Bridgeport, California (1.71 percent), and work is expected to be completed Sept. 30, 2016.  No funds are being obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  Headquarters Marine Corps, Installation and Logistics, Arlington, Virginia, is the contracting activity.

H&S Environmental Inc.,* Westborough, Massachusetts (N40085-15-D-0098); Watermark Environmental Inc.,* Lowell, Massachusetts (N40085-15-D-0099); Osage of Virginia,* Norfolk, Virginia (N40085-15-D-0100); NOREAS-CB&I JV,* Irvine, California (N40085-15-D-0101); and Tidewater-Sovereign Consulting JV,* Elkridge, Maryland (N40085-15-D-0102), are each being awarded an indefinite-delivery/indefinite-quantity multiple award contract for environmental services and implementation of remedial actions for projects primarily within the Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all five contracts combined is $80,000,000.  The work to be performed provides for remedial action operation services for environmental restoration sites such as removal actions, expedited cleanup actions, landfill maintenance and repair, above ground storage tanks/underground storage tanks removal and/or replacement, building decontamination and demolition, asbestos/lead/mold abatement, navigational and remedial dredging, repair/replacement of natural resource/erosion controls, and other related activities associated with returning sites to safe and acceptable levels of contamination.  H&S Environmental Inc. is being awarded task order 0001 at $107,990 to perform four semi-annual rounds of groundwater long term monitoring at Joint Expeditionary Base Little Creek-Fort Story, Norfolk, Virginia.  Work for this task order is expected to be completed by September 2018.  All work on this contract will be performed primarily within the NAVFAC Mid-Atlantic AOR which includes Virginia (40 percent); North Carolina (30 percent); South Carolina (20 percent); and Georgia (10 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of September 2020.  Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $127,990 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by operation and maintenance (Navy).  This contract was competitively procured via the Navy Electronic Commerce Online website, with 13 proposals received.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

U.S. Marine Management Inc., Norfolk, Virginia, is being awarded a $49,155,636 modification under a previously awarded firm-fixed-price contract (N00033-09-C-2504) to exercise two 183-day award term option periods for the operation and maintenance of six Navy Oceanographic Survey Ships (T-AGS).  These ships operate worldwide and support the Naval Oceanographic Office performing acoustic, biological, physical, and geophysical surveys, providing much of the U.S. military’s information on the ocean environment.  Work will be performed worldwide and is expected to be completed by Sept. 30, 2016.  Navy working capital funds in the amount of $49,155,636 are obligated for fiscal 2016 and will not expire at the end of that fiscal year.  The Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-09-C-2504).

Hourigan-Sundt JV, Tempe, Arizona, is being awarded a $35,730,775 firm-fixed-price contract for construction of an explosive ordnance disposal (EOD) consolidated operations facility at Joint Expeditionary Base Little Creek-Fort Story.  The work to be performed provides for construction of a complex of facilities for operations, logistics, storage and administrative support.  The project includes renovations to Building 1618, a one-story addition to Building 1625, a new two-story operations facility and one-story logistic supply warehouse.  The contract also contains three unexercised options which, if exercised, would increase the cumulative contract value to $43,368,678.  Work will be performed in Virginia Beach, Virginia, and is expected to be completed by December 2019.  Fiscal 2011 and 2015 military construction, (Navy) contract funds in the amount of $35,730,775 are obligated on this award, of which $17,585,447 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 19 proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-C-0011).

Hornbeck Offshore Operators LLC, Covington, Louisiana, is being awarded a $26,615,520 modification under a previously awarded firm-fixed-price contract (N62387-15-C-2507) to exercise a one-year option period for the operation and maintenance of four blocking vessels.  The contract includes a 215-day base period, nine one-year option periods and one 150-day option period.  The cumulative value of this contract when option one is exercised will be $44,159,520.  Work will be performed at sea worldwide, and is expected to be completed by Sept. 30, 2016.  Subject to availability, fiscal 2016 operations and maintenance contract funds in the amount of $26,615,520 are being obligated at the time of award, and will not expire at the end of the current fiscal year. This contract was issued on an other than full and open competition basis in accordance with Federal Acquisition Regulation, Sec 6.303.   Military Sealift Command, Washington, District of Columbia, is the contracting activity.

Korte Construction Co., St. Louis, Missouri, is being awarded a $23,323,037 firm-fixed-price contract for renovation of the Naval Branch Health Clinic (NBHC), Building 1028, at Naval Submarine Base Kings Bay.  The work to be performed provides for the restoration and modernization of NBHC Kings Bay and includes repair and minor construction.  Upon completion, NBHC Kings Bay will be as new, configured more efficiently, and able to more effectively deliver care under the medical homeport model. Work will be performed in Kings Bay, Georgia, and is expected to be completed by March 2018.  Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $23,323,037 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with 14 proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-15-C-5009).

United Technologies Corp., Pratt & Whitney, East Hartford, Connecticut, is being awarded $19,802,025 for task order M801 to a previously awarded indefinite-delivery/indefinite-quantity contract (N00014-09-D-0821) in support of Variable Cycle Advanced Technology Phase II Technology Development.  This effort will outline the activities required to mature a variable area turbine technology to technology readiness level five in support of future carrier-based tactical aircraft, intelligence, surveillance, and reconnaissance naval aviation systems.  Work will be performed at East Hartford, Connecticut, and is expected to be completed by September 2019.  Fiscal 2015 research, development, testing and evaluation (Navy) funds in the amount of $600,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded $19,750,042 for delivery order 0384 against a previously issued basic ordering agreement (N00019-11-G-0001) for engineering and logistics support services to improve readiness, expand Interactive Electronic Technical Manual/Structural Repair Manual work packages, and maintenance planning for the F/A-18 and E/A-18G aircraft.  Work will be performed in St. Louis, Missouri, and is expected to be completed in September 2016.  Fiscal 2015 operations and maintenance (Navy) funds in the amount of $17,175,177 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.

Arnold Defense and Electronics, Arnold, Missouri, is being awarded an $18,841,330 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for 2.75-inch rocket launchers and/or launcher subcomponents.  Types of current launchers and sub-components that may be ordered by delivery orders under this contract will include one or more of the following: seven-tube 2.75-inch rocket launchers; 19-tube 2.75-inch rocket launchers, and any launcher subcomponent.  The launcher variant and sub-components shall be defined in the individual delivery orders.  Work will be performed in Arnold, Missouri, and is expected to be completed by September 2016.  Fiscal 2013 procurement of ammunition (Navy, Marine Corps and Air Force) funding in the amount of $4,511,334 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 only one proposal received.  The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-15-D-0012).

Logos Technologies, Fairfax, Virginia, is being awarded an $18,245,842 cost-plus-fixed-fee contract.  The contract is for the spectral wide area airborne surveillance, inspection, and fusion technology.  The contractor will develop and integrate four significant sensing capabilities (electoral optical, wide area imager, and short wave infrared hyper spectral imager, inspection sensor) into one payload that conforms to the size, weight, and power limitations of the small tactical unmanned aircraft system platform.  The resulting payload will have a wide area sensing capability to enable situational understanding across wide across wide areas; a wide area spectral information collection capability based on a novel multi-slit interferometer design; and a higher resolution inspection sensor for object of interest confirmation. The contractor will develop a payload management system that can control and point the individual sensors and enable the movement and storage of as much as a gigabyte of data per second. The contractor will also adapt and mature a wide range of processing algorithms including scene rendering, geo-location, real time spectral processing, moving object signature extraction, object tracking and condition of interest recognition.  Work will be performed in Fairfax, Virginia, and is expected to be completed March 27, 2020. Fiscal 2014 research, development, test and evaluation (Navy) funds in the amount of $251,891; and fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $2,020,648 are being obligated at this time. Funds in the amount of $251,891 will expire at end of current fiscal year.  This contract was competitively procured under broad agency announcement 13- 018, entitled “Spectral and Reconnaissance Imagery for Tactical Exploitation,” and dated June 28, 2013.  Ten proposals were received in response to the solicitation.  The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-15-C- 0120).

Northrop Grumman, Annapolis, Maryland, is being awarded $18,037,106 for a delivery order under a previously awarded contract (N61331-15-D-0011) for the procurement of field upgradeable kits and fleet support for conversion of the AN/AQS-24A systems to the AN/AQS-24B configuration in support of the Airborne Mine Countermeasure Systems program.  Work will be performed in Annapolis, Maryland, and is expected to be completed by April 2017.  Fiscal 2015 other procurement (Navy) funding in the amount of $18,037,106 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Surface Warfare Center-Panama City Division, Panama City, Florida, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $15,172,697 firm-fixed-price indefinite-delivery/indefinite-quantity contract for repair and sustainment services in support of the High-Speed Anti-Radiation Missile (HARM) for the Navy, Air Force and the governments of Germany, Italy, Spain, Turkey, Korea, Greece and the United Arab Emirates.  Services to be provided include repair, modification, calibration, test, certification and/or evaluation of the HARM missiles, missile sections, assemblies, subassemblies, and related equipment, as well as related technical data.  Work will be performed in Tucson, Arizona, and is expected to be completed by February 2017.  No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302(a)(2)(ii).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-15-D-0034).

Sauer Inc., Jacksonville, Florida, is being awarded a $12,475,000 firm-fixed-price contract for demolition of the central steam system at Naval Station Great Lakes.  The work to be performed provides for work specific to the demolition operations of the steam distribution system on base, including Building B11 with ancillary structures and satellite buildings B3000, B3217, and B3511.  Included in the request for proposal, high voltage shops in Building 811 will be moved to a new space in Building 11 after Building 811 is demolished.  Work will be performed in Great Lakes, Illinois, and is expected to be completed by January 2018.  Fiscal 2012 military construction (Navy) contract funds in the amount of $12,475,000 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 three proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-C-8706).

Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded an $11,688,668 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0004) for the procurement of kits required to complete an engineering change proposal to upgrade E-6B Mercury workstations.  This modification provides for the procurement of six prototype kits for the development lab; one kit each for validation/verification on two separate E-6B aircraft; one workstation kit for the Systems Integration Lab; and 13 workstations for aircraft number 8 under the production contract.  Additionally, the workstation upgrade will include one workstation kit for the Mission Avionics System Trainer (MAST) I and one workstation kit for the MAST II.  The weapon systems trainer will be upgraded for software.  In addition, this modification provides for upgrade of all courseware to include differences, operator, and maintenance training to reflect the workstation upgrade. The software licenses for the software upgrades, associated with this effort, are also being procured.  Work will be performed in Richardson, Texas (93 percent); Oklahoma City, Oklahoma (5 percent); and Binghamton, New York (2 percent), and is expected to be completed in December 2017.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $11,688,668 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.

United Technologies Corp., Pratt & Whitney, East Hartford, Connecticut, is being awarded $11,649,573 for task order M803 to a previously awarded indefinite-delivery/indefinite-quantity contract (N00014-09-D-0821) in support of the Variable Cycle Advanced Technology Phase II technology development.  This effort will outline the activities required to mature a critical coating technology in support of future carrier-based tactical aircraft, intelligence, surveillance, and reconnaissance naval aviation systems.  Work will be performed in East Hartford, Connecticut, and is expected to be completed by September 2019.  Fiscal 2015 research, development, testing and evaluation (Navy) funds in the amount of $30,753 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.

United Technologies Corp., Pratt & Whitney, East Hartford, Connecticut, is being awarded $11,636,799 for task order M802 to a previously awarded indefinite-delivery/indefinite-quantity contract (N00014-09-D-0821) in support of Variable Cycle Advanced Technology Phase II technology development.  This effort will outline the activities required to mature adaptive controls to technology readiness level five in support of future carrier-based tactical aircraft, intelligence, surveillance, and reconnaissance naval aviation systems.  Work will be performed at East Hartford, Connecticut, and is expected to be completed by September 2019.  Fiscal 2015 research, development, testing and evaluation (Navy) funds in the amount of $1,589,296 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.

Coffman Specialties Inc., San Diego, California, is being awarded $11,455,000 for firm-fixed-price task order 0009 under a previously awarded multiple award construction contract (N62473-14-D-0044) to repair Runway 12/30 at Naval Air Facility El Centro.  Repairs include full depth runway reconstruction, repair of asphalt shoulders, demolition, and restriping of pavement markings.  Asphalt concrete pavements and aggregate base material will be demolished, crushed, and recycled.  The project will also reduce current foreign object debris hazards from both the shoulders and runway, and eliminate structural failures on the runway.  The task order also contains two unexercised options, which if exercised would increase cumulative task order value to $18,565,000.  Work will be performed in El Centro, California, and is expected to be completed by March 2017.  Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $11,455,000 are obligated on this award and will expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

United Technologies Corp., Pratt & Whitney, East Hartford, Connecticut, is being awarded $11,203,693 for task order M804 to a previously awarded indefinite-delivery/indefinite-quantity contract (N00014-09-D-0821) in support of the Variable Cycle Advanced Technology Phase II technology development.  This effort will outline the activities required to progress the technology readiness level of an advanced molybdenum-based alloy via combustor arc sector testing in support of future carrier-based tactical aircraft, intelligence, surveillance, and reconnaissance naval aviation systems.  Work will be performed in East Hartford, Connecticut, and is expected to be completed by September 2019.  Fiscal 2015 research, development, testing and evaluation (Navy) funds in the amount of $30,753 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 Co., Integrated Defense Systems, Sudbury, Massachusetts, is being awarded a $7,434,750 modification to previously awarded contract (N00024-14-C-5315) for engineering services in support of the Air and Missile Defense Radar (S-Band).  Support services to include research, development, testing, and evaluation efforts in support of technology insertion, excursion studies, and design upgrades; and engineering support services to the government for suite and combat system integration.  Work will be performed in Sudbury, Massachusetts, and is expected to be completed by September 2016.  Fiscal 2015 research, development, testing and evaluation (Navy) funding in the amount of $712,000 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.

The Boeing Co., Seattle, Washington, is being awarded a $7,000,728 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0112) for the correction of aircrew training device discrepancies in support of the P-8A Program.  Work will be performed in St. Louis, Missouri, and is expected to be completed in December 2017.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $7,000,728 will be obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

Raytheon Co., Space and Airborne Systems, El Segundo Blvd., El Segundo, California, is being awarded a $6,859,675 cost-plus-fixed-fee contract for the Naval Radar and Algorithm Upgrade Phase I program.  The Office of Naval Research is interested in improving the operational performance of Navy radars for the purpose of maritime, littoral and overland asymmetric and classical threat scenarios. Areas of radar technology advancements include incorporating electronic protection, synthetic aperture radar, inverse synthetic radar, ground moving target indication, maritime moving target indication, littoral and maritime surveillance.  These upgrades to various naval radars will demonstrate multi-source surveillance capabilities in support of surface and aerospace surveillance technologies to transition to the warfighter.  Work will be performed in El Segundo, California, and is expected to be completed by Sept. 27, 2017.  Fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $1,495,000 will be obligated at the time of award.  Funds will not expire at end of current fiscal year.  This contract was competitively procured under Office of Naval Research broad agency announcement (BAA) 15-001.  Since proposals will be received throughout the year under the long-range BAA, the number of proposals received in response to the solicitation is unknown.  The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-15-C-5034).

MISSILE DEFENSE AGENCY

Frontier Technology Inc., Goleta, California, is being awarded an indefinite-delivery/indefinite-quantity contract with a ceiling of $49,919,437.  This contract will support the Navy’s adaptation and application of a comprehensive suite of computer automated tools for real time data analysis that produces actionable information to optimize readiness and life cycle cost including failure prediction and pre-placement of maintenance solutions.  Future technology improvements acquired through the Navy’s investment will be incorporated into the existing Missile Defense Agency suite of tools.  The estimated ordering period is from Sept. 25, 2015, through Sept. 24, 2018. A task order in the amount of $10,219,163 including options is being issued. The work will be performed in Beavercreek, Ohio; and Goleta, California. Navy fiscal 2015 operations and maintenance funds in the amount of $5,528,495 are being obligated on this award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-15-D-7007).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Northrop Grumman Systems Corp., Redondo Beach, California has been awarded a $22,028,188 cost-plus-fixed-fee contract for a research project under the 100 Gb/s RF backbone (100G) Phase 2 program.  Building on work that was performed under Phase 1 of the program, the contractor will develop and test an integrated prototype airborne datalink system that leverages state-of-the-art advances in high-order modulation, spatial multiplexing, and other power and spectral efficiency technologies to achieve program goals. Fiscal 2015 research and development funds in the amount of $8,771,476 are being obligated at the time of award. Work will be performed in Redondo Beach, California (52.5%); Rancho Cucamonga, California (29.9%); Los Angeles, California (15.1%); and Mojave, California (2.5%) with an estimated completion date of March 2017. DARPA, Arlington, Virginia, is the contracting activity (HR0011-15-C-0135).

*Small business
**Woman-owned small business
Photo: en.wikipedia.org

DoD Contracts: United Launch Services LLC Awarded $882M for Delta IV Launch Vehicles

$
0
0

AIR FORCEDelta_IV_Medium_Rocket_DSCS

United Launch Services LLC, Littleton, Colorado, has been awarded an $882,095,707 modification (P00103) to previously awarded contract FA8811-13-C-0003 for fiscal 2016 Evolved Expendable Launch Vehicle launch capability for the Delta IV and Atlas V families of launch vehicles. Contractor services will include launch capability, mission integration, base and range support, maintenance commodities, Delta depreciation, and Atlas depreciation, and provides for mission assurance, program management, systems engineering, integration of the space vehicle with the launch vehicle, launch site and range operations, and launch infrastructure maintenance and sustainment. Work will be performed at Littleton, Colorado; Vandenberg Air Force Base, California; and Cape Canaveral Air Station, Florida, and is expected to be complete by Sept. 30, 2016. Fiscal 2015 missile procurement funds in the amount of $301,900,618 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Lockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded a $51,867,637 modification (P00307) to previously awarded contract FA8625-11-C-6597 for C-130J readiness spares packages, support equipment, and initial spares. Work will be performed at Marietta, Georgia, and is expected to be complete by Sept. 30, 2017. This contract involves foreign military sales. Fiscal 2013, 2014 and 2015 aircraft procurement funds in the amount of $51,867,637 are being obligated at the time of award. Air Force Life Cycle management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Universal Technology Corp., Dayton, Ohio, has been awarded a $49,000,000 indefinite-delivery/indefinite-quantity contract for research and development. Contractor will identify further unique technical approaches to accomplish the invention, advancement, and transition of emerging, novel and innovative nondestructive evaluation/inspection, material state awareness, and structural health monitoring technologies. Work will be performed at Dayton, Ohio, and is expected to be complete by Sept. 30, 2022. This award is the result of a competitive acquisition with one offer received. Fiscal 2015 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 Air Force Base, Ohio, is the contracting activity (FA8650-15-C-5231).

Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a $47,103,202 modification (P00050) to previously awarded contract FA8810-13-C-0002 for fiscal 2016 contractor logistics support. Contractor will provide on-orbit sustainment and infrastructure support, and failure review board (FRB) anomaly resolution. Contractor will also provide factory geosynchronous earth orbit spacecraft and space-based infrared system highly elliptical orbit sensor support, and FRB for on-orbit anomaly resolution. Additionally, this contract provides for interim contractor support to sustain the factory facilities and equipment. Work will be performed at Sunnyvale, California; and Azusa, California, and is expected to be complete by Sept. 30, 2016. Fiscal 2015 operations and maintenance funds in the amount of $454,904 are being obligated at the time of award. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity.

Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a $38,133,827 modification (P00054) to previously awarded contract FA8810-13-C-0002 for Space-Based Infrared System contractor logistics support and legacy sustainment baseline system studies. Contractor will provide studies are directed in response to deficiencies, failures, or evolving requirements, changes in external user data needs or interfaces, or changes in technology.  Also, the system modifications are directed to implement system or facility modifications, changes to operational procedures or system configurations in response to deficiencies, failures, evolving requirements, changes in external user data needs or interfaces, or changing technology. Studies and modifications are required for continued support for operations, maintenance, and sustainment for the operational Space-Based Infrared System ground systems assets. Work will be performed at Colorado Springs, Colorado; Boulder, Colorado; and Greeley, Colorado, and is expected to be complete by Sept, 30, 2016 . Fiscal 2015 operations and maintenance funds in the amount of $38,133,827 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

L3 Communications Corp., Link Simulation and Training Division, Arlington, Texas, has been awarded a $13,587,761 firm-fixed-price modification (P00124) to previously awarded contract FA8621-09-C-6292. Contractor will provide Mission Package 15 standards and system configuration working group enhancements for the F-16 mission training center. Work will be performed at Arlington, Texas, and is expected to be complete by Sept. 30, 2017.  Fiscal 2015 operations and maintenance funds in the amount of $13,587,761 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

InDyne Inc., Reston, Virginia, has been awarded a $10,270,285 modification (P00149) to exercise the option on previously awarded contract FA2521-08-C-0006 for 45th Space Wing sustainment. Work will be performed at Patrick Air Force Base, Florida, and is expected to be complete by Jan. 31, 2016. No funds are being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity.

KMK Construction Inc., Eliot, Maine, has been awarded a not-to-exceed $10,000,000 firm-fixed-price, single award, indefinite-delivery/indefinite-quantity contract for the Hanscom Air Force Base simplified acquisition of base engineering requirements. Contractor will provide all management, labor, material, equipment, transportation, supervision, and minor designs to accomplish simultaneous maintenance, repairs, and minor construction work on real property. Work will be performed at Hanscom Air Force Base, Massachusetts; Hamilton, Massachusetts; Humarock, Massachusetts; and Cape Cod Air Force Station, Massachusetts, and is expected to be complete by Sept. 28, 2020. This award is the result of a competitive acquisition with three offers received. Fiscal 2015 operations and maintenance funds in the amount of $2,500 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA2835-15-D-0007).

Lockheed Martin Corp., Mission Systems and Training, Orlando, Florida, has been awarded a $9,578,707 modification (P00062) to previously awarded contract FA8621-11-C-6288. Contractor will provide a cockpit procedures trainer (CPT) technical solution that is based on a Lockheed Martin training product platform, modified with an existing Air Force C-130J configuration and augmented with tactile panels. Contractor will provide spares to maintain the CPT at four locations. Work will be performed at Joint Reserve Base Fort Worth, Texas; Marine Corps Air Station (MCAS) Cherry Point, North Carolina; MCAS Miramar, California; and MCAS Iwakuni, Japan, and is expected to be complete by Jan. 31, 2018. Fiscal 2013, 2014 and 2015 Navy and National Guard procurement funds in the amount of $9,578,707 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.

Analytical Graphics Inc., Exton, Pennsylvania, has been awarded an $8,426,064 firm-fixed-price contract for commercial space operations center subscription service. Contractor will provide commercial space observation and analysis capabilities. Work will be performed at Schriever Air Force Base, Colorado, and is expected to be complete by July 30, 2016. This award is the result of a sole-source acquisition. Fiscal 2015 operations and maintenance funds in the amount of $8,426,064 are being obligated at the time of award. The 50th Contracting Squadron, Schriever Air Force Base, Colorado, is the contracting activity (FA2550-15-C-8006).

Northrop Grumman Technical Services, Herndon, Virginia, has been awarded an $8,106,421 delivery order (21) on modification (0035) to previously awarded contract FA8106-10-D-0001 for contractor logistic support for materials in support of the KC-10 program. Work will be performed worldwide to include McGuire Air Force Base, New Jersey; Travis Air Force Base, California; Hickam Air Force Base, Hawaii; Yakota Air Base, Japan; 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 $8,106,421.46 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Lockheed Martin Mission Systems and Training, Orlando, Florida, has been awarded a $7,893,900 modification (P00063) to previously awarded contract FA8223-11-C-0001 for C-130 aircrew training systems aircrew training device (ATD) computer rehost effort. Contractor will provide procurement, installation, integration, test, and documentation of a replacement for the existing ATD host computers due to obsolescence of the existing system. Work will be performed at Little Rock Air Force Base, Arkansas; Dobbins Air Reserve Base, Georgia; Joint Base Lewis-McChord, Washington; and Minneapolis Air National Guard Base, Minnesota, and is expected to be complete by May 1, 2018. Fiscal 2015 operations and maintenance funds in the amount of $7,893,900 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Honu’apu-Cadence JV LLC, Honolulu, Hawaii, has been awarded a $7,280,000 indefinite-delivery/indefinite-quantity contract. Contractor will provide complete, minor construction projects encompassing a broad range of maintenance, repair, and construction work on real property located at Joint Base Andrews, Maryland, to include its Davidsonville and Brandywine communication sites. Work will be performed at Joint Base Andrews, Maryland, and is expected to be complete by Sept. 27, 2016. This award is the result of a competitive acquisition with eight offers received. Fiscal 2015 operations and maintenance funds in the amount of $199,135 are being obligated at the time of award. The 11th Contracting Squadron, Joint Base Andrews, Maryland, is the contracting activity (FA2860-15-D-0002).

Systems & Technology Research, Woburn, Massachusetts, has been awarded a $7,247,502 cost-plus-fixed-fee contract for research and development. Contractor will work to dramatically improve the ability to detect and geolocate high frequency emitters. The previous phase, Phase 1, of the program addressed technical innovations to accomplish this objective including the ability to accurately resolve multiple angles-of-arrival and polarization states through novel antenna concepts, the ability to enhance signal-to-noise ratio and signal detection through the use of multi-dimensional adaptive signal processing; and the ability to accurately determine the dynamic state of the ionosphere. Phase 2 includes system integration of these innovations followed by a non-real-time field test. Phase 3 will be real-time implementation and demonstration with field testing. Work will be performed at Woburn, Massachusetts, and is expected to be complete by Aug. 29, 2018. This award is the result of a competitive acquisition with seven offers received. Fiscal 2014 research, development, test and evaluation funds in the amount of $2,000,000 are being obligated at the time of award. Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-15-C-9105).

ARMY

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $358,000,000 firm-fixed-price undefinitized foreign military sales contract (Morocco) for conversion of 150 M1A1 vehicles to the M1A1 situational awareness configuration.  Work will be performed in Lima, Ohio, with an estimated completion date of Feb. 28, 2018.  One bid was solicited with one received.  Fiscal 2010 other procurement funds in the amount of $11,390,194 were obligated at the time of the award. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-C-0232).

Hensel Phelps Construction Co., Chantilly, Virginia, was awarded a $103,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity single task order contract to design and build projects for the Campus Feeders Project, Ft. Meade, Maryland. Bids were solicited via the Internet with eight received.  Funding and work location will be determined with each order.  Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-15-D-0032).

HDR Architecture Inc., Omaha, Nebraska, was awarded a $100,000,000 firm-fixed-price, indefinite-delivery contract with options to support the National Geospatial-Intelligence Agency design and construction of a new campus to replace the second street facility in the St. Louis, Missouri Metropolitan area, with an estimated completion date of Sept. 29, 2022. Bids were solicited via the Internet with 11 received.  Funding and work location will be determined with each order. Army Corps of Engineers, Kansas, City, Missouri, is the contracting activity (W912DR-15-D-4000).

Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $46,967,693 cost-plus-fixed-fee contract for day-to-day base operations and support services for the area support group in Qatar and its tenant organizations at Camp as-Sayliyah, Camp as-Sayliyah – South, and Falcon 78, Qatar.  Work will be performed in Qatar, with an estimated completion date of Sept.  29, 2017. Bids were solicited via the Internet with one received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $46,967,693 were obligated at the time of the award.  Army Contracting Command, Rock Island, Illinois, is the contracting activity (W52P1J-15-C-0078).

Timken Aerospace Transmissions LLC, Manchester, Connecticut, was awarded a $46,388,901 firm-fixed-price multi-year contract for the maintenance and overhaul of the Apache AH-64 A/D main transmission.  Bids were solicited via the Internet with three received, with an estimated completion date of Sept. 29, 2018. Funding and work location will be determined with each order. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-D-0089).

Trend Construction Inc.,* Orlando, Florida  (W912HN-15-D-0028); Summers Concrete Contracting Inc.,* Hahira, Georgia (W912HN-15-D-0027); Sand Point Services LLC,* Anchorage, Alaska (W912HN-15-D-0026); R. C. Construction Co. Inc.,* Greenwood, Mississippi (W912HN-15-D-0025); and Cutting Edge Concrete Services Inc.,* Oro Grande, California  (W912HN-15-D-0024) were awarded a $45,000,000 firm-fixed-price multiple award task order contract for airfield maintenance and construction.  Bids were solicited via the Internet with nine received, with an estimated completion date of Sept. 29, 2020.  Funding and work location will be determined with each order.  Army Corps of Engineers, Savannah, Georgia, is the contracting activity.

CH2M HILL -HDR JV was awarded a $45,000,000 firm-fixed-price multi-year contract with options for architectural and engineering services for the Army and Air National Guard.  Bids were solicited via the Internet with 33 received. Funding and work location will be determined with each order with an estimated completion date of Sept. 29, 2020.  National Guard Bureau, Arlington, Virginia, is the contracting activity (W9133L-15-D-0004).

Clark Construction Group LLC, Bethesda, Maryland was awarded a $43,111,000 firm-fixed-price contract to design and construct a training facility with a secure compartmental information facility.  Six bids were solicited with six received. Work will be performed on Ft. Belvoir, Virginia, with an estimated completion date of March 30, 2017.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $43,111,000 were obligated at the time of the award.  Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-15-C-0036).

NCI Information Systems, Inc., Reston, Virginia was awarded a $41,697,200 modification (P00002) to contract W91RUS-14-D-0003 for non-personal information technology services and support for Army Network Enterprise Technology Command with an estimated completion date of Sept. 29, 2016. Funding and work location will be determined with each order. Army Contracting Command, Ft. Huachuca, Arizona is the contracting activity.

Flight Safety International Inc., Marine Air Terminal, LaGuardia Airport, Flushing, New York, was awarded a $35,094,752 modification (P00157) to contract W9124G-04-C-0037 for an extension of the existing contract for fixed-wing flight training services.  Work will be performed at Ft. Rucker, Alabama, with an estimated completion date of Sept. 30, 2016.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $35,094,752 were obligated at the time of the award.  Army Contracting Command, Ft. Rucker, Alabama, is the contracting activity.

BAE Systems Land and Armaments LP, York, Pennsylvania, was awarded a $28,103,771 modification (P00005) to contract W56HZV-14-C-0298 [partial foreign military sales – Australia] to exercise a Marine Corps option for a M88A2 heavy equipment recovery combat utility lift evacuation system Hercules vehicle; and Australian option case AT-B-UIZ for six M88A2 Hercules vehicles, six authorized spares, and two Australian unique spares kits. Additionally, prices for previously exercised vehicles for the Army are reduced based on range quantity material discount terms in the contract. Work will be performed in York, Pennsylvania, with an estimated completion date of Aug. 31, 2018.  Fiscal 2010 and 2015 other procurement (Army), and other procurement funds in the amount of $28,103,771 were obligated at the time of the award.  Army is Contracting Command, Warren, Michigan, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $25,719,410 firm-fixed-price multi-year contract for the maintenance and overhaul of Blackhawk helicopter blades.  Bids were solicited via the Internet with one received, with an estimated completion date of Sept. 29, 2020.  Funding and work location will be determined with each order.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-15-D-0110).

Science Application International Corp., McLean, Virginia, was awarded a $19,118,219 modification (003868) to contract W31P4Q-05-A-0031 for systems and computer resources support for the Aviation and Missile, Development and Engineering Center, software engineering directorate, Army Research, Development and Engineering Command.  Work will be performed in Redstone Arsenal, Alabama, with an estimated completion date of Feb. 20, 2017. Fiscal 2015 operations and maintenance (Army) funds in the amount of $19,118,219 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Cotrell Contracting Corp.,* Chesapeake, Virginia was awarded a $15,000,000 firm-fixed-price multi-year single-award task order contract with options for maintenance dredging of the James River, Virginia with an estimated completion date of Sept. 28, 2018.  Bids were solicited via the internet with two received. Funding and work location will be determined with each order.  Army Corps of Engineers, Norfolk, Virginia is the contracting activity (W91236-15-D-0053).

General Atomics Aeronautical Systems Inc., Poway, California, was awarded a $14,787,475 modification (P00112) to contract W58RGZ-12-C-0075 for the Gray Eagle performance-based logistics support for the Block 1 program.  Work will be performed in Poway, California, with an estimated completion date of Oct. 23, 2015.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $14,787,475 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $14,425,000 firm-fixed-price contract for the procurement of integrated product support for mine-resistant ambush protected all-terrain vehicles.  Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Sept. 26, 2019.  Bids were solicited via the Internet with one received. Fiscal 2015 other procurement (Army) funds in the amount of $14,425,000 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity (56HZV-15-C-0209).

Medvolt LLC,* Colorado Springs, Colorado, was awarded an $11,582,165 firm-fixed-price contract for sanitary sewer infrastructure repair and modernization.  Work will be performed at Ft. Carson, Colorado, with an estimated completion date of Aug. 11, 2017.  Bids were solicited via the Internet with one received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $11,582,165 were obligated at the time of the award. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-15-C-0036).

Donald L. Mooney, Enterprises, LLC, San Antonio, Texas was awarded a $11,500,000 firm-fixed-price contract for  licensed vocational nurse and certified nurse assistant services for the San Antonio Military Healthcare System with an estimated completion date of March 31, 2016.  One bid was solicited with one  received.  Funding and work location will be determined with each order.  Army Medical Command, Ft. Sam Houston is the contacting activity (W81K04-15-D-0018).

Yaeger Architecture Inc.,* Overland Park, Kansas, was awarded a $9,500,000 firm-fixed-price contract to support Combined Arms Campus historic renovations and restorations, Ft.  Leavenworth, Kansas.  Funding will be determined with each order, with an estimated completion date of Sept. 29, 2020.  Bids were solicited via the Internet with six received.  Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-15-D-4004).

Sodexo Management Inc., Gaithersburg, Maryland, was awarded a $9,416,821 modification (P00004) to contract W81K04-15-C-0001 for nutrition food services.  Work will be performed at Joint Base San Antonio-Ft. Sam Houston, Texas; Ft. Irwin, California; Ft. Jackson, South Carolina; Ft. Knox, Kentucky; Ft. Leonard Wood, Missouri; Ft. Riley, Kansas; Ft. Sill, Oklahoma; Ft. Stewart , Georgia; and the U.S. Military Academy, West Point, New York, with an estimated completion date of Sept. 30, 2016 .  Fiscal 2016 operations and maintenance (Army) funds in the amount of $9,416,821 were obligated at the time of the award.  Army Medical Command, Ft. Sam Houston, Texas, is the contracting activity.

Raytheon South East Asia, Andover, Massachusetts, was awarded a $7,750,642 modification (P00009) to foreign military sales contract W31P4Q-12-C-0142 for technical services for the Hawk program.  Work will be performed in the United Arab Emirates with an estimated completion date of Feb. 28, 2017. Fiscal 2015 other procurement funds in the amount of $7,750,642 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Chenega Applied Solutions LLC,* Anchorage, Alaska was awarded a $7,452,998 firm-fixed-price contract with options to support and provide functional area expertise to the Capabilities Development and Integration Requirement Determination Directorate Fort Huachuca, Arizona.  One bid was solicited with one received. Work will be performed in Ft. Huachuca, Arizona with a completion date of Sept. 29, 2016.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $7,452,998 were obligated at the time of the award.  Army Contracting Command, Ft. Huachuca, Arizona is the contracting activity (W91RUS-15-C-0037).

NAVY

Doyon Project Services LLC,* Federal Way, Washington  (N40085-15-D-0092); EMR Inc.,* Lawrence, Kansas  (N40085-15-D-0093); GP Absher One LLC,* Louisville, Kentucky  (N40085-15-D-0094); Ocean Construction Services,* Virginia Beach, Virginia  (N40085-15-D-0095); Southeast Cherokee Construction Inc.,* Montgomery, Alabama (N40085-15-D-0096); and Syncon LLC,* Chesapeake, Virginia  (N40085-15-D-009), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build, design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic Hampton Roads area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all six contracts combined is $95,000,000.  The work to be performed provides for new construction, renovation, alteration, and repairs for projects in the Hampton Roads area, Virginia.  The work includes, but is not limited to, warehouses, training facilities, personnel support and service facilities, and housing facilities. The contractor shall provide all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation, to perform all of the services described in the plans and specifications for each task order. Ocean Construction Services is being awarded task order 0001 at $4,679,249 for construction of a fast company training facility at Naval Weapons Station, Yorktown, Virginia.  Work for this task order is expected to be completed by March 2017.  All work on this contract will be performed primarily within the NAVFAC Mid-Atlantic Hampton Roads AOR which includes Virginia (100 percent).  Work is expected to be completed September 2020.  Fiscal 2011 and 2015 military construction, Navy contract funds in the amount of $4,704,249 are obligated on this award; of which $3,809,295 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 27 proposals received.  These six contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Islands Mechanical Contractor Inc.,* Middleburg, Florida (N69450-15-D-1620); Centerra-SJC II LLC,* Fort Worth, Texas (N69450-15-D-1621); Munilla Construction Management LLC,* Miami, Florida (N69450-15-D-1622); Ratcliff Construction Inc.,* Orange Park, Florida  (N69450-15-D-1623); RQ-URS JV, Carlsbad, California (N69450-15-D-1624); and Sauer Inc.,* Jacksonville, Florida (N69450-15-D-1625), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all six contracts combined is $95,000,000.  The work to be performed provides for, but is not limited to, general building type projects (new construction, renovation, alteration, demolition, and repair work) including industrial, infrastructure, administrative, training, dormitory, and community support facilities.  No task orders are being issued at this time.  Work will be performed within the NAVFAC Southeast AOR located primarily in Guantanamo Bay, Cuba (95 percent), and other areas in the AOR (5 percent).  Work is expected to be completed September 2020.  Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $6,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 12 proposals received.  These six contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

Lockheed Martin Mission Systems and Training, Manassas, Virginia, is being awarded a $73,525,370 fixed-price, incentive-firm modification to previously awarded contract N00024-13-C-5225 for the Navy’s fiscal 2015 AN/SQQ-89A(V)15 surface ship undersea warfare (USW) system and shore site development systems.  The AN/SQQ-89A(V)15 is a surface ship USW combat system with the capabilities to search, detect, classify, localize and track undersea contacts, and to engage and evade submarines, mine-like small objects and torpedo threats.  The contract is for production of the Technical Insertion 14 baseline of the AN/SQQ-89A(V)15 USW systems for fiscal 2015.  This contract combines purchases for the Navy (93 percent), and the government of Japan (7 percent) under the Foreign Military Sales program.  Work will be performed in Lemont Furnace, Pennsylvania (56 percent); Syracuse, New York (23 percent); Clearwater, Florida (14 percent); and Owego, New York (7 percent), and is expected to be completed by February 2018.  Fiscal 2014; fiscal 2015 other procurement (Navy); fiscal 2015 shipbuilding and conversion (Navy); and foreign military sales funding in the amount of $73,525,370 will be obligated at the time of award; funds in the amount of $574,668 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $35,416,511 cost-plus-fixed-fee contract option for design agent and engineering support services for the Rolling Airframe Missile (RAM) upgraded MK-31 guided-missile weapon system improvement program.  The MK-31 RAM guided-missile weapon system is a cooperative development and production program conducted jointly by the U.S. and the Federal Republic of Germany under memoranda of understanding. The support procured is required to maintain current weapon system capability, as well as resolve issues through design, systems, software maintenance, reliability, maintainability, quality assurance and logistics engineering services.  Work will be performed in Tucson, Arizona (99 percent); and Louisville, Kentucky (1 percent), and is expected to be completed by September 2016.  Fiscal 2015 research, development, test and evaluation (Navy) funding in the amount of $500,000 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract is awarded as sole-source in accordance with Federal Acquisition Regulation 6.302-4 and Defense Federal Acquisition Regulation Supplement 206.302-4, pursuant to 10 U.S. Code 2304(c)(4).  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-5410).

Clark Nexsen Inc., Virginia Beach, Virginia, is being awarded maximum amount $30,000,000 indefinite-delivery/indefinite-quantity contract for multi-discipline architect-engineering services for projects in the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic area of responsibility (AOR).  The work to be performed provides for architect-engineering and engineering services including plans, specifications, preparation of requests for proposals for design/build and design/bid/build projects, cost estimates, hazardous material identification, analysis of environmental constraints, energy computation, facilities planning, life safety code studies, interior space planning/design, electronic operation and maintenance support information, sustainable engineering design practices, anti-terrorism/force protection analysis, and construction inspection and engineering consultation services during construction.  Work may also include engineering services for the study and design of new construction, renovation, repair, replacement, demolition, alteration and improvement for civil projects (site work, paving, landscaping, communications, fire protection, energy conservation systems, and utilities).  Task order 0001 is being awarded at $692,108 for design of the renovation of a bachelor quarters at Naval Station Norfolk.  Work for this task order is expected to be completed by April 2016.  All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities located in the NAVFAC Mid-Atlantic AOR located primarily in Norfolk, Virginia (70 percent); Virginia Beach, Virginia (15 percent), and other areas within the AOR (15 percent).  The term of the contract is not to exceed 60 months with an expected completion date of September 2020.  Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $692,108 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 22 proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-D-0068).

Mesa Energy Systems Inc., Irvine, California, is being awarded a $27,495,000 firm-fixed-price contract for design and construction of steam plant decentralization at Marine Corps Recruit Depot San Diego.  This project involves decentralizing the production of steam-based space heating, domestic hot water heating, and process heating.  Decentralization shall be accomplished by installing individual boilers at each building and responding to various facility improvements associated with each building.  The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies, and transportation to perform all work described in the request for proposal.  The contract also contains five unexercised options, which if exercised would increase cumulative contract value to $38,788,300.  Work will be performed in San Diego, California, and is expected to be completed by January 2018.  Fiscal 2014 military construction (Navy) contract funds in the amount of $27,495,000 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 13 proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-15-C-3602).

L-3 Communications Corp., Texas, is being awarded $20,870,996 for firm-fixed-price delivery order 0006 against a previously issued basic ordering agreement (N61340-12-G-0001) for the procurement of aural cueing system and motion cueing system capabilities for the tactical operational flight trainer (TOFT) training systems in support of the F/A-18E/F and EA-18G.  Specific components for this delivery order include 19 motion cueing sensory system delivery and installations; aural cueing system delivery and installations on all F/A-18E/F and EA-18G TOFTs; and provisioning items for deliveries of motion and aural cueing systems.  Work will be performed in Arlington, Texas, and is expected to be completed in August 2019.  Fiscal 2014, and 2015 aircraft procurement (Navy) funds in the amount of $20,870,996 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $20,646,148 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0004) to provide additional funding for concurrency related changes to the F-35 aircraft and the supporting subsystems for the Navy/Marine Corps and Air Force.  Work will be performed in Fort Worth, Texas (95 percent); Marietta, Georgia (3 percent); and Palmdale, California (2 percent), and is expected to be completed in December 2018.  Fiscal 2013 aircraft procurement (Navy/Marine Corps and Air Force) funds in the amount of $20,646,148 are being obligated on this award, all of which will expire at the end of the current fiscal year.  This modification combines purchase for the Navy/Marine Corps ($15,483,768; 75 percent), and the Air Force ($5,162,380; 25 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DRS Laurel Technologies, Johnstown, Pennsylvania, is being awarded a $17,034,664 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Common Processing System (CPS) Technology Insertion 16 production.  The CPS equipment procurement provides a processing and storage system that supports the Navy’s planned implementation of open architecture for Navy combat systems.  Technical requirements were originally driven by the Aegis-modernization program of record but have been expanded to include the requirements of Aegis new-ship construction, Ship Self Defense System, Aircraft Carrier Tactical Support Center, and the Surface Electronic Warfare Improvement Program.  CPS provides computer processing and memory, data storage and extraction, and input/output interfaces to support host software applications of Navy combat systems.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $474,000,000.  Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by July 2016.  Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $4,576,149 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, full and open solicitation via the Federal Business Opportunities website, with five offers received.  The Naval Sea Systems Command, Washington District of Columbia, is the contracting activity (N00024-15-D-5201).

Watts Constructors LLC, McLean, Virginia, is being awarded a $15,912,149 firm-fixed-price contract for construction of the Marine Wing Support Squadron Facilities at North Ramp, Andersen Air Force Base, Guam.  The work to be performed provides for the construction (design-build) of a low-rise facility, an armory, and wash and grease racks.  Facilities shall be one-story with slab-on-grade foundations, windows, reinforced concrete roofing, mechanical, electrical, emergency power, and information systems appropriate to Guam earthquake and environmental conditions.  The contract also contains one unexercised option, which if exercised, would increase cumulative contract value to $18,710,682.  Work will be performed in Yigo, Guam, and is expected to be completed by May 2018.  Fiscal 2015 military construction (Navy) contract funds in the amount of $15,912,149 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 seven proposals received.  The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-15-C-1303).

Insitu Inc., Bingen, Washington, is being awarded $15,180,214 for firm-fixed-price delivery order 0030 against a previously issued basic ordering agreement (N00019-12-G-0008) for hardware and technical data for the Scan Eagle for the government of Pakistan under the Foreign Military Sales program.  Work will be performed in Bingen, Washington (90 percent); and Pakistan (10 percent), and is expected to be completed in August 2016.  Foreign military sales funds in the amount of $15,180,214 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.

AAR Airlift Group Inc., Palm Bay, Florida, is being issued a $14,365,660 modification under a previously awarded firm-fixed-price contract (N00033-11-C-1003) to exercise a 12-month option for the provision of ship-based and shore-based vertical replenishment and other rotary-wing logistic services.  These include search and rescue support; medical evacuations; passenger transfers; internal cargo movement; and dynamic interface testing in support of Commander, Naval Air Forces. AAR Airlift Group Inc. will provide two detachments comprised of four helicopters, personnel, support equipment, and all supplies necessary to perform flight operations in the 5th Fleet and 7th Fleet areas of responsibility.  Work will be performed world-wide, and is expected to be completed Sept. 30, 2016.  Subject to availability, fiscal 2016 operation and maintenance (Navy) funds in the amount of $14,365,660 will be obligated.  Funds will expire at the end of fiscal 2016.  The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Austal USA, Mobile, Alabama, is being awarded a $13,398,209 cost-plus-award-fee order under previously awarded basic ordering agreement N00024-15-G-2304 to provide all supplies, services, labor and material in support of the pre-shock trials emergent availability for PCU Jackson (LCS 6).  This order is for execution of LCS 6’s emergent availability to be conducted prior to full ship shock trials. Efforts will include program management, test plan and integrated master schedule development, and work package execution and testing.  Work will be performed in Mayport, Florida, and is expected to be completed by June 2016.  Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $9,131,542; and fiscal 2010 shipbuilding and conversion (Navy) funding in the amount of $1,611,449, 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.

Northrop Grumman Inc., Woodland Hills, California, is being awarded a $12,479,046 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the repair, overhaul and provision of spare components for the mast motion sensor (MMS), an inertial navigation device, in support of the Submarine High Data Rate Antenna System (SubHDR) mast group.  The MMS is a vital part of the SubHDR. The SubHDR antenna system provides high capacity communications to submarines in the super high frequency and extremely high frequency spectrums.  The system consists of both the inboard Navy Satellite Program terminal, and associated equipment and outboard (antenna) components.  This contract combines purchases for the Navy (63 percent) and the government of the United Kingdom (38 percent) under the Foreign Military Sales program.  Work will be performed in Salt Lake City, Utah, and is expected to be completed by September 2020.  Fiscal 2015 operations and maintenance (Navy) funding in the amount of $443,224; and foreign military sales funding in the amount of $225,315, will be obligated at time of award. Contract funds in the amount of $443,224 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 – only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity (N66604-15-D-1504).

VIRTEXCO Corp., Norfolk, Virginia, is being awarded a $12,277,800 firm-fixed-price contract for construction of a small arms range at the Yorktown Naval Weapons Station.  The project constructs a 27-lane known distance rifle range, a 27-lane pistol range, and constructs support buildings for the relocation of the Dam Neck Detachment of the Marine Corps Security Forces Regiment to Naval Weapons Station Yorktown.  Work will be performed in Yorktown, Virginia, and is expected to be completed by January 2017.  Fiscal 2014 military construction (Navy) contract funds in the amount of $12,277,800 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 six proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-C-0043).

Cox Construction Co.,* Vista, California, is being awarded $11,080,000 for firm-fixed-price task order 0003 under a previously awarded multiple award construction contract (N62473-15-D-2405) to construct a new communication/electrical maintenance facility at Marine Corps Base, Camp Pendleton.  The work to be performed provides for construction of a one-story concrete masonry unit building, sidewalks, low impact design features, utilities tie-ins, propane tank, emergency generator/uninterrupted power supply, parking, and other ancillary features.  Construction of two additional bays and an additional electronic key management vault is also part of the project.  Work will be performed in Oceanside, California, and is expected to be completed by April 2016.  Fiscal 2015 military construction, (defense-wide) contract funds in the amount of $11,080,000 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 Command, Southwest, San Diego, California, is the contracting activity.

Milestone Contractors LP, Columbus, Indiana, is being awarded a maximum amount $10,000,000 requirements contract for horizontal construction projects at the Naval Support Activity, Crane; and the Glendora Test Facility.  The work to be performed provides for horizontal construction services including but not limited to excavation and fill, asphalt repairs/replacement, highway striping, guardrail repair/replacement, concrete work, culvert replacement, fence repair/replacement, erosion control, stone road and lot maintenance, sidewalk repair/replacement, highway sign maintenance repair/replacement, and incidental related work.  No task orders are being issued at this time.  Work will be performed in Crane, Indiana (95 percent); and Sullivan, Indiana (5 percent), and is expected to be completed by September 2018.  No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued.  Task orders will be primarily funded by fiscal 2016 operation and maintenance (Navy); fiscal 2016 Navy working capital funds; and fiscal 2016 sustainment, restoration, and maintenance funds (Army).  This contract was competitively procured via the Federal Business Opportunities website with two proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-D-7903).

Insitu Inc., Bingen, Washington, is being awarded $9,858,274 for firm-fixed-price delivery order 0010 against a previously issued basic ordering agreement (N68335-11-G-0009) for the procurement of one ScanEagle unmanned aircraft system consisting of analog medium wave infra-red ScanEagle unmanned air vehicles, launch and recovery equipment, ground control stations, Insitu video exploitation systems and ground support equipment for the government of Kenya under the Foreign Military Sales program.  It will also procure one Mark 4 Launcher, two full mission training devices and spares kits. Work will be performed in Bingen, Washington (50 percent); and Nanyuki, Kenya (50 percent), and is expected to be completed in September 2016.  Foreign military sales funds in the amount of $9,858,274 are being obligated at time of award, all of which will expire at the end of the fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

G-W Management Services LLC,* Rockville, Maryland, is being awarded a $9,757,000 firm-fixed-price contract for construction of a secure low-rise facility for the Atlantic Test Range at the Naval Air Station Patuxent River.  The contract also contains three unexercised options, which if exercised, would increase cumulative contract value to $10,757,450.  Work will be performed in Patuxent River, Maryland, and is expected to be completed by July 2017.  Fiscal 2015 military construction (Navy) contract funds in the amount of $9,757,000 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 15 proposals received.  The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-15-C-0168).

Insitu Inc., Bingen, Washington, is being awarded $9,396,512 for firm-fixed-price delivery order 0009 against a previously issued basic ordering agreement (N68335-11-G-0009) for the procurement of one ScanEagle unmanned aircraft system for the government of Cameroon under the Foreign Military Sales program.  The system consists of analog medium wave infra-red ScanEagle unmanned air vehicles, launch and recovery equipment, ground control stations, Insitu video exploitation systems and ground support equipment.  Work will be performed in Bingen, Washington (50 percent); and Doula, Cameroon (50 percent), and is expected to be completed in September 2016.  Foreign military sales funds in the amount of $9,396,512 are being obligated at time of award, all of which will expire at the end of the fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Northrop Grumman Electric Systems, Woodland Hills, California, is being awarded an $8,861,950 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for procurement of and repair of inertial measurement units (IMU), supporting repair components, associated specialized test equipment, associated support, spares, and test, teardown and evaluation; and repair of IMU’s which are a component of the Multi-Spectral Targeting System (MTS) in support of various Navy, Army and Air Force programs.  The MTS is an airborne, electro-optic, forward-looking infra-red, turreted sensor package that provides long-range surveillance, high altitude target acquisition, tracking, range-finding, and laser designation for all tri-service and North Atlantic Treaty Organization laser guided munitions.  Work will be performed in Salt Lake City, Utah, and is expected to be completed by September 2020.  Fiscal 2015 operations and maintenance (Navy) funding in the amount of $44,850 will be obligated at time of award and funds in the amount of $44,850 will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with statutory authority 10 U.S.Code 2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1.  The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-15-D-JQ33).

Insitu Inc., Bingen, Washington, is being awarded $8,702,731 for firm-fixed-price delivery order 0001 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 expeditionary unit work-ups, deployments, and squadron readiness training.  Work will be performed in Bingen, Washington (80 percent) , Hood River, Oregon (15 percent); and Boardman, Oregon (5 percent), and is expected to be completed in July 2016.  Fiscal 2014 and 2015 aircraft procurement (Navy) funding in the amount of $8,702,731 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp, Baltimore, Maryland, is being awarded an $8,676,460 modification to previously awarded basic ordering agreement N00024-12-G-4329 to support fiscal 2016 USS Fort Worth (LCS-3) deployment.  The littoral combat ship (LCS) basic ordering agreement N00024-12-G-4329 was initially awarded to Lockheed Martin for the design and construction of the Freedom-variant LCS. Lockheed Martin currently administers and performs fleet maintenance requirements through the use of its resources, original equipment manufacturer and nationwide subcontractors that are capable of working on systems and subsystems onboard LCS-3. Work will be performed at various locations outside the continental U.S., and is expected to be completed by July 2016.  Fiscal 2015 operations and maintenance (Navy) funding in the amount of $8,676,460 will be obligated at time of award and will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Gilbane Federal, Walnut Creek, California, is being awarded $8,430,000 for firm-fixed-price task order 0003 under a previously awarded multiple award construction contract (N69450-12-D-1273) for design and construction of a medical facility complex at Joint Task Force, Guantanamo Bay.  The complex will consist of inpatient, outpatient and medical support facilities.  The inpatient and outpatient facilities will include selective building demolition and renovation.  The construction will include an elevator and elevator room, foundations for containerized medical treatment modules, module installation and weather tight connectors from existing building to each module, fire protection and alarm systems, and mass notification systems.  The task order also contains one planned modification, which if exercised would increase cumulative task order value to $9,133,500.  Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by July 2017.  Fiscal 2015 military construction, (Army) contract funds in the amount of $8,430,000 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 Command, Southeast, Jacksonville, Florida, is the contracting activity.

L-3 Unidyne Inc., Norfolk, Virginia, is being awarded an $8,372,505 not-to-exceed, undefinitized contract for the service life extension program (SLEP) of one landing craft, air-cushioned vessel (LCAC).  The LCAC SLEP will extend the service life of an LCAC from 20 to 30 years, sustain/enhance craft capability, replace obsolete electronics, repair corrosion damage, reduce life cycle cost by improving reliability and maintainability, increase survivability, and establish a common configuration baseline.  The LCAC SLEP scope of effort includes repair and upgrade of the buoyancy box, gas turbine engine replacement, installation of a new skirt, installation of an integrated command, control, computers, communications and navigation equipment package, and accomplishment of selected craft alterations and repair work.  Work will be performed in Virginia Beach, Virginia, and is expected to be completed by March 2017.  Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $8,372,505 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 (N00024-15-C-2429).

Reliable Builders Inc.,* Tamuning, Guam, is being awarded an $8,199,500 firm-fixed-price contract for maintenance dredging of various wharves at Apra Harbor.  The work to be performed provides for maintenance dredging of Apra Harbor to meet military operational requirements by ensuring adequate navigation depth for the draft requirements of current and future vessels. Work will be performed in Santa Rita, Guam, and is expected to be completed by November 2017.  Fiscal 2015 operation and maintenance, (Navy) contract funds in the amount of $8,199,500 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 three proposals received.  The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity (N40192-15-C-1301).

Erickson Helicopters Inc., McMinnville, Oregon, is being issued a $7,297,558 modification under a previously awarded firm-fixed-price contract (N00033-13-C-8000) to exercise a 12-month option for the provision of ship-based and shore-based vertical replenishment and other rotary-wing logistic services.  These include search and rescue support; medical evacuations; passenger transfers; internal cargo movement; and dynamic interface testing in support of Commander, Naval Air Forces.  Erickson Helicopters Inc. will provide one detachment comprised of two helicopters, personnel, support equipment, and all supplies necessary to perform flight operations in the western Atlantic, U.S. 5th Fleet, and U.S. 6th Fleet areas of responsibility.  Work will be performed worldwide, and is expected to be completed September 2016.  Subject to availability, fiscal 2016 operation and maintenance (Navy) funds in the amount of $7,297,558 will be obligated.  Funds will expire at the end of fiscal 2016. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

L-3 Unidyne Inc., Norfolk, Virginia, is being awarded a $7,050,440 not-to-exceed, undefinitized contract for the service life extension program (SLEP) of one landing craft, air-cushioned (LCAC) vessel.  The LCAC SLEP will extend the service life of an LCAC from 20 to 30 years, sustain/enhance craft capability, replace obsolete electronics, repair corrosion damage, reduce life cycle cost by improving reliability and maintainability, increase survivability, and establish a common configuration baseline.  The LCAC SLEP scope of effort includes repair and upgrade of the buoyancy box, gas turbine engine replacement, installation of a new skirt, installation of an integrated command, control, computers, communications and navigation equipment package, and accomplishment of selected craft alterations and repair work.  Work will be performed in Camp Pendleton, California, and is expected to be completed by March 2017.  Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $7,050,440 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 (N00024-15-C-2428).

General Dynamics National Steel and Shipbuilding Co., San Diego, California, is being awarded a $7,016,356 modification to previously awarded contract (N00024-13-C-4404) for fiscal 2016 inter-availability planning and administration of the LHA/LHD class ships.  The inter-availability planning and administration supports continuous maintenance availabilities and emergent availabilities during fiscal 2016. This support includes the planning and execution of depot-level maintenance, alterations, and emergent repairs that will update and improve the ship’s military and technical capabilities.  Work will be performed in San Diego, California, and is expected to be completed by September 2016.  Fiscal 2015 operations and maintenance (Navy) funding in the amount of $7,016,356 will be obligated at time of award and will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Coffman Specialties Inc., San Diego, California, is being awarded $6,985,000 for firm-fixed-price task order 0008 under a previously awarded multiple award construction contract (N62473-14-D-0044) for the design and construction to repair taxiway bravo two at Naval Air Station North Island.  The work to be performed provides for all design labor, materials, and equipment necessary to repair the Taxiway Bravo Two Section T02A and its asphalt concrete shoulders.  The work will include portland cement concrete and asphalt concrete pavement demolition, and removal for full depth replacement.  The work also includes replacement of all concrete utility box covers with cracks, spalls, corner breaks associated with the taxiway.  The project will also provide full depth asphalt concrete pavement replacement of the 10–feet wide section of the taxiway shoulders. Work will be performed in Coronado, California, and is expected to be completed by November 2016.  Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $6,985,000 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, Southwest, San Diego, California, is the contracting activity.

Mark Dunning Industries,* Dothan, Alabama, is being awarded a $6,983,981 estimated modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N69450-11-D-7577) to  exercise option four for base operations support services at Naval Submarine Base, Kings Bay.  The work to be performed provides for all management, supervision, labor hours, training, equipment and supplies necessary to perform grounds maintenance and landscaping, integrated solid waste management, custodial and pest control services.  After award of this option, the total cumulative contract value will be $27,312,855.  Work will be performed in Kings Bay, Georgia, and work is expected to be completed in September 2016.  No funds will be obligated at time of award.  Funds will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

ECC-MEZZ LLC, Burlingame, California, is being awarded $6,960,000 for firm-fixed-price task order JN01 under a previously awarded multiple award construction contract (N33191-13-D-0839) for construction of a perimeter boundary fence at Chabelley Air Base.  The work to be performed provides for a chain link perimeter fence, gravel pavement perimeter road, modular guard tower, vehicle and access gates.  Work will be performed in Djibouti, Africa, and is expected to be completed by January 2017.  Fiscal 2015 military construction (Air Force) contract funds in the amount of $6,960,000 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 Command, Atlantic, Norfolk, Virginia, is the contracting activity.

Navatek Ltd., Honolulu, Hawaii, is being awarded a $6,942,667 cost-plus-fixed-fee contract for new concepts and improved analytic methods for naval applications”.  The main objective of this effort is to develop capabilities for a Navatek-developed software simulation tool, AEGIR; enhancing the computational tools to produce more efficient computation solutions and more robust approaches to processing complex geometries; test and refine these new methods; and adapt these new methods to the Navy standard design environment. Work will be performed in Honolulu, Hawaii, and is expected to be completed by Sept. 29, 2017.  Fiscal 2015 research, development, test & evaluation (Navy) funds in the amount of $4,139,541 are being obligated at the time of award.  Funds will not expire at the end of the current fiscal year.  This contract was competitively procured under Office of Naval Research broad agency announcement (BAA) 15-001.  Since proposals will be received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown.  The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-15-C-5158).

AAR Airlift Group Inc., Palm Bay, Florida, is being issued a $6,746,197 modification under a previously awarded firm-fixed-price contract (N00033-14-C-8013) to exercise a 12-month option for the provision of ship-based and shore-based vertical replenishment and other rotary-wing logistic services.  These include search and rescue support; medical evacuations; passenger transfers; internal cargo movement; and dynamic interface testing in support of Commander, Naval Air Forces. AAR Airlift Group Inc. will provide one detachment comprised of two helicopters, personnel, support equipment, and all supplies necessary to perform flight operations.   Work will be performed worldwide, and is expected to be completed by Sept. 30, 2016.  Subject to availability, fiscal 2016 operation and maintenance (Navy) funds in the amount of $6,746,197 will be obligated.   Funds will expire at the end of fiscal 2016.  The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting.

DEFENSE LOGISTICS AGENCY

Old Dominion Utility Services Inc., Fort Eustis, Virginia, has been awarded a maximum $75,942,694 modification (P00190) incorporating the contract’s first and second economic-price-adjustment agreement (SP0600-05-C-8252). This is a fixed-price with economic-price-adjustment contract. Location of performance is Virginia, with an April, 2, 2056, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2015 through fiscal 2056 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Metalcraft Technologies Inc.,* Cedar City, Utah, has been awarded a maximum $42,984,443 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aircraft center sections. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is Utah, with a Sept. 28, 2020, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2015 through fiscal 2020 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Hill Air Force Base, Utah (SPRHA4-15-D-0002).

Old Dominion Utility Services Inc., Fort Eustis, Virginia, has been awarded a maximum $31,098,417 modification (P00143) incorporating the contract’s first and second economic-price-adjustment agreement (SP0600-05-C-8253). This is a fixed-price with economic-price-adjustment contract. Location of performance is Virginia, with a Feb. 22, 2056, performance completion date. Using military service is Army. Type of appropriation is fiscal 2015 through fiscal 2056 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

American Posts LLC,* Toledo, Ohio (SPE8E6-15-D-0010); and Tiffin Metal Products,* Tiffin, Ohio (SPE8E6-15-D-0011), will share a maximum $27,500,000 fixed-price with economic-price-adjustment contract for metal fence posts. This was a competitive acquisition with two responses received. This is a two-year base contract with three one-year option periods. Location of performance is Ohio, with a Sept. 28, 2017, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2015 through fiscal 2017 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

World Fuel Services Inc., Miami, Florida, has been awarded a maximum $23,445,240 modification (P00002) to a four-year contract (SP0600-15-D-0383) adding additional points of delivery for marine gas oil. This is a fixed-price with economic-price-adjustment contract. Locations of performance are Florida and Texas, with an April 30, 2019, performance completion date. Using military services are Army, Navy, 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.

Raytheon Co., Goleta, California, has been awarded a maximum $14,181,030 firm-fixed-price contract for aircraft frequency converters and electrical limiters. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). This is a three-year contract with no option periods. Location of performance is California and New Hampshire, with a Sept. 30, 2019, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 through fiscal 2019 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Georgia (SPRWA1-15-D-0003).

Carter Industries,* Brooklyn, New York, has been awarded a maximum $11,635,115 firm-fixed-price contract for coveralls. This was a competitive acquisition with five responses received. This is a one-year contract with three one-year option periods. Location of performance is New York, with a Sept. 29, 2016, performance completion date. Using military services are Navy and Air Force. 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 (SPE1C1-15-D-1102).

Woodward HRT Inc., Duarte, California, has been awarded a maximum $9,715,941 firm-fixed-price contract for aircraft linear actuating cylinders. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a two-year, six-month contract with no option periods. Location of performance is California, with a March 1, 2018, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 through fiscal 2018 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma (SPRTA1-15-C-0131).

WASHINGTON HEADQUARTERS SERVICES

Booz Allen Hamilton Inc., McLean, Virginia, has been awarded a $6,863,823 cost-plus-fixed-fee contract for a range of analysis, assessments, and deliverables in support of the operation and mission of deputy assistant secretary of defense for communications, command and control, cyber and business systems. Subject matter expertise will be provided in communications and network systems, command and control, and cyber space operations. Work performance will take place in Alexandria, Virginia, with an estimated completion date of Sept. 28, 2018. Fiscal 2015 operations and maintenance funds in the amount of $1,154,068 and fiscal 2015 research, development, test and evaluation funds in the amount of $5,709,755 are being obligated on this award, and will expire at the end of the current fiscal year.  Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

*Small business
Photo: en.wikipedia.org

DoD Contracts: Northrop Grumman Systems Corp. Awarded $3B for Global Hawk Development

$
0
0

AIR FORCEvtxztqlddgn3rwamgjzn

Northrop Grumman Systems Corp., San Diego, California, has been awarded a $3,200,000,000 indefinite-delivery/indefinite-quantity contract for Global Hawk development, modernization, retrofit, and sustainment activities for all Air Force variants. Contractor will provide management, including program, business and technical areas; engineering efforts, including configuration management, data management, reliability, availability and maintainability; and related areas of concern such as technical refresh, diminishing manufacturing sources, etc. This contract’s ordering period ends on Sept. 30, 2020. Work will be performed at San Diego, California, and is expected to be complete by Sept. 30, 2025. This award is the result of a sole-source acquisition. Fiscal 2013 aircraft initial spares and repair parts procurement funds in the amount of $6,281,178 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the primary contracting activity, while Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, may place orders against this contract (FA8620-15-D-3009).

United Launch Services LLC, Littleton, Colorado, has been awarded a $232,939,333 firm-fixed-price modification (P00090) for launch vehicle production services (LVPS) under the requirements contract terms of the Evolved Expendable Launch Vehicle Phase I contract. This modification executes a requirement for fiscal 2015 LVPS in support of the launch vehicle configuration of one Air Force Atlas V 411 and one Delta IV M+(5,2). This modification adds two pre-priced contract line items for the Atlas V 411 and Delta IV M+(5,2) LV configurations and does not constitute an exercised option. Work will be performed at Centennial, Colorado; Decatur, Alabama; Cape Canaveral Air Force Station, Florida; and Vandenberg Air Force Base,  California., and is expected to be complete by Jan. 28, 2018. Fiscal 2015 missile procurement funds in the amount of $232,939,333 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-13-C-0003).

CH2M Hill Inc., San Antonio, Texas, has been awarded an indefinite-delivery/indefinite-quantity contract with a program ceiling of $950,000,000 for design and construction services. Contractor will provide architect-engineering 2013 (A-E13) design and construction service including A-E services to support military construction (MILCON), military family housing (MFH), and sustainment, restoration and modernization (SRM) programs worldwide.  The work includes efforts to perform Title I, Title II, and other A-E services to administer, coordinate, and technically support the Air Force Civil Engineer’s MILCON and MFH to include military housing privatization initiatives. Work will be performed at government locations worldwide, and is expected to be complete by Sept. 29, 2022. This award is the result of a competitive acquisition with 83 offers received. Fiscal 2015 operation and maintenance funds in the amount of $3,000 are being obligated at the time of award. Air Force Installation Contracting Agency, 772nd Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA8903-15-D-0005).

The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $127,080,205 firmed-fixed-price contract for B-1 integrated battle station for the B-1 weapon system. Contractor will provide the establishment of product orders, completion of the various kit installations, completion of the system level physical configuration audit, modifications to existing support equipment, and the delivery of technical order changes to support the various aircraft modifications. Work will be performed at Oklahoma City, Oklahoma, and is expected to be complete by March 31, 2017. This award is the result of a sole-source acquisition. Fiscal 2015 aircraft procurement funds in the amount of $52,634,635 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8107-15-C-0001).

DynCorp International LLC, Fort Worth, Texas, has been awarded an $87,145,463 firm-fixed-price, cost-plus-award-fee with cost-reimbursable-line-items modification (Mod P00280) to previously awarded contract FA4890-08-C-0004. Contractor is responsible for the maintenance and repair of government furnished facilities and property while meeting environmental compliance requirements. When requested, the contractor shall provide exercise and contingency logistics support by performing all aspects of serviceability check, deployment out-load, in transit visibility, receipt, set-up, inventory, sustainment, condition sampling, redeployment or onward movement of assets and systems, assist in tear-down and subsequent reconstitution, refurbishment, and storage of war reserve materials assets and systems. Work will be performed in Kuwait, Qatar, Oman, United Arab Emirates, and Shaw Air Force Base, South Carolina, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 overseas contingency funds in the amount of $84,447,128.96 will be obligated when funds are available. Air Combat Command, Acquisitions Management and Integration Center, Newport News, Virginia, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $50,000,000 cost-plus-fixed-fee, cost-plus-incentive-fee, firm-fixed-price, fixed-price-incentive-firm, indefinite-delivery/indefinite-quantity contract for support to the Advanced Medium Range Air-to-Air Missile AIM-120D system improvement program. Contractor will provide candidate studies/analyses and risk reduction efforts, laboratory and modeling and simulation improvements, and delivery of performance capability assessments as needed in support of the AMRAAM AIM-120D SIP. Work will be performed at Tucson, Arizona, and is expected to be complete by Sept. 30, 2022.  This award is the result of a sole-source acquisition. The first task order in the amount of $16,746,846 will be awarded simultaneously. Fiscal 2015 research, development, test and evaluation funds in the amount of $710,005 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8675-15-D-0135).

Pettibone Concrete Construction Inc., Panama City, Florida, has been awarded a $48,885,013 indefinite-delivery/indefinite-quantity contract for Tyndall Air Force Base airfield civil works. Contractor will provide all management, supervision, labor, materials, equipment, and incidentals required for maintenance, repair and minor construction of airfield pavement and asphalt, including but not limited to grading of subgrade and base course; and resurfacing, full depth reconstruction. Work will be performed at Tyndall Air Force Base, Florida, and is expected to be complete by Sept. 29, 2020. This award is the result of a competitive acquisition with three offers received. Fiscal 2015 operations and maintenance funds in the amount of $2,000 are being obligated at the time of award. The 325th Contracting Squadron, Tyndall Air Force Base, Florida, is the contracting activity (FA4819-15-D-0002).

CAE USA Inc., Tampa, Florida, has been awarded a $33,931,498 modification (P00026) to previously awarded contract FA4890-13-C-0104 for exercising option year two for the MQ-1/9 aircrew training and courseware development contract. Work will be performed at Creech Air Force Base, Nevada; Holloman Air Force Base, New Mexico; March Air Reserve Base, California; and Hancock Air National Guard Base, New York, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $3,714,004 are being obligated at the time of award. Air Combat Command Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity.

Doss Aviation Inc., Colorado Springs, Colorado, has been awarded a $25,240,299 modification (P00045) to exercise the option on previously awarded contract FA3002-06-D-0010 for initial flight screening. Work will be performed at Pueblo, Colorado, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $4,614,419 are being obligated at the time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio- Randolph, Texas, is the contracting activity.

MacAulay-Brown Inc., Dayton, Ohio (FA8650-15-D-1832); Northrop Grumman Systems Corp., Baltimore, Maryland (FA8650-15-D-1833); and Georgia Tech Research Institute, Atlanta, Georgia (FA8650-15-D-1834), have been awarded a combined $24,000,000 multiple award, fair opportunity, indefinite-delivery/indefinite-quantity contracts with cost-plus-fixed-fee completion type task orders for the source multiple integrated radio frequency (RF) research and development program. Contractors will provide research and development of passive and active RF systems and may involve areas such as fire control solutions (targeting), simultaneous transmit and receive RF concepts, RF sensor resource management, geolocation algorithm development, simulation, test and evaluation activities, and integrated sensor system studies.  These technical areas support signals intelligence; measurement and signature intelligence; geospatial intelligence; electronic warfare; global positioning system; command, control, communications, computers,intelligence,surveillance and reconnaissance; and joint/special operations. Work will be performed at Dayton, Ohio; Baltimore, Maryland; Atlanta, Georgia; and Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Sept. 20, 2022.  This award is the result of a competitive acquisition with eight offers received. Fiscal 2015 research, development, test and evaluation funds in the amount of $500,000 are being obligated to each company at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

S&K Global Solutions LLC, Polson, Montana, has been awarded an $18,000,000 firm-fixed-price engineering services contract with cost-reimbursement-no-fee contract line items for material and travel. Contractor will provide reliability, availability, and maintenance for pods sustaining software support to provide accurate and timely maintenance, inventory, performance, configuration, financial and readiness data on aircraft pods and other specialized avionics equipment. Work will be performed at Warner Robins, Georgia, and is expected to be complete by Sept. 30, 2018. This award is the result of a sole-source acquisition. Fiscal 2015 operations and maintenance funds in the amount of $2,017,747.65 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8523-15-C-0013).

Booz Allen Hamilton Inc., McLean, Virginia, has been awarded a $17,553,372 cost-plus-fixed-fee type contract for software. Contractor will conduct development and enhancement of software tools and techniques that will address current cyber requirements.  This will include developing technology to be integrated with current cyber solutions and will demonstrate scientific and technical merit by providing state-of-the-art defensive capabilities. Work will be performed at McLean, Virginia; and Rome, New York, and is expected to be complete by Sept. 29, 2018. This award is the result of a competitive acquisition with 23 offers received. Fiscal 2015 research, development, test and evaluation funds in the amount of $50,000 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-15-C-0189).

The Boeing Co., Heath, Ohio, has been awarded a $17,343,882 indefinite-delivery/indefinite-quantity contract for guidance and navigation system repairs for multiple aircraft platforms. Work will be performed at Heath, Ohio, and is expected to be complete by Sept. 30, 2017. This award is the result of a sole-source acquisition. Fiscal 2015 working capital funds in the amount of $7,243,167 are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8117-15-D-0030).

Sierra Nevada Corp., Sparks, Nevada, will be awarding a $16,092,803 indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable contract for specialized engineering, logistics and technical services in support of the AC-130J precision strike package sustainment logistics infrastructure and configuration control project. The contractor will provide logistics supportability analysis, configuration management, program management, engineering services, provisioning, and technical data package development. Work will be performed at the contractor’s facility, and is expected to be complete by Sept. 30, 2018. This award is the result of a sole-source acquisition. Fiscal 2015 procurement funds in the amount of $2,912,628.00 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8509-15-D-0006).

Northrop Grumman Technical Services, Herndon, Virginia, has been awarded a $14,534,000 Engineering Services contract for continuing engineering for the AN/ALQ-161A. Contractor will provide specialized knowledge, advanced capabilities, and fast response to software analysis, software defect correction, system interoperability, software changes to meet mission requirements and acknowledged Special Access Programs. They will also provide system investigations and analysis to ensure continued operation and maintenance of a system and identification, review, assessment, and resolution of deficiencies. Work will be performed at Warner Robins, Georgia, and is expected to be complete by Sept. 28, 2018. This award is the result of a sole-source acquisition. Fiscal year 2015 operations and maintenance funds in the amount of $14,534,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. (FA8523-15-C-0006)

Exelis Inc., Colorado Springs, Colorado, has been awarded a $12,388,204 modification (P00629) to previously awarded contract F19628-02-C-0010 for the System Engineering and Sustainment Integrator, Ballistic Missile Early Warning System, and Pave Phased Array Warning System mobile depot maintenance and annual hardware maintenance and hardware surveillance projects. Contractor will implement the ground-based radar high altitude electromagnetic pulse certification program. It completes mobile depot maintenance activities, verifications testing, and submittal of documentation required for high altitude electromagnetic pulse certification at the five Ballistic Missile Early Warning System, Pave Phased Array Warning System, and Perimeter Acquisition Radar Attack Characterization System sites. Work will be performed at Clear Air Force Station, Alaska; Cape Cod Air Force Station, Massachusetts; Beale Air Force Base, California; Thule Air Base, Greenland; Royal Air Force, United Kingdom; and Cavalier, North Dakota, and is expected to be complete by Jan. 30, 2017.  This award is the result of a sole-source acquisition. Fiscal 2015 operations and maintenance funds in the amount of $12,388,204 are being obligated at the time of award. Air Force Life Cycle Management Center, Peterson Air Force Base, Colorado, is the contracting activity (F19628-02-C-0010).

GE Aviation Systems LLC, doing business as Dowty Propellers, Sterling, Virginia, has been awarded a $12,008,296 firm-fixed-price basic ordering agreement order for C-130J propellers and spare parts.  This contract provides for 11 propellers and 18 lots of associated spare parts.  Work will be performed at Gloucester, United Kingdom, and is expected to be complete by July 31, 2018. This contract involves foreign military sales to Saudi Arabia.  This award is the result of a sole-source acquisition.  Foreign military sales funds and fiscal 2013 and 2014 aircraft procurement funds in the amount of $12,008,296 are being obligated at the time of award.  The contracting activity is Air Force Life Cycle Management Center, Tactical Airlift Contracting Branch at Robins Air Force Base, Warner Robins, Georgia (SPE4A1-14-G-0009-RJ07).

Lockheed Martin Corp., Manassas, Virginia, has been awarded an $11,814,958 cost-plus-fixed-fee contract for the RadioMapping software and hardware prototype system. Contractor will further develop the technology in RadioMap Phase 1 and RadioMap Phase 2 into a full system suitable for transition to a program of record. Work will be performed at Liverpool, New York, and is expected to be completed by July 30, 2016. This award is the result of a competitive acquisition with two offers received. Fiscal 2015 research, development, test, and evaluation funds in the amount of $8,311,104 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-15-C-0159).

United Technologies Corp., doing business as Pratt & Whitney Military Aftermarket, Oklahoma City, Oklahoma, has been awarded a not-to-exceed $11,347,140 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for remanufacture of F100-PW-100/200/220/220E/229 engine rear turbine case. Work will be performed at Springdale, Arkansas, and is expected to be complete by Sept. 29, 2020. This award is the result of a competitive acquisition with three offers received. No funds are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8121-15-D-0024).

Rolls-Royce Corp., Indianapolis, Indiana, has been awarded an $11,205,746 firm-fixed-price delivery order (0905) to previously awarded contract FA8504-07-D-0001 for C-130J engine spare parts. Work will be performed at Indianapolis, Indiana, and is expected to be complete by Dec. 31, 2017. Fiscal year 2013, 2014 and 2015 aircraft procurement funds in the amount of $11,205,746 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

Barnes Aerospace, doing business as Windsor Airmotive, East Hartford, Connecticut, has been awarded a not-to-exceed $9,990,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for remanufacture of F100-PW-100/200/220/220E/229 engine rear turbine case. Work will be performed at East Granby, Connecticut, and is expected to be complete by Sept. 29, 2020. This award is the result of a competitive acquisition with three offers received. No funds are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8121-15-D-0023).

SL-MTI Montevideo Technology, Inc., Montevideo, Minnesota, has been awarded a $9,874,032 firm fixed price contract. Contractor will provide 1200 DC Motors, a highly specialized subassembly of the Propulsion System Rocket Engine. Work will be performed at Montevideo, Minnesota, and is expected to be complete by April 4, 2018. This award is the result of a sole-source acquisition. Fiscal year 2015 Working Capital funds in the amount of $9,874,032 are being obligated at the time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8206-15-C-0007).

Terma North America Inc., Warner Robins, Georgia, has been awarded a $9,225,008 firm-fixed-price contract for Air National Guard and Air Force Reserve Command F-16 components. Contractor will provide for the purchase of F-16 Pylon Integrated Dispensing System universal flare up kits, test adapters, and spare items. Work will be performed in Denmark, and is expected to be complete by Dec. 29, 2016. This award is the result of a sole-source acquisition. Fiscal 2013, 2014 and 2015 National Guard and Reserve Equipment Appropriation funds in the amount of $9,225,008 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8232-15-C-0003).

Black River Systems Co. Inc., Utica, New York, has been awarded a $7,999,778 modification (P00004) to previously awarded contract FA8750-15-C-0039 for geolocation of theater-wide intelligence collection. Contractor will provide development of new capabilities for the already capable Advanced Wideband Processing WOLFJAW system by focusing on the advancement of geolocation techniques, specific signals for collection and improving the existing capabilities using new consumer off the shelf technology. Work will be performed at Utica, New York, and is expected to be complete by Feb. 4, 2019. Fiscal 2015 research, development, test and evaluation funds in the amount of $330,000 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-15-C-0039).

Lockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded a $6,807,962 cost-plus-fixed-fee contract for the C-130 aircraft structural integrity program. Contractor will provide the engineering services and technical support required to perform analyses, formulate deficiency resolution concepts, design proof of concepts, and develop finalized engineering change proposals for ensuring aircraft and aircrew safety of flight, and to maintain the operational life cycle readiness of the C-130 fleet. Work will be performed at Marietta, Georgia, and is expected to be complete by Sept. 30, 2018. This award is the result of a sole-source acquisition. Fiscal 2015 operation and maintenance funds in the amount of $6,807,962 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-15-C-0018).

Leidos Inc., Albuquerque, New Mexico, has been awarded a $6,799,204 cost-plus-fixed-fee contract for research and development for the Directed Energy Directorate’s High Power Technologies Division. Contractor will conduct research to develop new and innovative technologies for high power microwave sources and antennae. The primary goal is to expand the frequency content of the high-power electromagnetic sources and antennae while maintaining the output power amplitude and efficiency. Work will be performed at Kirtland Air Force Base, New Mexico; and Albuquerque, New Mexico, and is expected to be complete by April 4, 2019. This award is the result of a sole-source acquisition. Fiscal 2015 research and development funds in the amount of $2,030,978 are being obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-l3-D-02l0).

ARMY

Battelle Memorial Institute was awarded an $185,410,211 at cost contract for a cooperative agreement with the Army Educational Outreach Program for STEM (science, technology, engineering and mathematics) education.  Bids were solicited via the Internet with seven received. Work will be performed in Columbus, Ohio, with an estimated completion date of Sept. 30, 2025.  Fiscal 2015 research, development, testing, and evaluation funds in the amount of $45,223,880 were obligated at the time of the award.  Army is the contracting activity (W911SR-15-2-0001).

Raytheon Integrated Air Defense Center, Andover, Massachusetts, was awarded an $86,214,000 modification (P00003) to contract W31P4Q-14-C-0022 for 13 radar digital processor upgrade kits for the Patriot system.  Work will be performed in Madison, Alabama; Chandler, Arizona; Phoenix, Arizona; Alameda, California; Anaheim, California; Anaheim, California; San Jose, California; San Diego, California; Carson, California; Chatsworth, California; Valencia, California; Glendale, California; Irvine, California; and Menlo Park, California, with an estimated completion date of Feb. 28, 2019.  Fiscal 2015 other procurement funds in the amount of $ $13,794,240 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Lockheed Martin Corp. MS2 Radar Systems, Liverpool, New York, was awarded an $84,999,000 modification (P00037) to contract (W15P7T-12-C-C015) for purchase of seven AN/PQ-53 IP radar systems.  Work will be performed in Liverpool, New York, with an estimated completion date of Sept. 30, 2017.  Fiscal 2014 other funds in the amount of $ 84,999,000 were obligated at the time of the award.  Army Contracting Command, Fort Monmouth, New Jersey, is the contracting activity.

Northrop Grumman Space & Missile Systems Corp., Huntsville, Alabama, was awarded an $83,924,622 modification (P00118) to contract W31P4Q-C0-8-0418 for an integrated battle command system.  Work will be performed in Huntsville, Alabama, with an estimated completion date of Sept. 30, 2016.  Fiscal 2015 research, development, testing, and evaluation funds in the amount of $4,700,000 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Great Lakes Dredge & Dock Co. LLC, Oak Brook, Illinois, was awarded a $76,771,706 firm-fixed-price contract for dredging and rock removal, and deepening the main channel of the Delaware River.  Bids were solicited via the Internet with three received. Work will be performed in Chester, Pennsylvania; Pedricktown, New Jersey; and Claymont, Delaware, with an estimated completion date of Dec. 31, 2017.  Fiscal 2015 operations and maintenance (Army), and other procurement funds in the amount of $76,771,706 were obligated at the time of the award.  Army Corps of Engineers, Philadelphia, is the contracting activity (W912BU-15-C-0054).

Adjuvant/Capital LLC,* San Antonio, Texas (W9126G-15-D-0022); JDM Construction,* San Antonio, Texas (W9126G-15-D-0023); MT JV,* San Antonio, Texas (W9126G-15-D-0024); NJM Inc.,* Schertz, Texas (W9126G-15-D-0025); and Ruiz-Tidewater JV,* San Antonio, Texas (W9126G-15-D-0026), were awarded a $49,000,000 firm-fixed-price, multi-year, indefinite-delivery/indefinite-quantity contract for construction services at Joint Base San Antonio.  Bids were solicited via the Internet with 14 received.  Funding and exact work location will be determined with each order.  Army Corps of Engineers, Ft. Worth, Texas, is the contracting activity.

Bristol General Contractors LLC,* Anchorage, Alaska (W912HP-15-D-0007); CFM/Severn Associates 8(a) JV,* Millersville, Maryland (W912HP-15-D-0008); Rand Enterprises Inc.,* Columbia, South Carolina (W912HP-15-D-0009); Ayak LLC,* South Port, North Carolina (W912HP-15-D-0010); and McFarland Atlantic Construction LLC,* Charlotte, North Carolina (W912HP-15-D-0011), were awarded a $49,000,000 firm-fixed-price, multi-year, multiple award task order contract with options to  design and build and/or perform general construction in South Carolina and within the South Atlantic Division, Army Corps of Engineers, with an estimated completion date of Sept. 29, 2020.  Bids were solicited via the Internet with 27 received.  Funding and work location will be determined with each order.  Army Corps of Engineers, Charleston, South Carolina, is the contracting activity.

Turner Construction, Reston, Virginia, was awarded a $35,510,944 firm-fixed-price contract with options to repair and upgrade infrastructure and architectural systems in a vivarium, Forest Glen Annex, Silver Spring Campus, Ft. Detrick, Maryland.  Bids were solicited via the Internet with seven received, with an estimated completion date of Oct. 4, 2018.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $36,082,614 were obligated at the time of the award.  Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9127S-15-C-6005).

Whiting-Turner Contracting Co., Baltimore, Maryland, was awarded a $35,418,725 firm-fixed-price contract with options to renovate Building 501, Walter Reed Army Institute of Research.  Four bids were solicited with four received.  Work will be performed in Silver Spring, Maryland, with an estimated completion date of Oct. 4, 2018.  Fiscal 2014 and 2015 research, development, testing, and evaluation and operations and maintenance (Army) funds in the amount of $35,418,725 were obligated at the time of the award.  Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9127S-15-C-6006).

Lockheed Martin Corp., Liverpool, New York, was awarded a $33,390,000 modification (P00036) to contract W15P7T-12-C-C015 for interim contractor support and contractor support services for all AN/TPQ-53 radar systems in fiscal 2016.  Work will be performed in Liverpool, New York; and Moorestown, New Jersey, with an estimated completion date of Sept. 30, 2016.  Fiscal 2013, 2014, and 2015 other procurement (Army) and research, development, testing, and evaluation funds in the amount of $33,390,000 were obligated at the time of the award.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

Tsay/Ferguson-Williams LLC, San Juan Pueblo, New Mexico, was awarded a $30,366,565 modification (P00145) to contract W9124M-09-C-0002 for operations and maintenance, Department of Public Works, Ft. Stewart, Georgia, with an estimated completion date of Sept. 30, 2016.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $30,366,565 were obligated at the time of the award.  Army Contracting Command, Ft. Stewart, Georgia, is the contracting activity.

Raytheon IDS, Andover, Massachusetts, was awarded a $26,906,288 firm-fixed-price undefinitized contract for combined crypto modernization phase 1 and spares supporting the Patriot system.  Work will be performed in Garden Grove, California; Glendale, California; Inglewood, California; Valencia, California; Danbury, Connecticut; Wallingford, Connecticut; Hayden Lake, Idaho; Jefferson, Kentucky; Andover, Massachusetts; Attleboro, Massachusetts; Boston, Massachusetts; Brockton, Massachusetts; Chelsea, Massachusetts; Foxboro, Massachusetts; Holyoke, Massachusetts; and North Reading, Massachusetts, with an estimated completion date of Oct. 31, 2017.  One bid was solicited with one received.  Fiscal 2014 and 2015 other procurement funds in the amount of $6,226,000 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-C-0153).

Intevac Photonics,* Santa Clara, California, was awarded a $25,000,000 order dependent contract to support the development of an advanced digital low light imaging module.  One bid was solicited with one received, with an estimated completion date of Sept. 29, 2020.  Funding and work location will be determined with each order. Army Contracting Command, Research Triangle Park, North Carolina, is the contracting activity (W911NF-15-D-0018).

Chemring Ordnance, Perry, Florida, was awarded a $22,584,132 firm-fixed-price, multi-year contract for M201A1, M208, and M201A1 MOD3 fuses for M18/M83 smoke grenades.  Bids were solicited via the Internet with two received, with an estimated completion date of Dec. 31, 2019.  Funding and work location will be determined with each order.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-D-0107).

Cox Construction Co.,* Vista, California, was awarded a $21,671,500 firm-fixed-price contract with options to design and construct the Army Reserve Center, Riverside, California.  Bids were solicited via the Internet with three received. Work will be performed at March Air Reserve Base, California, with an estimated completion date of Sept. 14, 2017.  Fiscal 2015 military construction, and operations and maintenance (Army) funds in the amount of $21,671,500 were obligated at the time of the award.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-15-C-0044).

Sheffield Korte JV,* Lawton, Oklahoma, as awarded a $21,589,962 firm-fixed-price, multi-year contract with options to design and build an Army Reserve Center in Arlington Heights, Illinois, with an estimated completion date of Oct. 31, 2017.  Bids were solicited via the Internet with eight received.  Fiscal 2015 military construction, and other procurement funds in the amount of $21,589,962 were obligated at the time of the award.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W91QR-15-C-0038).

Kiewit Infrastructure West Co., Vancouver, Washington, was awarded a $19,087,000 firm-fixed-price, multi-year, incrementally funded contract with options for Jetty A rehabilitation, Columbia, River, Illwaco, Washington, with an estimated completion date of Sept. 30, 2018.  Bids were solicited via the Internet with five received.  Fiscal 2015 other procurement funds in the amount of $21,589,962 were obligated at the time of the award.  Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-15-C-0025).

Atherton Construction, Henderson, Nevada, was awarded an $18,708,254 firm-fixed-price contract with options to construct family housing, Rock Island Arsenal, Illinois.  Bids were solicited via the Internet with three received, with an estimated completion date of Sept. 30, 2017.  Fiscal 2012 and 2015 military construction funds in the amount of $18,708,254 were obligated at the time of the award.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-15-C-0040).

Garco Construction Inc., Spokane, Washington was awarded a $15,878,000 firm-fixed price incrementally funded contract with options for spillway gates lifecycle maintenance for the Chief Joseph Dam.  Bids were solicited via the internet with six received. Work will be performed in Bridgeport, Washington with an estimated completion date of Oct. 15, 2018.  Fiscal 2015 other procurement funds in the amount of $2,635,354 were obligated at the time of the award.  Army Corps of Engineers, Seattle, Washington is the contracting activity (W912DW-15-C-0016).

Engineering Research and Consulting,* Huntsville, Alabama, was awarded a $15,275,308 cost-plus-fixed-fee bridge contract for test planning, evaluation, and documentation support services for the Missiles and Sensors Test Directorate, Redstone Test Center, with an estimated completion date of March 30, 2016.  One bid was solicited with one received.  Funding and work location will be determined with each order.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-D-0085).

Cherokee Nation Construction Services*, Tulsa, Oklahoma, was awarded a $14,839,510 firm-fixed-price contract for the design/alteration and repair of building 315 network enterprise center.  Work will be performed in Fort Belvoir, Virginia, with an estimated completion date of September 29, 2015. Bids were solicited via the internet with one received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $10,644,000 were obligated at the time of the award.  Army Contracting Command, Fort Belvoir, Virginia, is the contracting activity (W91QV1-15-C-0112).

Aerostar SES LLC,* Oakridge, Tennessee was awarded a $13,888,146 firm-fixed-price contract for design/repair of Bldg. 707 Tactical Equipment Maintenance Facility.  One bid was solicited with one received. Work will be performed at Ft. Belvoir, Virginia with an estimated completion date of June 29, 2017.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $13,388,146 were obligated at the time of the award.  Army Contracting Command, Ft. Belvoir, Virginia is the contracting activity (W91QV1-15-C-0122).

Korte Construction Co., St. Louis, Missouri was awarded a $13,282,959 firm-fixed-price multi-year contract with options for the design and construction of a Total Army School System (TASS) Training Center at Fort Lee, Virginia    with an estimated completion date of Sept. 30, 2017.  Bids were solicited via the internet with twenty-one received.   Fiscal 2014 and 2015 military construction and operations and maintenance (Army) funds in the amount of $13,282,959 were obligated at the time of the award.  Army Corps of Engineers, Louisville, Kentucky is the contracting activity (W912QR-15-C-0042).

Raytheon Co., Andover, Massachusetts, was awarded a $12,400,000 firm-fixed-price contract to upgrade fiscal 2015 Patriot weapons system for U.S. government customers.  Work will be performed in Andover, Massachusetts; Rancho Cucamonga, California; Nashua, New Hampshire; and Ashburn, Virginia, with an estimated completion date of June 30, 2017.  Bids were solicited via the Internet with one received.  Fiscal 2015 other funds in the amount of $12,400,000 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-C-0032).

Four Tribes Construction Services,* Gaithersburg, Maryland was awarded a $12,219,782 firm-fixed-price multi-year contract to renovate the Marine Reserve center, Brooklyn, New York with an estimated completion date of May 18, 2017.  One bid was solicited with one received.  Fiscal 2015 military construction funds in the amount of $12,219,782 were obligated at the time of the award.  Army Corps of Engineers, Charleston, South Carolina is the contracting activity (W912HP-15-C-0013).

Interstate Electrical Contractors Inc.,* Wheat Ridge, Colorado, was awarded an $11,294,000 firm-fixed-price contract to replace the existing oil filled cable system at the Ft. Randall project.  Bids were solicited via the Internet with three received. Work will be performed in Pickstown, South Dakota, with an estimated completion date of May 17, 2018.  Fiscal 2015 other procurement funds in the amount of $11,294,000 were obligated at the time of the award.  Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-15-C-0038).

General Atomics Aeronautical Systems Inc., Poway, California, was awarded a $9,250,320 modification (P00035) to contract W58RGZ-13-C-0109 to procure universal spares for mobile ground control stations, universal ground control stations, and universal satellite communications ground data terminals for the Gray Eagle unmanned aircraft system.  Work will be performed in Poway, California, with an estimated completion date of Sept. 30, 2017.  Fiscal 2013 other procurement (Army) funds in the amount of $9,250,320 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Connolly-Pacific Co., Long Beach, California, was awarded a $9,235,200 firm-fixed-price contract with options for Los Angeles-Long Beach breakwater repairs.  Bids were solicited via the Internet with two received. Work will be performed in the Port of Los Angeles and the Port of Long Beach, California, with an estimated completion date of Dec. 8, 2016.  Fiscal 2014 and 2015 other procurement funds in the amount of $9,235,200 were obligated at the time of the award.  Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-15-C-0033).

Blackhawk Management Corp., Houston, Texas, was awarded an $8,904,207 cost-plus-fixed-fee undefnitized contract for depot-level repair, on-call technical assistance services, and reset for the Guardrail/Common Sensor Receiving Set, Radio AN/ARW-88(V) and Auxiliary Ground Equipment van.  One bid was solicited with one received. Work will be performed in Houston, Texas, with an estimated completion date of Sept. 29, 2016.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $3,866,104 were obligated at the time of the award.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W56KGY-15-C-0025).

Structural Associates Inc.,* East Syracuse, New York, was awarded a $8,518,820 firm-fixed-price contract with options to construct a hydrant fueling system at Ellsworth Air Force Base, South Dakota, with an estimated completion date of March 23, 2017.  Bids were solicited via the Internet with four received. Military construction funds in the amount of $8,518, 820 were obligated at the time of the award.  Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-15-C-0032).

CEMS Engineering Inc.,* Ladson, South Carolina, was awarded a $8,000,000 firm-fixed-price contract with options for miscellaneous architect-engineer services at federal facilities administered by the Savannah District, Army Corps of Engineers.  Bids were solicited via the Internet with 22 received, with an estimated completion date of Sept. 29, 2019.  Funding and work location will be determined with each order. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-15-D-0029).

S&R Contracting Corp., Lowell, Massachusetts, was awarded a $7,481,065 modification (P00008) to contract (W912BU-12-C-0049) for additional asbestos abatement in support of Walson Army Hospital demolition.  Work will be performed in Wrightstown, New Jersey, with an estimated completion date of October 15, 2016.  Fiscal 2012 other funds in the amount of $7,481,065 were obligated at the time of the award.  Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity.

John Keno and Co. Inc.,* Chicago, Illinois, was awarded a $7,360,841 firm-fixed-price contract with options.  Contractor will be required to perform ravine and coastal restoration work to restore five ravines (Janes, McCormick, Schenk, Scott and Bartlett).  Bids were solicited via the Internet with four received. Work will be performed at Ft. Sheridan, Illinois, with an estimated completion date of Oct. 19, 2020.  Fiscal 2014 other procurement funds in the amount of $7,360,841 were obligated at the time of the award.  Army Corps of Engineers, Chicago, Illinois, is the contracting activity (W912P6-15-C-0019).

Seatrax Inc., Houston, Texas, was awarded a $6,998,000 firm-fixed-price contract with options to procure a new crane to be installed on a barge operated by the Army Corps of Engineers, Rock Island district.  Bids were solicited via the Internet with three received. Work will be performed in Houston, Texas, with an estimated completion date of Nov. 19, 2019.  Fiscal 2015 other procurement funds in the amount of $6,998,000 were obligated at the time of the award.  Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-15-C-0064).

Corcon Inc., Lowellville, Ohio, was awarded a $6,839,260 firm-fixed-price contract with options for repairing and repainting the railings of the Chesapeake City Bridge, Chesapeake City, Maryland, with an estimated completion date of Dec. 31, 2015.  Ten bids were solicited with two received.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $6,839,260 were obligated at the time of the award.  Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-15-C-0069).

Consolidated Safety Services Inc., Fairfax, Virginia, was awarded a $6,800,000 firm-fixed-price contract to conduct industrial hygiene surveys, workplace exposure assessments, data evaluation, and operations regarding the Defense Occupational and Environmental Health Readiness System Industrial Hygiene for the Army Medical Command and the Army Public Health Command.  Bids were solicited via the Internet with three received. Work will be performed at the Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 29, 2016.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $6,800,000 were obligated at the time of the award.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W91ZLK-15-C-0013).

Cotrell Contracting Corp.,* Chesapeake, Virginia was awarded a $6,695,378 firm-fixed price contract for maintenance dredging, Norfolk Harbor and Craney Island Reaches, and Norfolk International Terminal, Hampton Roads, Virginia with an estimated completion date of Feb. 2, 2016.  Bids were solicited via the internet with one received.  Fiscal 2015 military construction funds in the amount of $6,695,378 were obligated at the time of the award.  Army Corps of Engineers, Norfolk, Virginia is the contracting activity (W91236-15-C-0061).

Ahtna Design-Build Inc.,* West Sacramento, California, was awarded a $6,690,144 firm-fixed-price contract for the redistribution of approximately 250,000 cubic yards of previously placed dredged materials within the project limits, creation of a 3- to 5-acre marsh, creation of bird islands and ditch blocks, degradation of the east jetty, and incidental related work. Once bid was solicited with one received. Work will be performed in Oakland, California, with an estimated completion date of Sept. 4, 2016.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $6,690,144 were obligated at the time of the award.  Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-15-C-0020).

NAVY

Lockheed Martin Space Systems Co., Sunnyvale, California, is being awarded $392,023,194 for fixed-price-incentive, cost-plus-incentive-fee, and cost-plus-fixed-fee modification PZ0001 to a previously awarded unpriced letter contract (N00030-15-C-0100) for new procurement of Trident II (D5) missile production, D5 life extension development and production, and D5 deployed systems support.  The maximum dollar value of the modification, including the base items and all option items if exercised, is $1,475,762,638.  The work will be performed in Sunnyvale, California (36.90 percent); Cape Canaveral, Florida (15.80 percent); Brigham City, Utah (11.80 percent); Silverdale, Washington (7.40 percent); St. Mary’s, Georgia (7.20 percent); Pittsfield, Massachusetts (2.40 percent); El Segundo, California (2.20 percent); Kings Bay, Georgia (1.80 percent); Gainesville, Virginia (1.60 percent); Kingsport, Tennessee (1.40 percent); Clearwater, Florida (1.30 percent); Lancaster, Pennsylvania   (1.20 percent); Elkton, Maryland (0.80 percent);  Inglewood, California  (0.70 percent); Palo Alto, California (0.60 percent); Bethel, Connecticut (0.60 percent); Oakridge, Tennessee (0.50 percent); Rockford, Illinois (0.40 percent); East Aurora, New York (0.30 percent); Poulsbo, Washington (0.30 percent); Wenatchee, Washington (0.30 percent); Littleton, Colorado (0.20 percent); Joplin, Missouri (0.20 percent); St. Charles, Missouri (0.20 percent); Fredericksburg, Virginia (0.20 percent); Santa Fe Springs, California (0.10 percent); Gardena,  California  (0.10 percent); San Diego, California (0.10 percent); Torrance, California (0.10 percent); Santa Clara, California (0.10 percent); San Jose, California (0.10 percent); Hayward, California (0.10 percent); Simi Valley,  California (0.10 percent); Campbell,  California (0.10 percent); Pawcatuck, Connecticut  (0.10 percent); Simsbury,  Connecticut (0.10 percent); Melbourne, Florida (0.10 percent); Oldsmar, Florida (0.10 percent); Atlanta, Georgia (0.10 percent); Rensselaer, Indiana (0.10 percent); Baltimore, Maryland (0.10 percent); Leona, New Jersey (0.10 percent); Bristol, Pennsylvania (0.10 percent); Harrisburg,  Pennsylvania  (0.10 percent); Austin, Texas (0.10 percent); and other various locations (less than 0.10 percent each, 1.70 percent total), and work is expected to be completed Nov. 30, 2020.  Fiscal 2015 weapons procurement (Navy) in the amount of $9,371,578; fiscal 2015 other procurement (Navy) in the amount of $12,021,544; and United Kingdom funds in the amount of $39,481,000 are being obligated at the time of award, none of which will expire at the end of the current fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Raytheon Co., Tucson, Arizona, is being awarded a $159,958,743 firm-fixed-price contract for MK 15 Close-In Weapon System (CIWS) upgrades and conversions, system overhauls and associated hardware.  CIWS is a fast-reaction terminal defense against low- and high-flying, high-speed maneuvering, anti-ship missile threats that have penetrated all other defenses.  The CIWS is an integral element of the Fleet Defense In-Depth concept and the Ship Self-Defense Program.  Operating either autonomously or integrated with a combat system, it is an automatic terminal defense weapon system designed to detect, track, engage, and destroy anti-ship missile threats penetrating outer defense envelopes.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $461,712,911. This contract combines purchases for the U.S. (99.29 percent); and the government of New Zealand (0.71 percent) under the Foreign Military Sales program. Work will be performed in Tucson, Arizona (21.73 percent); Louisville, Kentucky (21.41 percent); Williston, Vermont (6.56 percent); Melbourne, Florida (4.74 percent); Andover, Massachusetts (4.06 percent); Pittsburgh, Pennsylvania (3.42 percent); Ottobrunn, Germany (2.59 percent); Tempe, Arizona (2.23 percent); Hauppauge, New York (1.71 percent); Ashburn, Virginia (1.4 percent); Phoenix, Arizona (1.4 percent); Towcester, United Kingdom (1.35 percent); Salt Lake City, Utah (1.32 percent); Palo Alto, California (1.17 percent); Van Nuys, California (1.12 percent); East Syracuse, New York (1.04 percent); and various locations less than one percent each (22.75 percent), and is expected to be completed by October 2018. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $64,107,934; fiscal 2015 weapons procurement (Navy) funding in the amount of $55,121,502; fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $25,117,734; fiscal 2015 other procurement (Army) funding in the amount of $14,393,650; and foreign military sales funding in the amount of $1,217,923, will be obligated at time of award. Contract funds in the amount of $78,501,584 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 – only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity (N00024-15-C-5406).

Northrop Grumman Systems Corp., Herndon, Virginia, is being awarded a $95,010,055 fixed-price-incentive, firm-fixed-price, cost-plus-fixed-fee, and cost-only contract for Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (JCREW) low-rate initial production in support of the Expeditionary Warfare Program Office. This contract includes options which, if exercised, would bring the cumulative value of this contract to $213,430,199. Work will be performed in San Diego, California (53 percent); Beaverton, Oregon (23 percent); Rochester, Minnesota (15 percent); Santa Ana, California (5 percent); and Sierra Vista, Arizona. (4 percent), and is expected to be completed by January 2017. Fiscal 2014 other procurement (Navy); other contingency funds (Air Force); fiscal 2015 other procurement (Navy); fiscal 2015 operation and maintenance (Navy); and fiscal 2015 research, development, test and evaluation (Navy) funding in the amount of $95,010,055, will be obligated at the time of award, and funds in the amount of $800,001 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.  The vendor, as the original source, is the only contractor capable of producing units to meet the Navy’s requirement without unacceptable delays.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-6327).

General Electric Aviation, Lynn, Massachusetts, is being awarded a $94,613,814 24-month requirements contract for the repair of 17 T-64 engine components utilized CH53D/E and MH53E helicopters, along with providing spare parts required for repairs, manufacturing, engineering, and technical support to the Fleet Readiness Center East. Work will be performed in Cherry Point, North Carolina (80 percent) and Lynn, Massachusetts (20 percent). Work is expected to be completed by September 2017.  No money will be obligated at time of award as the contract is based on delivery orders.  Working Capital Funds (Navy) funds in the amount of $14,358,646 will be placed on the first delivery order and funds will not expire at the end of the current fiscal year.  Four suppliers were solicited for this competitive, unrestricted requirement, and one offer was received.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-16-D-002M).

General Electric (GE) Aviation, Lynn, Massachusetts, is being awarded a $79,574,620 basic long-term requirements contract for the repair or replacement of T700 engine components utilized on the H-60 and AH-1W aircraft, along with receiving, warehousing, inventory management, packing, shipping, electronic data interchange requisitioning and commercial asset visibility reporting transactions of the T700 engine depot level component repair program.  GE Aviation is required to meet an 80 percent supply response time availability and satisfy demand surge for up to a five percent demand band.  This contract includes a three-year base.  Work will be performed in Arkansas City, Kansas, and is expected to be completed by September 2018. Working capital funds (Navy) funds in the amount of $6,408,762 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year.  Five suppliers were solicited for this competitive, unrestricted requirement, and one offer was received.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-15-D-004M).

BAE Systems San Diego Ship Repair, San Diego, California, was awarded a $53,633,494 modification to previously awarded, cost-plus-award-fee, cost-plus-incentive-fee contract (N00024-11-C-4408) for USS Milius (DDG 69) fiscal 2015 extended selected restricted availability.  An extended selected restricted availability includes the planning and execution of depot-level maintenance, alterations, modernizations, and modifications that will update and improve the ship’s military and technical capabilities.  Work will be performed in San Diego, California, and is expected to be completed by December 2016. Fiscal 2015 other procurement (Navy) funding in the amount of $33,527,206; and fiscal 2015 operations and maintenance (Navy) funding in the amount of  $20,106,288 will be obligated at time of award. Contract funds in the amount of $20,106,288 will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. (Awarded Sept. 29, 2015)

RQ-DPR JV, Carlsbad, California, is being awarded a $53,262,000 firm-fixed-price contract for design and construction of Support Activity Operations Facilities One and Two at Naval Base Coronado.  The contract also contains three unexercised options, which if exercised, would increase cumulative contract value to $56,862,000.  Work will be performed in Imperial Beach, California, and is expected to be completed by April 2018.  Fiscal 2015 military construction, (defense-wide) contract funds in the amount of $53,262,000 are obligated at time of 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 13 proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-15-C-1609).

BAE Systems San Diego Ship Repair, San Diego, California, was awarded a $50,625,133 modification to previously awarded cost-plus-award-fee, incentive-fee contract (N00024-11-C-4400) for USS Cape St. George (CG 71) fiscal 2015 extended dry-docking selected restricted availability.  An extended dry-docking selected restricted availability includes the planning and execution of depot-level maintenance, alterations and modifications that will update and improve the ship’s military and technical capabilities.  This modification includes options which, if exercised, would bring the cumulative value to $51,016,432.  Work will be performed in San Diego, California, and is expected to be completed by September 2016.  Fiscal 2015 operations and maintenance (Navy) funding in the amount of $48,059,799; working capital funding in the amount of $2,392,527; and fiscal 2015 other procurement (Navy) funding in the amount of $172,807 will be obligated at time of award. Contract funds in the amount of $48,059,799 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. (Awarded Sept. 29, 2015)

Exelis Inc., Van Nuys, California, is being awarded a $38,821,160 fixed-price-incentive contract for the production of AN/SPS-48G(V)(1) radar modification kits. This contract includes options which, if exercised, would bring the maximum cumulative value of this contract to $113,422,435. Work will be performed in Van Nuys, California, and is expected to be completed by September 2018. Fiscal 2014 other procurement (Navy) funding in the amount of $16,637,640; fiscal 2015 other procurement (Navy) funding in the amount of $16,637,640; and fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $5,545,880 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.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

EMCOR Government Services Inc., Arlington, Virginia, is being awarded a $38,517,884 modification under previously awarded indefinite-delivery/indefinite-quantity contract (N40080-10-D-0464) to exercise option year one for base operations support at various installations within a 100-mile radius of the Washington Navy Yard.  After award of this option, the total cumulative contract value will be $222,926,709.  Work will be performed in Washington, District of Columbia (54 percent); Maryland (25 percent); and Virginia (21 percent), and this option period is from October 2015 to September 2016.  No funds will be obligated at time of award.  Fiscal 2016 operation and maintenance (Navy and Marine Corps); fiscal 2016 defense working capital funds; and fiscal 2016 Defense Health Program contract funds in the amount of $30,242,753 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Washington, Washington District of Columbia, is the contracting activity.

Raytheon Integrated Defense Systems, St. Petersburg, Florida, is being awarded a $35,970,624 modification to previously awarded contract N00024-12-C-5231 for cooperative engagement capability shipboard planar array antenna assemblies and Cooperative Engagement Capability  ANUSG-3B airborne systems. Work will be performed in Largo, Florida, and is expected to be completed by December 2017. Fiscal 2015 other procurement (Navy); fiscal 2015 aircraft procurement (Navy); and fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $35,970,624 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.

Raytheon Integrated Defense Systems, St. Petersburg, Florida, is being awarded a $31,727,498 modification to previously awarded cost-plus-fixed-fee and cost-only-type contract N00024-13-C-5212 to exercise options for Cooperative Engagement Capability design agent and engineering services. Work will be performed in St. Petersburg, Florida, and is expected to be completed by September 2016.  Fiscal 2013 shipbuilding and conversional (Navy) funding in the amount of $1,215,411; fiscal 2015 other procurement (Navy) funding in the amount of $873,577; fiscal 2013 other procurement (Navy) funding in the amount of $645,687; fiscal 2011 shipbuilding and conversion (Navy) funding in the amount of $303,853; fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $227,890; fiscal 2015 research, development, test and evaluation (Navy) funding in the amount of $151,926; fiscal 2014 research, development, test and evaluation (Navy) funding in the amount of $113,945; fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $113,945; fiscal 2012 shipbuilding and conversion (Navy) funding in the amount $75,963; fiscal 2014 other procurement (Navy) funding in the amount of $37,981; fiscal 2010 shipbuilding and conversion (Navy) funding in the amount of $30,385; and fiscal 2015 operations and maintenance (Navy) funding in the amount of $7,597, will be obligated at time of award. Contract funds in the amount of $128,775 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-13-C-5212).

Centerra Integrated Services LLC,* Fort Worth, Texas, is being awarded a maximum amount $30,000,000 for indefinite-delivery/indefinite-quantity job order contract for minor construction, alteration and repair of real property and utilities at Naval Station Guantanamo Bay.  Task order 0001 is being awarded at $171,397 for hangar floor, rails and beams, and Beacon Tower refurbishment in Building AV600.  Work for this task order is expected to be completed by March 2016.  All work for this contract will be performed in Guantanamo Bay, Cuba.  The term of the contract is not to exceed 60 months, with an expected completion date of September 2019.  Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $171,397 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 seven proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-15-D-1626).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $28,777,974 modification to a previously awarded cost-plus-incentive-fee contract (N00019-15-C-0031) to upgrade the low-rate initial production Autonomic Logistics Operating Unit and all fielded Autonomic Logistics Design Development (ALIS) systems to ALIS software release 2.0.2 in support of the F-35 aircraft. Work will be performed in Orlando, Florida (50 percent); Fort Worth, Texas (10 percent); Portsmouth, United Kingdom (5 percent); Willliamtown, Australia (5 percent); Nevatim, Israel (5 percent); Glendale, Arizona (4 percent); Edwards Air Force Base, California (3 percent);  Cameri Air Base, Italy (2.5 percent);  Amendola Air Base, Italy (2.5 percent); Yuma, Arizona (2 percent); Ogden, Utah (2 percent); Valparaiso, Florida (2 percent); Beaufort, South Carolina (1.5 percent); Las Vegas, Nevada ( 1.5 percent); Havelock, North Carolina (1 percent); Norfolk, Virginia (1 percent); San Diego, California (1 percent), and Salt Lake City, Utah (1 percent), and is expected to be completed in December 2017.  Fiscal 2014 aircraft procurement (Navy, Marine Corps and Air Force), non-U.S Department of Defense participant funding, and foreign military sales funds in the amount of $28,777,974 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This order combines purchases for the Air Force ($12,164,704); Marine Corps ($6,236,157);  Navy ($3,365,675); non-U.S. Department of Defense participants ($5,874,056); and foreign military sales customers ($1,137,382).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Solpac Construction Inc./Soltek Pacific Construction Co., San Diego, California, is being awarded a $26,602,000 firm-fixed-price task order 0002 at under a multiple award construction contract for the design and construction of a Logistics Support Unit One Operations Facility at Naval Base Coronado.  The work to be performed provides for all services, design labor, materials, and equipment necessary to design and construct the facility at the Silver Strand Training Complex South.  The facility supports Naval Special Warfare, Group One.  The facility will support a variety of functions including armory, dive operations, medical and rehabilitation.  The planned modifications, if issued, provide for furniture, fixtures, and equipment, physical security equipment and audio visual equipment.  The option, if exercised, provides for a lift truck and charging station, laundry equipment, metal shelving, training room work tables and agitating ultrasonic parts washers.  The task order also contains one unexercised option and three planned modifications, which if exercised would increase the cumulative task order value to $30,173,000.  Work will be performed in Imperial Beach, California, and is expected to be completed by October 2017.  Fiscal 2015 military construction, (Defense) contract funds in the amount of $26,602,000 are obligated on this award and will not expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-15-D-2426).

FARR Builders LLC,* San Antonio, Texas 78210 (N69450-15-D-1615); Belt Built Con-Cor JV, LLC,* San Antonio, Texas (N69450-15-D-1616); Cherokee Nation Construction Services,* Tulsa, Oklahoma 74116 (N69450-15-D-1617); Unified Services of Texas,* Southlake, Texas 76092 (N69450-15-D-1618); and Primestar Construction,* Dallas, Texas 75215 (N69450-15-D-1619), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all five contracts combined is $25,000,000.  FARR Builders LLC is being awarded task order 0001 at $634,434 for the construction of a military working dog facility at Naval Air Station, Fort Worth Joint Reserve Base, Texas.  Work for this task order is expected to be completed by August 2016.  All work on this contract will be performed primarily within the NAVFAC Southeast Fort Worth, Texas area (90 percent).  The remainder will be performed within the NAVFAC Southeast AOR (10 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of September 2020.  Fiscal 2015 operation and maintenance, (Navy Reserve) contract funds in the amount of $638,434 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 27 proposals received.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

Adept Process Services Inc.,* National City, California (N55236-15-D-0001); Bay City Marine Inc.,* National City, California (N55236-15-D-0002); Delphinus Engineering Inc.,* Eddystone, Pennsylvania (N55236-15-D-0003); Epsilon Systems Solutions Inc.,* San Diego, California (N55236-15-D-0004); Gulf Copper Ship Repair Inc.,* Corpus Christi, Texas (N55236-15-D-0005); Integrated Marine Services Inc.,* Chula Vista, California (N55236-15-D-0006); Marine Group Boat Works LLC,* Chula Vista, California (N55236-15-D-0007); Miller Marine Inc.,* San Diego, California (N55236-15-D-0008); NevWest Inc.,* San Diego, California (N55236-15-D-0009); Nielsen Beaumont Inc.,* San Diego, California (N55236-15-D-0010); Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N55236-15-D-0011); and Willard Marine Inc.,* Anaheim, California (N55236-15-D-0012), are each being awarded $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award contracts to provide marine boatyard services and industrial support for boats and vessels less than 15 meters or 50 feet in length. Each contractor shall furnish the necessary management, material support services, labor, supplies, and equipment deemed necessary to provide marine boatyard and industrial support which includes specific modifications, upgrades, service life extension and repairs to non-commissioned boats, craft, lighterage and service craft and their associated systems and periodic maintenance primarily in support of San Diego area Naval Facilities boats, craft, lighterage, and service craft custodians. The work is broken out into two different lots. Lot I is for marine boatyard services and industrial support for boats, craft, lighterage or service craft less than 15 meters or 50 feet in length (by Navy hull designation or length overall) that can be transported via roadway by a trailer. Work will be performed in San Diego, California, for the contractor’s facility as needed, and is expected to complete in October 2020 if all options are exercised. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $36,000 will be obligated at time of award and will expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website with 12 offers received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Wolf Creek Federal Services Inc.,* Anchorage, Alaska, is being awarded a $21,979,007 modification to previously awarded indefinite-delivery/indefinite-quantity contract (N44255-13-D-8008) to exercise option two for base operations support at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR).  After award of this option, the total cumulative contract value will be $64,602,924.  Work will be performed at various installations in the NAVFAC Northwest AOR, but primarily at Naval Air Station Whidbey Island and Naval Station Everett.  This option period is from October 2015 to September 2016.  No funds will be obligated at time of award.  Fiscal 2016 operation and maintenance, (Navy); fiscal 2016 Navy working capital funds; and fiscal 2016 defense health program contract funds in the amount of $12,872,589 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.

Insight Pacific LLC,* Anaheim, California, is being awarded $20,522,100 for firm-fixed-price task order 0006 under a previously awarded multiple award construction contract (N62478-14-D-4000) for repair of Headquarters Pacific Air Forces Building 1102 at Joint Base Pearl Harbor-Hickam.  The work to be performed provides for repairs to the fire alarm and mass notification devices as well as legacy devices in communications centers.  Unique elements included in Phase 6 include installation of an elevator; equipment mezzanine; fire separation barrier over the existing wood roof decking; repair fire rating of existing steel roof structure and mezzanine; repair/replace damaged wood roof decking; seal underside of roof decking, existing roof vent, and exterior fire egress stair at E wing. Work will be performed in Oahu, Hawaii, and is expected to be completed by August 2018.  Fiscal 2015 operation and maintenance (Navy and Air Force) contract funds in the amount of $20,522,100 are being obligated on this award and will expire at the end of the current fiscal year.  Two proposals were received for this task order.  The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Computer Sciences Corp., Washington, District of Columbia, is being awarded a $20,328,475 cost-plus-fixed-fee contract modification to previously awarded contract (N00024-14-C-2307) for professional services in support of the Littoral Combat Ship (LCS) Program Office and the LCS Fleet Introduction and Sustainment Program Office. This contract is for professional support services in the areas of program management, business financial management, system engineering, production planning and production engineering, post-delivery, test and evaluation, life cycle engineering and support, logistics and operational readiness, manning personnel and training/human systems integration analysis and engineering, configuration and data management engineering and combat systems development. This contract modification includes options which, if exercised, would bring the cumulative value of the contract to $40,818,670. Work will be performed in Washington, District of Columbia, and is expected to be completed by September 2016. Fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $12,748,296 will be obligated at the 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

Northrop Grumman Systems Corp., Annapolis, Maryland, is being awarded a $14,699,879 modification to previously awarded contract N00024-13-C-6412 to exercise option year two for the production of MK54 Mod 0 Lightweight Torpedo (LWT) array kits, and related engineering and repair services for upgrade of Navy LWTs.  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 array kits including warranty and Navy and Foreign Military Sales spares.  This modification also involves foreign military sales to Australia.  Work will be performed in Lititz, Pennsylvania (41 percent); Annapolis, Maryland (30 percent); and Santa Barbara, California (29 percent), and is expected to be completed by December 2017.  Fiscal 2015 weapons procurement (Navy); and foreign military sales funding in the amount of $14, 699,879, 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.

Corinthian Contractors,* Arlington, Virginia, is being awarded a $12,599,900 firm-fixed-price contract for construction of the Russell Road infrastructure widening at Marine Corps Base Quantico.  Work will be performed in Quantico, Virginia, and is expected to be completed by February 2017.  Fiscal 2013 military construction, (Navy) contract funds in the amount of $12,599,900 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 eight proposals received.  The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-15-C-0169).

URS Group Inc., Virginia Beach, Virginia, is being awarded a $12,356,664 firm-fixed-price contract for construction of a dining facility at Naval Station Guantanamo Bay.  The contract also contains two unexercised options and two planned modifications, which if exercised would increase cumulative contract value to $13,529,900.  Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by May 2017.  Fiscal 2015 military construction, (Army) contract funds in the amount of $12,356,664 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, Southeast, Jacksonville, Florida, is the contracting activity (N69450-15-C-2066).

Bohemia Interactive Simulations Inc., Orlando, Florida, is being awarded a $12,327,000 firm-fixed-price, indefinite-quantity/indefinite-delivery contract in support of program manager training systems, to procure Marine Corps specific software development packages for Virtual Battle Space and Post Deployment software support used in support of the Deployable Virtual Training Environment (DVTE) training systems.  DVTE is a first-person, immersive, simulation-based training system capable of emulating and simulating a wide variety of training scenarios and weapons systems, generating high-fidelity, relevant terrain databases.  It consists of two major components, the Combined Arms Network, and the Infantry Tool Kit. The simulation programs incorporated into the training suite range from individual skill sustainment trainers to battalion level operation simulation.  Work will be performed in Orlando, Florida, and is expected to be completed by September 2020.  No funds will be obligated at the time of the award and subsequent funding will be applied to future delivery orders as awarded.  This contract is being awarded as sole-source in accordance with 10 U.S. Code 2304(c)(1).  Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-15-D-7800).

Science Applications International Corp., McLean, Virginia, is being awarded a $12,257,729 cost-plus-fixed-fee modification to previously awarded contract N00024-14-C-6301 to exercise an option for Mine Warfare and Environmental Decision Aids Library (MEDAL) in support of the Mine Warfare Program Office, under Program Executive Office, Littoral Combat Ships.   Work will be performed in McLean, Virginia (80 percent); San Diego, California (14 percent); Bay St. Louis, Mississippi (5 percent);  Edmond, Oklahoma (0.5 percent); and  Norfolk, Virginia (0.5 percent), and is expected to be completed by September 2016. Fiscal 2015 other procurement (Navy) funding in the amount of  $1,410,980; and fiscal 2015 research, development, test and evaluation (Navy) funding in the amount of $600,000, 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.

MetalCraft Marine Inc.,* Cape Vincent, New York, is being awarded a $10,158,923 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for oil spill response boom platforms (OSR BPs) and utility boats (UB).  This procurement is for an estimated 20 OSR BPs and 50 OSR UBs.  The OSR BPs and UBs will be built to commercial standards and practices using government-specified requirements focused on boat compatibility constraints. Typical OSR mission requires BPs and UBs to sprint to an oil spill location ahead of the Oil Pollution Rapid Response Skimmer (RRS). Primary mission of BP is to transport boom sections to the oil spill location. Primary mission of the UB is to payout/deploy the 24-inch response boom from the BP and to tend the boom while the RRS recovers the oil.  Work will be performed in Cape Vincent, New York (60 percent); and Kingston, Ontario (40 percent), and is expected to be completed by October 2020.  Fiscal 2015 other procurement (Navy) funds in the amount of $1,277,696 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 10 offers received.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-D-2214).

TOTE Services Inc., Jacksonville, Florida, is being awarded a $9,922,681 modification under a previously awarded firm-fixed-price contract (N00033-12-C-2500) to exercise a one-year option for the operation and maintenance of the Sea-Based X-Band Radar platform.  The vessel is operated for the Missile Defense Agency to provide limited test support services and is a contingency component of the Ground Based Mid-Course Defense element of the Ballistic Missile Defense System for the U.S. Strategic Command.  The vessel may also be used for other government missions as directed or placed in a reduced operating status. Work will be performed in the Pacific Ocean operating area and is expected to be completed by Sept. 30, 2016.  Navy working capital funds in the amount of $9,922,681 are obligated for fiscal 2016 and will not expire at the end of the fiscal year.  The Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity.

Universal Construction Co., Inc., Huntsville, Alabama, is being awarded a $9,600,000 firm-fixed-price modification to increase the maximum dollar value of a firm-fixed-price contract for all the facilities and infrastructure necessary to support the Intel Battalion Headquarters Group and the Air Naval Gunfire Liaison Company at Marine Corps Base Camp Lejeune, including two new headquarters, an operational control center, supply warehouses, motor transport maintenance area, various support structures, related amenities, and utilities.  After award of this modification, the total cumulative contract value will be $117,466,160.  Work will be performed in Jacksonville, North Carolina, and is expected to be completed by February 2016.  Fiscal 2011 military construction, (Navy) contract funds in the amount of $9,600,000 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-11-C-4000).

Insitu Inc., Bingen, Washington, is being awarded $9,466,578 for firm-fixed-price delivery order 0050 against a previously issued basic ordering agreement (N00019-12-G-0008) for upgrades and modifications in support of previously procured ScanEagle unmanned air systems.  In addition, this order includes these services: site activation/survey, training, program management, field service representatives, and associated data.  Work will be performed in Hamat, Lebanon (85 percent); and Bingen, Washington (15 percent), and is expected to be completed in September 2016.  Fiscal 2015 operation and maintenance (defense-wide) funds in the amount of $9,466,578 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.

Offshore Service Vessels Inc., Cut Off, Louisiana, is being awarded a $9,149,268 modification under a previously awarded firm-fixed-price contract (N00033-13-C-2001) to exercise a one-year option for the time charter of one maritime support vessel, MV C-Champion.  The vessel is used as a platform for launching and recovering small boats, refueling and provisioning small boats, and assisting with limited maintenance for small boats.  The vessel also provides support to maritime security operations.  Work will be performed worldwide, and work is expected to be completed Sept. 30, 2016.  Working capital contract funds in the amount of $9,149,268 are being obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N00033-13-C-2001).

Northrop Grumman Systems Corp., Melbourne, Florida, is being awarded a $8,683,137 firm-fixed-price modification to previously awarded contract N00024-15-C-6318 for provisioned item order spares for Airborne Laser Mine Detection Systems in support of Program Executive Office Littoral Combat Ships. Work will be performed in Tucson, Arizona (39 percent); Melbourne, Florida (33 percent); Irvine, California (18 percent); and St. Charles, Missouri (10 percent), and work is expected to be completed by July 2017. Fiscal 2015 operation and maintenance (Navy) funding in the amount of $8,683,137 is being obligated at time of award and will not expire at the end of fiscal 2015. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Raytheon Integrated Defense Systems, Portsmouth, Rhode Island, is being awarded an $8,570,384 cost-plus-fixed-fee delivery order to previously awarded basic ordering agreement N00024-14-G-6321 to provide program management support, engineering support and system equipment maintenance support efforts required to manage, maintain and test the AN/ASQ – 235 Airborne Mine Neutralization System and program through initial operational capability. Work will be performed in Portsmouth, Rhode Island, and is expected to be completed by September 2016. Fiscal 2015 research, development, test and evaluation (Navy) funding in the amount of $3,079,211; and fiscal 2014 other procurement (Navy) funding in the amount of $128,300, 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.

Science Applications International Corp., Crane, Indiana, is being awarded an $8,557,741 firm-fixed-price contract for Lot I production of 59 Common Aircraft Armament Test sets and 57 Pure Air Generator adapter sets in support of precision strike weapons and aviation support equipment.  Work will be performed in Crane, Indiana, and is expected to be completed in April 2017.  Fiscal 2015 aircraft procurement funds (Navy) in the amount of $8,557,741 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, Lakehurst, New Jersey, is the contracting activity (N68335-15-C-0334).

Interstate Electronics Corp., Anaheim, California, is being awarded $7,686,335 for modification PZ0018 to a previously awarded cost-plus-fixed-fee, firm-fixed-price new procurement contract (N00030-14-C-0006) for Navy Mobile Instrumentation System Communications System Promina replacements, Position Reference System display SP alteration, and M350 radio frequency set.  The work will be performed in Anaheim, California (93 percent); Cape Canaveral, Florida (3 percent); Pt. Mugu, California (1 percent); Bangor, Washington (1 percent); Kings Bay, Georgia (1 percent); and Washington, District of Columbia (1 percent), with an expected completion date of March 31, 2017.  Fiscal 2015 weapons procurement (Navy) funds in the amount of $4,675,058; and fiscal 2015 other procurement (Navy) funds in the amount of $3,011,277, are being obligated on this award, none of which will expire at the end of the current fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Ball Aerospace Technologies Inc., Boulder, Colorado, is being awarded a $7,222,342 firm-fixed-price definitization modification to previously awarded contract N00024-14-C-5412 for “Stalker” or Long Range Electro-Optical/Infrared/Laser Range Finder production. Work will be performed in Broomfield, Colorado, and is expected to be completed by April 2018. Fiscal 2014 other procurement (Navy) funding in the amount of $9,800,895; fiscal 2014 research, development, test and evaluation (Navy) funding in the amount of $1,698,822; fiscal 2015 other procurement (Navy) funding in the amount of $1,437,465; and fiscal 2015 operations and maintenance (Navy) funding in the amount of $130,678 will be obligated at time of award. Contract funds in the amount of $1,829,500 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Navatek Ltd., Honolulu, Hawaii, is being awarded a $6,944,578 cost-plus-fixed-fee contract to develop capabilities for a Navatek-developed software simulation tool, AEGIR, to combine efficient simulation of mission performance and modern design practices for modern naval vessels to allow Navy designers to consider current and future mission requirements, and current and projected fleet assets, in both individual ship designs and in structuring fleet composition.    Work will be performed in Honolulu, Hawaii, and work is expected to be completed by Sept. 29, 2017.  Fiscal 2015 research, development, test and evaluation funds in the amount of $2,252,459 are being obligated at the time of award.  No funds will expire at the end of the current fiscal year.  This contract was competitively procured under the Office of Naval Research broad agency announcement (BAA) 15-001.  Since proposals will be received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown.  The Office of Naval Research, Washington, District of Columbia, is the contracting activity (N00014-15-C-5134).

BSC Partners LLC,* San Diego, California, is being awarded a $6,594,757 modification to a previously awarded firm-fixed-price contract (N61340-14-C-0002) to exercise an option for the procurement of one MH-60S Aircrew Virtual Environment Trainer, including technical data.  Work will be performed in Orlando, Florida (95 percent); and Binghamton, New York (5 percent), and is expected to be completed in January 2021.  Fiscal 2014 aircraft procurement funds (Navy) in the amount of $6,594,757 are being obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Brighton Cromwell LLC,* Randolph, New Jersey, has been awarded a maximum $40,808,419 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for vehicle parts, service and modification kits. This was a competitive acquisition with three responses received. This is a three-year contract with two one-year option periods. Location of performance is New Jersey, with a Sept. 29, 2018, performance completion date. Using military service is Army, and Defense Logistics Agency. Type of appropriation is fiscal 2016 through fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-15-D-0218).

Corix Infrastructure (US) Inc., Wauwatosa, Wisconsin, has been awarded a maximum $33,974,685 fixed-price with economic-price-adjustment contract for ownership, operation and maintenance of the natural gas, potable water and wastewater collection utility systems at Gillem Enclave, Georgia. This was a competitive acquisition with five responses received. Locations of performance are Wisconsin and Georgia, with a Feb. 28, 2066, performance completion date. Using military service is Army. Type of appropriation is fiscal 2015 through fiscal 2066 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-15-C-8304).

BP Products North America Inc., Chicago, Illinois, has been awarded a maximum $32,670,960 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for automotive gasoline. This was a competitive acquisition with six responses received. This is a one-year contract with one 30-day carryover. Locations of performance are Illinois and Texas, with an Oct. 30, 2016, performance completion date. Using foreign customer is Israel. Type of appropriation is fiscal 2015 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-15-D-0498).

L-3 Communications Corp., San Carlos, California, has been awarded a maximum $23,541,980 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aircraft electron tubes. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. Location of performance is California, with a Sept. 29, 2020, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2015 through fiscal 2020 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Hill Air Force Base, Utah (SPRHA4-15-D-0001).

General Electric, Cincinnati, Ohio, has been awarded a maximum $12,506,503 delivery order (UN09) against a three-year contract (SPM4AX-12-D-9422) for aircraft gutter assemblies. This is a firm-fixed-price contract. This was a sole-source acquisition using the justification of 10 U.S. Code 2304(c)(1). Location of performance is Ohio, with a Sept. 30, 2018, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2016 through fiscal 2018 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma.

Old Dominion Utility Services, Inc., Fort Eustis, Virginia, has been awarded a maximum $7,509,531 modification (P00192) assuming all ownership, operation and maintenance of the water and wastewater utility systems at Fort Story and Joint Base Langley-Eustis, Virginia. This is a fixed-price with economic-price-adjustment contract. Location of performance is Virginia, with an April 3, 2056, performance completion date. Using military services are Navy and Air Force. Type of appropriation is fiscal 2015 through fiscal 2056 Air Force and Navy operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Ball Aerospace and Technologies Corp., Boulder, Colorado, has been awarded a $16,403,612 cost-plus-fixed-fee modification (P00005) to exercise option one of previously awarded HR0011-15-C-0021 for phase two of a Defense Advanced Research Projects Agency research program. The modification brings the total cumulative face value of the contract to $22,173,132 from $5,769,520. Work will be performed in Boulder, Colorado (76 percent); and Cambridge, Maryland (24 percent), with an expected completion date of Nov. 30, 2016. Fiscal 2015 research, development, test, and evaluation funds in the amount of $3,000,000 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

The Microelectronics Advanced Research Corp., Durham, North Carolina, has been awarded a $15,549,979 modification (P00013) to previously awarded HR0011-13-3-0002 (other transaction agreement), exercising the third option for year 4 of the Focus Center Research Program (FCRP) – Semiconductor Technology Advanced Research Network (STARnet). The modification brings the total cumulative face value of the agreement (government share) to $60,550,092 from $45,000,113. The non-federal (performer) cost share amount is increased to $91,014,186 from $67,689,216. The goal of this program is to create/continue a nationwide network of multi-university research centers that will keep the Department of Defense and U.S. semiconductor and defense systems firms at the forefront of the global microelectronics revolution. These centers will be focused on discovering solutions to the problems expected to stymie future integrated circuit progress and to lay the foundations for microsystems innovations once the improvements associated with Moore’s Law are exhausted. The FCRP STARnet University Focus Centers operating are: Center for Spintronic Material, Interfaces and Novel Architectures (C-SPIN) – University of Minnesota; Function Accelerated nanoMaterial Engineering (FAME) – University of California, Los Angeles; Center for Low Energy Systems Technology (LEAST) – University of Notre Dame; Center for Future Architectures Research (C-FAR) – University of Michigan; Systems On Nanoscale Information fabriCs (SONIC) Center – University of Illinois; and TerraSwarm Research Center (TSRC) – University of California, Berkeley. The expected completion date is Jan. 20, 2017. Fiscal 2015 research, development, test, and evaluation funds in the amount of $3,862,494 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

Northrop Grumman Space & Mission Systems, Redondo Beach, California, has been awarded a $12,188,262 cost-plus-fixed-fee modification (P00004) to exercise Option 1 of previously awarded HR0011-15-C-0022 for Phase 2 of a Defense Advanced Research Projects Agency research program. The modification brings the total cumulative face value of the contract to $14,078,090 from $1,889,828. Work will be performed in Redondo Beach, California (63 percent); Manassas, Virginia (17 percent); Livermore, California (11 percent); Cincinnati, Ohio (6 percent); and Littleton, Colorado (3 percent), with an expected completion date of Nov. 30, 2016. Fiscal 2015 research, development, test and evaluation funds in the amount of $2,268,387 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

DEFENSE INFORMATIONS SYSTEMS AGENCY

Caprock Government Solutions Inc., Herndon, Virginia, has been awarded a $10,048,699 firm-fixed-price contract modification for the definitization of a previously approved undefinitized contract action.  The requirement is to provide dark fiber, equipment, and commercial facilities to support Department of Defense users in the continental U.S. The requirement includes installation, integration, and testing of optical line amplifier equipment, operations and maintenance support in commercial fiber facilities, end-to-end transmission and professional support services inclusive of Defense Information Systems Network diversity and resiliency capabilities, system integration, and system upgrades. Fiscal 2015 defense working capital funds in the amount of $10,048,699 are being obligated at award.  Work will be performed at nine locations throughout the southeast continental U.S., with an estimated completion date of June 14, 2016.  The Defense Information Technology Contracting Organization-National Capital Region is the contracting activity (HC1047-15-C-4006).

DEFENSE HEALTH AGENCY

SEKON Enterprises Inc., Herndon, Virginia is being awarded a $7,043,306 modification to HT0011-14-F-0030 to add support for Defense Medical Information Exchange Program Management Office (PMO); Program Executive Office (PEO) Defense Healthcare Management Systems (DHMS); and the Joint Operational Medicine Information System (JOMIS) PMO.  The JOMIS PMO, in close coordination with the Defense Healthcare Management Systems Modernization PMO, is charged with end-to-end life cycle acquisition responsibilities in support of a common operational medicine software baseline for the Military Health Systems.  The JOMIS PMO manages two major automated information systems programs, the legacy Theater Medical Information Program – Joint and the future JOMIS operational medicine systems. Work will be performed in Virginia with an estimated completion date of Jan. 28, 2016.  Fiscal 2015 operation and maintenance funds in the amount of $6,765,934; and research, development, test and evaluation funds in the amount of $252,806 are obligated on this modification. The Defense Health Agency, Falls Church, Virginia, is the contracting activity.

U.S. TRANSPORTATION COMMAND

DLT Solutions, Herndon, Virginia, is being awarded a maximum $11,310,983 modification (P00012 to exercise option period three/ P00013 to fund the modification) to previously awarded firm-fixed-price contract (HTC711-13-F-D011).  These modifications bring the total cumulative face value of the contract to $35,261,469 from $23,950,486.  The modifications provide for the exercise and funding of option period three with a period of performance of Oct. 1, 2015 through Sept. 30, 2016, and provide an unlimited license agreement that allows for the unlimited growth of software licenses for the identified products throughout U.S. Transportation Command and its components.  Licenses will be used at Scott Air Force Base, Illinois, and performance is expected to be completed by September 2016.  The funding appropriation is fiscal 2016 transportation working capital funds.  The contracting activity is the U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

CACI Inc. Federal, Chantilly, Virginia, has been awarded a maximum $6,766,979 modification (P00019 to exercise option period three/P00023 to fund the modification) to indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-plus-fixed-fee, and cost-plus-incentive-fee contract (HC1028-08-D-2016-6S01).  The modifications bring the total cumulative face value of the contract to $24,125,626 from $17,358,647.  Work will be performed at Scott Air Force Base, Illinois, with an expected completion date of Sept. 30, 2016.  These modifications provide for the exercise of option period three for continuing software development, architecture, and operations and sustainment for the Defense Personal Property System.  The funding appropriation is fiscal 2016 transportation working capital funds.  The contracting activity is the U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

*Small business
Photo: foxtrotalpha.jalopnik.com

 

DoD Contracts: Sikorsky Aircraft Corp. Awarded $189M for CH-53 Aircraft

$
0
0

NAVY162731

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded an $189,431,164 five-year, firm-fixed-price requirements, performance-based logistics contract for the repair coverage for 10 weapons replaceable assemblies in support of the CH-53 aircraft.  Work will be performed at Fleet Readiness Center East, Cherry Point, North Carolina (71 percent); and in Stratford, Connecticut (29 percent).  Work is expected to be completed by September 2020.  No contract funds will be obligated at the 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)(2).  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-16-D-001F).

American Scaffold, San Diego, California (N55236-15-D-0019); and W.V. Construction Co., Jamul, California (N55236-15-D-0020), were awarded a $148,437,685 firm-fixed-price, indefinite-delivery/indefinite-quantity, multi-award contract to provide scaffolding services to the Southwest Regional Maintenance Center’s commercial industrial services code in support of Navy ships and other government vessels within a 50-mile radius of San Diego, California.  These contracts are a follow-on to the previous commercial industrial services scaffolding contract awarded by Southwest Regional Maintenance Center in 2009 and utilized until the contractor went out of business in 2011.  Commercial industrial services include the provision of necessary management, material support services, labor, supplies, and equipment deemed necessary to provide scaffolding support onboard U.S. naval ships and other government vessels.  Work will be performed at Naval Station San Diego, and is expected to be completed by September 2020. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $3,000 was obligated at time of award and expired at the end of fiscal 2015. The contract was competitively procured via the Federal Business Opportunities website with two offers received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.  (Awarded Sept. 30, 2015)

Al Larson Boat Shop,* Terminal Island, California (N55236-15-D-0013); Epsilon Systems Solutions Inc.,* San Diego, California (N55236-09-D-0014); Integrated Marine Services Inc.,* Chula Vista, California (N55236-15-D-0015); Marine Group Boat Works LLC,* Chula Vista, California (N55236-09-D-0016); Miller Marine Inc.,* San Diego, California (N55236-15-D-0017); and Nielsen Beaumont Inc.,* San Diego, California (N55236-15-D-0018), are each being awarded $75,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity, multiple-award contracts to provide marine boatyard services and industrial support for boats and vessels greater than or equal to 15 meters or 50 feet in length.  Work will be performed in San Diego, California, or at the contractor’s facility as needed, and is expected to complete in October 2020 if all options are exercised. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $18,000 was obligated at time of award and expired at the end of fiscal 2015.  These contracts were competitively procured via the Federal Business Opportunities website, with six offers received.  The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. (Awarded Sept. 30, 2015)

Interstate Electronics Corp., Anaheim, California, is being awarded $22,712,537 for modification P00019 to a previously awarded cost-plus-fixed-fee, cost-plus-incentive-fee contract (N00030-14-C-0006) for flight test instrumentation management and support, SSBN replacement program support, data recording subsystem operational support, engineered refueling overhaul support, and strategic weapon system training.  The work will be performed in Anaheim, California (76 percent); Cape Canaveral, Florida (18 percent); Washington, District of Columbia (3 percent); Norfolk, Virginia (1 percent); Bremerton, Washington (1 percent); Bangor, Washington (0.5 percent); and Kings Bay, Georgia (0.5 percent), with an expected completion date of Sept. 30, 2016.  Fiscal 2016 operations and maintenance (Navy) funds in the amount of $17,434,259; fiscal 2016 research, development, test, and evaluation funds in the amount of $3,249,278; United Kingdom funds in the amount of $1,279,000; and fiscal 2016 other procurement, Navy funds in the amount of $750,000 are being obligated on this award, none of which will expire at the end of the current fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

VersAbility Resources Inc., Hampton, Virginia, was awarded a $16,195,784 firm-fixed-price, indefinite-delivery requirements contract to provide provisioning support services to load and stow subsistence and supplies onboard Navy ships identified in individual task orders. This contract includes a one-year base and one-year option which if exercised, brings the total estimated value to $32,514,870. Work will be performed in Norfolk, Virginia (30 percent); San Diego, California (24 percent); Pearl Harbor, Hawaii (22 percent); Bremerton, Washington (8 percent); Mayport, Florida (5 percent); Everett, Washington (4 percent); Guam (4 percent); and Groton, Connecticut (3 percent). Work is expected to be completed by September 2017. No funds will be obligated at the time of award. No contract funds expire at the end of the fiscal year. Funds will be obligated as individual task orders are issued.   This contract was solicited as a direct procurement under the AbilityOne program. Naval Supply Systems Command Fleet Logistics Center, Jacksonville, Florida, is the contracting activity (N68836-15-D-0005). (Awarded Sept. 30, 2015)

Exelis Inc., Herndon, Virginia, is being awarded a $13,554,993 cost-plus-fixed-fee contract to provide services for ongoing technical services support for strategic systems programs reentry systems. .  This contract contains options, which if exercised, will bring the contract value to $70,918,089.   Work will be performed primarily in Colorado Springs, Colorado (69 percent); Washington, District of Columbia (28 percent); and Albuquerque, New Mexico (3 percent), with an expected completion date of March 31, 2017.  If options are exercised, work will continue through March 31, 2021.  Subject to availability, fiscal 2016 operations and maintenance (Navy) contract funds in the amount of $6,812,383; fiscal 2016 research, development, test and evaluation (Navy) contract funds in the amount of $4,194,648; and United Kingdom funds in the amount of $2,547,962, will be obligated at the time of award.  Contract funds in the amount of $6,812,383 will expire at the end of fiscal 2016.  This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) and (4).  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-16-C-0016).

DEFENSE LOGISTICS AGENCY

AAR Mobility Systems, Cadillac, Michigan, has been awarded a maximum $372,458,000 modification (P00011) exercising the first one-year option period of a two-year base contract (SPE8ED-14-D-0001) with three one-year option periods for shipping and storage containers, shelters and accessories. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Michigan, with an Oct. 30, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

AIR FORCE

Wyle Laboratories Inc., Camarillo, California (FA3002-16-D-0001); and CAE USA Inc. Military Simulation and Training, Tampa, Florida (FA3002-16-D-0002), have been awarded a combined $275,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for multi-aircraft flight training. Contractor will provide for initial, recurrent, and instructor aircrew training for 43 different type aircraft. Work will be performed predominantly at Camarillo, California; and Tampa, Florida, and is expected to be complete by Sept. 30, 2022. This contract involves foreign military sales. This award is the result of a competitive acquisition with two offers received. The 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity.

Vectrus Systems Corp., Colorado Springs, Colorado, has been awarded a $71,723,507 modification (P00022) to previously awarded contract FA5641-15-C-0001 for base maintenance and operations services in Turkey and Spain. The modification provides an equitable adjustment for the difference in labor cost between the actual employees on board at the time of award and the employee listings of incumbent Turkish and Spanish Nationals furnished by the government during the solicitation phase, as the costs are established by local labor laws. Work will be performed at Incirlik Air Base, Izmir Air Station, Office of Defense Cooperation, and Ankara Support Facility, Turkey; and Morón Air Base, Spain, and is expected to be complete by Dec. 19, 2021. Fiscal 2015 operations and maintenance funds in the amount of $6,325,949 are being obligated at the time of award. Air Force Installation Contracting Agency, Kaiserslautern, Germany, is the contracting activity. (Awarded Sept. 30, 2015)

DynCorp International LLC, Fort Worth, Texas, has been awarded a $44,322,646 modification (A00107) to exercise the option on previously awarded contract FA3002-09-C-0024 for aircraft maintenance services. Contractor will provide T-6, T-38 Unit Pilot Training (UPT) and T-38 introduction to fighter fundamentals aircraft maintenance services. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $3,693,553 are being obligated at the time of award. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity.

CAE USA Inc., Tampa, Florida, has been awarded a $33,931,498 modification (P00026) to previously awarded contract FA4890-13-C-0104 for exercising option year two for the MQ-1/9 aircrew training and courseware development contract. Work will be performed at Creech Air Force Base, Nevada; Holloman Air Force Base, New Mexico; March Air Reserve Base, California; and Hancock Air National Guard Base, New York, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $3,714,004 are being obligated at the time of award. Air Combat Command Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity.

Pacific Aviation and Technical Services LLC, Marlton, New Jersey, has been awarded a $20,187,935 modification (A00095) to exercise the option on previously awarded contract FA3002-09-C-0003 for civil engineering services. Work will be performed at Sheppard Air Force Base, Texas; Frederick Airfield, Oklahoma; and Lake Texoma, Texas, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $3,416,513 are being obligated at the time of award. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity.

Northrop Grumman Electronic Systems, Azusa, California, has been awarded a $16,491,592 modification (P00004) to exercise two options on previously awarded contract FA8810-15-C-0001, Defense Support Program (DSP) sustainment contract. DSP satellite sustainment work will be performed at Azusa, California, and is expected to be complete by Sept. 30, 2017. Fiscal 2016 operations and maintenance funds in the amount of $3,322,000 are being obligated at the time of award. Remote Sensing Systems Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Delaware Resource Group of Oklahoma LLC, Oklahoma City, Oklahoma, has been awarded a $12,028,570 firm-fixed-price modification (P00049) to the previously awarded contract FA4890-12-C-0004 to exercise the option for F-15C/E, F-16 and F-22A aircrew training and courseware development. Work will be performed at Shaw Air Force Base, South Carolina; Mountain Home Air Force Base, Idaho; Langley Air Force Base, Virginia; Nellis Air Force Base, Nevada; Seymour Johnson Air Force Base, North Carolina; and Hill Air Force Base, Utah, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $2,786,198 are being obligated at the time of award. Air Combat Command Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity.

PKL Services Inc., Poway, California, has been awarded an $11,595,451 modification P00024 to exercise the option on previously awarded contract FA4897-12-C-2004 for Republic of Singapore aircraft maintenance and operation services. Work will be performed at Mountain Home Air Force Base, Idaho, and is expected to be complete by Sept. 30, 2017. This contract is 100 percent foreign military sales. The 366th Contracting Squadron, Mountain Home Air Force Base, Idaho, is the contracting activity.

BGI LLC, Akron, Ohio, has been awarded a $7,557,762 firm-fixed-price modification (P00024) to previously awarded contract FA4890-13-C-0008 for the EC-130H and A-10 aircrew training and courseware development. Work will be performed at Davis-Monthan Air Force Base, Arizona, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $734,499 are being obligated at the time of award. Air Combat Command Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity.

Champion Energy Services LLC, Houston, Texas, has been awarded a $7,600,000 task order (D409) to previously awarded contract FA3002-08-D-0026 for retail electricity. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $1,266,666 are being obligated at the time of award. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity.

MISSILE DEFENSE AGENCY

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, has been awarded a $98,301,262 cost-plus-incentive-fee, cost-plus-award-fee, sole-source modification (P00180) to previously awarded contract number HQ0276-10-C-0001 for Aegis ballistic missile defense continuation of Baseline 5.1, Increment -2 development and the adaptation of Aegis ashore efforts. This modification brings the total cumulative face value of the contract to $2,132,598,845 from $2,034,297,583. Work will be performed at Moorestown, New Jersey, with an expected completion date of April 10, 2016. An increment of Fiscal 2015 research, development, test and evaluation funds in the amount of $16,189,591 are being obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

U.S. TRANSPORTATION COMMAND

Nine companies are being awarded a modification exercising an option year for domestic charter airlift services.  United Airlines, Elk Grove Village, Illinois, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC05.  The modification ($18,066,800 estimated) brings the total cumulative face value of the contract to $36,133,850 from $18,067,050.  MN Airlines LLC, doing business as Sun Country Airlines, Mendota Heights, Minnesota, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC06.  The modification ($26,804,623 estimated) brings the total cumulative face value of the contract to $53,609,496 from $26,804,873.  Sierra Pacific Airlines Inc., Tucson, Arizona, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC08.  The modification ($8,028,926 estimated) brings the total cumulative face value of the contract to $16,058,103 from $8,029,177.  Southwest Airlines Co., Dallas, Texas, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC09.  The modification ($24,812,370 estimated) brings the total cumulative face value of the contract to $49,624,990 from $24,812,620.  Miami Air International Inc., Miami, Florida, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC10.  The modification ($8,104,683 estimated) brings the total cumulative face value of the contract to $16,209,616 from $8,104,933.  Omni Air International Inc., Tulsa, Oklahoma, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC12.  The modification ($8,410,615 estimated) brings the total cumulative face value of the contract to $16,821,480 from $8,410,865.  Atlas Air Inc., Purchase, New York, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC13.  The modification ($13,789,950 estimated) brings the total cumulative face value of the contract to $27,580,150 from $13,790,200. Delta Airlines Inc., Atlanta, Georgia, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC14.  The modification ($13,196,800 estimated) brings the total cumulative face value of the contract to $26,393,850 from $13,197,050.  Phoenix Air Group Inc., Cartersville, Georgia, is being awarded modification (P00004) to previously awarded contract HTC711-14-D-CC22.  The modification ($6,721,810 estimated) brings the total cumulative face value of the contract to $10,054,928 from $3,333,118.  These contracts provide domestic charter airlift services.  Work will be performed at various locations within the U.S., with an expected completion date of Sept. 30, 2016.  Fiscal 2016 transportation working capital funds will be obligated on individual task orders.  The contracting activity is the U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

Textainer Equipment Management (US) Ltd., San Francisco, California, is being awarded a $16,651,027 (estimated) option year modification (P00008) under previously awarded contract HTC711-14-D-R027 to extend services under an indefinite-delivery requirements-type, fixed-price with economic-price-adjustment contract.  The modification brings the total cumulative face value of the contract to $48,919,173 from $32,268,146.  The contract is for the program management, leasing, transportation, and repair of intermodal equipment.  Work will be performed at multiple continental U.S. and outside the continental U.S. locations, with an expected completion date of Sept. 30, 2016.  Program management is funded by fiscal 2016 transportation working capital funds, and the individual leasing task orders are funded by each individual Department of Defense requiring activity at the time the order is placed.  The contracting activity is the U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

Computer Sciences Corp., Chantilly, Virginia, is being awarded a $10,457,956 cost-plus-fixed-fee task order modification (P00007) to previously awarded contract GS00Q-09-BG-D0025, task order HTC711-15-F-D014, for option period one for AT21 capability development, integration and sustainment services in support of the U.S. Transportation Command.  The modification brings the total cumulative face value of the contract to $15,536,010 from $5,078,054.  Fiscal 2016 transportation working capital funds (TWCF) operating; fiscal 2016 TWCF capital; fiscal 2016 research, development, test and Evaluation; and fiscal 2016 operations and maintenance funds in the total amount of $10,457,956 will be obligated at time of award.  Work will be performed at Scott Air Force Base, Illinois, and is expected to be completed Sept. 30, 2016.  Contract funds will expire at the end of fiscal 2016.  The contracting activity is the U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

Harris IT Services Corp., Herndon, Virginia, has been awarded a $10,391,752 (estimated) fixed-price, labor hour, and cost-reimbursable task order modification (40) to previously awarded contract (W91QUZ-07-D-0001-6S02) to add one 12-month option period for customer services support: service delivery.  This modification brings the total cumulative face value of the contract to $46,192,838 from $35,801,086.  This contract action will provide continued support for selected command, control, communications, and computer systems and support functions to include exercise and contingency operations support; web support; test center support; network infrastructure engineering and support; command and control and business systems support; application support; and information protection and event analysis support.  Work will be performed at Scott Air Force Base, Illinois, and is expected to be completed Sept. 30, 2016.  Fiscal 2016 transportation working capital fund (TWCF) operating; fiscal 2016 TWCF working capital; fiscal 2016 Air Force operations and maintenance; and fiscal 2016 OSD operations and maintenance funds in the amount of $10,391,752 (estimated) are being obligated at time of award.  Contract funds will expire at the end of fiscal 2016.  The contracting activity is the U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

Science Applications International Corp., McLean, Virginia, is being awarded a $9,376,024 labor hour task order modification (15) to previously awarded contract HC1028-08-D-2025-6S02 for option period two for Integrated Booking System software development services in support of the Army Surface Deployment and Distribution Command.  The modification brings the total cumulative face value of the contract to $18,991,611, from $9,615,587.  Work will be performed at Scott Air Force Base, Illinois, and is expected to be completed Sept. 30, 2016.  Fiscal 2016 transportation working capital funds (TWCF) operating; and TWCF capital funds in the amount of $9,376,024 will be obligated at time of award.  Contract funds will expire at the end of fiscal 2016.  The contracting activity is the U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

Tapestry Solutions Inc., San Diego, California, is being awarded a $7,233,979 modification (P00011) to previously awarded fixed-price and cost contract HTC711-13-C-D006.  This modification brings the total cumulative face value of the contract to $23,591,991 from $16,358,012.  This modification is to add one 12-month option period and four 3-month option periods for sustainment of the current Integrated Computerized Deployment System (ICODES) Version 6 software while the ICODES Version 7 software (on a separate contract) is developed and implemented.  Work will be performed at San Diego, California; and Scott Air Force Base, Illinois, and is expected to be completed Sept. 30, 2016.  Fiscal 2016 transportation working capital fund operating funds in the amount of $7,233,979 are being obligated at time of award.  Contract funds will expire at the end of fiscal 2016.  The contracting activity is the U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

*Small business
Photo: www.airplane-pictures.net
Viewing all 525 articles
Browse latest View live