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

DoD Contracts: Northrop Grumman Systems Corp. Awarded $203M for Global Hawk Services

$
0
0

AIR FORCEAir Force, Navy join in RPV training

Northrop Grumman Systems Corp., Northrop Grumman Aerospace Systems, San Diego, California, has been awarded a $203,559,738 modification (P00016) to exercise the option on previously awarded contract FA8528-15-C-0003 for Global Hawk contractor logistic services and Sustainment III. Contractor will provide additional material and services to include planning, operations support, and maintenance support. Contracted support includes procurement of replenishment spares and consumables, repairs, contractor field teams, software, inventory control, sustaining engineering, diminishing manufacturing, reliability, maintainability, organizational maintenance manpower, and field service representatives to supplement blue suit maintenance. Work will be performed at San Diego, California, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $9,251,194 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

The Boeing Co., Clearfield, Utah, has been awarded a $110,109,415 modification (P00007) on previously awarded contract FA8414-15-C-0001 for replacement of the intercontinental ballistic missile Minuteman III telemetry, test and termination systems. Work will be performed at Clearfield, Utah; Huntington Beach, California; and Heath, Ohio, and is expected to be complete by Aug. 31, 2019. Fiscal 2015 research, development, test and evaluation funds in the amount of $4,840,000 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity.

Northrop Grumman Technical Services, Herndon, Virginia, has been awarded a $46,845,562 delivery order (0053) on previously awarded contract FA8106-10-D-0001. Contractor will provide contractor logistic services for aircraft and spares 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, 2016. Fiscal 2016 operations and maintenance funds in the amount of $46,845,562 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Northrop Grumman Technical Services, Herndon, Virginia, has been awarded a $33,251,174 delivery order (0054) to previously awarded contract FA8106-10-D-0001. Contractor will provide seven engine overhauls in support of the KC-10 program. Work will be performed at McGuire Air Force Base, New Jersey; Travis Air Force Base, California; and Tinker Air Force Base, Oklahoma, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $33,251,174 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 Corp., Marietta, Georgia, has been awarded a $32,515,190 contract modification (P00315) to previously awarded contract FA8625-07-C-6471. Contractor will provide for the C-5 Galaxy reliability enhancement and re-engining program Lot 7 rapid repair and response over and above effort. They will provide the final lot of 11 aircraft to the C-5M fleet. Work will be performed at Marietta, Georgia, and is expected to be complete by April 17, 2018. Fiscal 2014 and 2015 aircraft procurement funds in the amount of $32,515,190 respectively are being obligated at the time of award. The Mobility Division, Wright Patterson Air Force Base, Ohio, is the contracting activity.

Goodrich Corp. – IRS Systems, UTC Aerospace Systems Co., Westford, Massachusetts, has been awarded a $24,500,000 indefinite-delivery/indefinite-quantity contract for Royal Saudi Air Force F-15S/SA DB-110. Contractor will provide courseware development and training services. Work will be performed at Westford, Massachusetts; Birmingham, United Kingdom; and the Kingdom of Saudi Arabia, and is expected to be complete by June 30, 2019. This award is the result of a sole-source acquisition. This contract is 100 percent foreign military sales for the government of Saudi Arabia. The 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph Air Force Base, Texas, is the contracting activity (FA3002-15-D-0014).

Lockheed Martin Corp., Mission Systems and Training, Orlando, Florida, has been awarded a $16,332,360 modification (P00054) to previously awarded contract FA8621-11-C-6288 for C130J block 7.0/8.1 and capability management upgrade 1. Work will be performed at Tampa, Florida; and Little Rock Air Force Base, Arkansas, and is expected to be complete by July 2, 2018. Fiscal 2015 research, development, test and evaluation funds in the amount of $2,400,941 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

CORRECTION: The contract modification (P00090) awarded to United Launch Services LLC, Littleton, Colorado, on contract FA8811-13-C-0003 that was announced on Sept. 30, 2015 was actually awarded on Oct. 1, 2015. All other information is accurate.

DEFENSE LOGISTICS AGENCY

Graybar Electric Co. Inc., St. Louis, Missouri, has been awarded a maximum $24,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime-vendor bridge contract for maintenance, repair, and operations for the Northeast Zone 2 region. This contract was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a four-month bridge contract. Location of performance is Missouri with a Feb. 8, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-16-D-0002).

Spacelabs Medical Inc., Issaquah, Washington, has been awarded a maximum $13,460,681 modification (P00104) exercising the sixth one-year option period of a one-year base contract (SPM2D1-09-D-8351), with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables and training. This is a fixed-price with economic-price-adjustment contract. Location of performance is Washington, with an Oct. 7, 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.

Science Applications International Corp., Fairfield, New Jersey, has been awarded a maximum $7,200,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prime-vendor bridge contract for storefront operations support at Letterkenny Army Depot in the Northeast Zone 1 region. This contract was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a four-month bridge contract. Location of performance is New Jersey, with a Feb. 8, 2016, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-16-D-0001).

NAVY

American Bureau of Shipping, Houston, Texas is being awarded an $8,000,000 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N00033-13-D-8015) with firm-fixed-price task order to provide vessel classification services in accordance with statute 46 U.S. Code 3316. Work will be performed worldwide and is expected to be completed by Sept.30, 2016.  Working capital contract funds in the amount of $8,000,000 are subject to availability in fiscal 2016 funds, and will expire at the end of fiscal 2016. This contract was not competitively procured, in accordance with statue 46 U.S. Code 3316.  The Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-13-D-8015).

Head Inc./Ballew JV,* Columbus, Ohio, was awarded a $7,807,565 firm-fixed-price contract for airfield runway and taxiway repairs at Naval Station Mayport.  The work to be performed provides for repairs to the runway pavements, including cold recycling the width of the middle runway section, asphalt milling, crack seal, paving all asphaltic surfaces, complete joint seal replacement, isolated crack repair and isolated slab replacement of Runway 5-23.  The contract also contains two unexercised options, which if exercised, would increase cumulative contract value to $13,259,470.  Work will be performed in Jacksonville, Florida, and is expected to be completed by January 2017.  Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $7,807,565 are obligated on this award and expired at the end of fiscal 2015.  This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-15-C-1110). (Awarded Sept. 30, 2015).

*Small business
Photo: www.af.mil

DoD Contracts: Lockheed Martin Corp. Awarded $54M for F-16 Aircraft

$
0
0

AIR FORCEF-16_June_2008

Lockheed Martin Corp. – Lockheed Martin Aeronautics, Fort Worth, Texas, has been awarded a $54,589,431 modification (P00013) to previously awarded contract FA8615-12-C-6016. Contractor will provide on-island installation of 142 aircraft kits to upgrade Taiwan F-16 aircraft. Work will be performed in Taiwan and is expected to be complete by May 31, 2022. This award is 100 percent foreign military sales. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (Awarded Oct. 2, 2015)

Jacobs Technology, Tullahoma, Tennessee, has been awarded an estimated $85,429,000 indefinite-delivery/indefinite-quantity modification (P00023) to exercise the option on previously awarded contract FA9200-12-D-0085 for additional technical and engineering acquisition support services. Work will be performed at Eglin Air Force Base, Florida, and is expected to be complete by Oct. 18, 2016. This contract involves foreign military sales. Fiscal 2015 and 2016 research, development, test, and evaluation; operations and maintenance; and procurement funds in the amount of $17,218,166 are being obligated at the time of award. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity.

Computer Sciences Raytheon, Patrick Air Force Base, Florida, has been awarded a $51,000,000 modification (P00315) to previously awarded contract FA2521-07-C-0011. Contractor will provide non-personal services involving operation and maintenance of technical facilities, range operation functions, and range support services required in support of the 45th Space Wing activities. Work will be performed at Patrick Air Force Base, Florida; Cape Canaveral Air Force Station, Florida; and Ascension Island, and is expected to be complete by March 31, 2016. Fiscal 2015 operations and maintenance funds in the amount of $51,000,000 are being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity. (Awarded Sept. 30, 2015)

Range Generation Next LLC, Sterling, Virginia, has been awarded an $8,558,088 fixed-price-incentive-fee modification (P00024) for launch and test range system support function to the Eastern and Western Range. Contractor will provide day-to-day operations, maintenance, and sustainment activities to provide for the safe and effective launch, testing, and tracking of Department of Defense, civil, and commercial spacelift vehicles, in addition to conducting ballistic missile, guided weapon, and aeronautical tests and evaluations. Work will be performed at Vandenberg Air Force Base, California; Patrick Air Force Base, Florida; Lompoc, California; and Coco Beach, Florida, and is expected to be complete by Oct. 31, 2016. Fiscal 2016 operations and maintenance funds in the amount of $8,558,088 are being obligated at the time of award. Space And Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity (FA8806-15-C-0001).

NAVY

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, is being awarded a $91,735,291 modification to previously awarded contract N00024-15-C-5319 for Surface Electronic Warfare Improvement Program (SEWIP) Block 3 program engineering, manufacturing and development.  SEWIP is an evolutionary acquisition and incremental development program which upgrades existing out-of-production AN/SLQ-32(V) electronic warfare systems by providing improved electronic support receivers and combat system interface.  SEWIP Block 3 will provide select Navy surface ships a scalable electronic warfare enterprise suite with improved electronic attack capabilities.  Work will be performed in Linthicum Heights, Maryland (91 percent); Goleta, California (6 percent); and Fairfax, Virginia (3 percent), and is expected to be completed by January 2017.  Fiscal 2015 research, development, test and evaluation (Navy) funding in the amount of $8,000,000 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, District of Columbia, is the contracting activity.

Aviation Systems Engineering Co., Lexington Park, Maryland, is being awarded $8,392,993 for modification P00011 under a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price orders contract (N00189-11-D-Z040) to exercise the fourth option for technical, analytical, administrative and material support services to Air Test and Evaluation Squadron One in support of the test mission of Commander, Operational Test and Evaluation Force.  With this option exercised, it will bring the contract value to $40,096,609.  Work will be performed in Patuxent River, Maryland, and is expected to be completed October 2016.  No contract funds will be obligated with the exercise of the option, and will not expire at the end of the current fiscal year.  Funding will be provided on individual task orders issued against the contract during the period of the option.  This contract was competitively procured with the solicitation posted to the Navy Electronic Commerce Online website with two offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Pennsylvania, is the contracting activity.

MISSILE DEFENSE AGENCY

Raytheon Missile Systems Co., Tucson, Arizona, is being awarded an $8,242,958 sole-source, cost-plus-incentive-fee contract modification.   Under this contract, the contractor will perform diminishing manufacturing sources and material shortages efforts for the Standard Missile-3 Block IB program. The work will be performed in Tucson, Arizona, with an estimated completion date of March 2016.  Fiscal 2015 defense-wide procurement funds in the amount of $8,242,958 are being obligated on this award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ0276-15-C-0005).

ARMY

Staff Care Inc., Irving, Texas (W81K00-15-A-0017); AB Staffing Solutions LLC.,* Gilbert, Arizona (W81K00-15-A-0039); Medical Doctor Associates LLC, Norcross, Georgia (W81K00-15-A-0040); Consilium Staffing LLC.,* Irving, Texas  (W81K00-15-A-0041); and Sterling Medical Associates Inc., Cincinnati, Ohio (W81K00-15-A-0042), were awarded an $8,000,000 multi-year, firm-fixed-price contract with options for locum tenens blanket purchase agreement to provide physician services (general and specialty physicians) to multiple military treatment facilities within the Southern Regional Medical Command.  Bids were solicited via the Internet with eight received.  The estimated completion date is Sept. 30, 2020.  Funding and work location will be determined with each order.  Army Medical Command, Fort Sam Houston, Texas, is the contracting activity.

Wesson Group LLC,* Johnstown, New York, was awarded a $7,994,000 firm-fixed-price contract for breakwater repair and ecosystem restoration.  Bids were solicited via the Internet with three received. Work will be performed in Braddock Bay, New York, with an estimated completion date of May 28, 2018.  Fiscal 2015 other procurement funds in the amount of $7,994,000 were obligated at the time of the award.  Army Corps of Engineers, Buffalo, New York, is the contracting activity (W912P4-15-C-0013)

*Small business
Photo: en.wikipedia.org

DoD Contracts: L-3 Communications Corp. Awarded $10M for F/A-18C/D Flight Trainer Systems

$
0
0

NAVYvindicator

L-3 Communications Corp., Arlington, Texas, is being awarded $10,716,709 for a cost-plus-fixed-fee modification to delivery order 0005 issued previously against basic ordering agreement N61340-12-G-0001 for the procurement of F/A-18C/D tactical operational flight trainer system configuration set (SCS). The SCS will provide upgrades to the mission computer, aircraft and weapons sensors, and human aircraft interaction. Work will be performed at the Naval Air Station (NAS) Oceana, Virginia (25 percent); NAS Lemoore, California (15 percent); Marine Corps Air Station (MCAS) Miramar, California (15 percent); MCAS Beaufort, South Carolina (15 percent); MCAS Iwakuni, Japan (10 percent); Joint Reserve Base (JRB) New Orleans, Louisiana (10 percent); and JRB Fort Worth, Texas (10 percent), and is expected to be completed in March 2018. Fiscal 2014 and 2015 aircraft procurement (Navy); fiscal 2015 weapons procurement (Navy); and fiscal 2015 procurement of ammunition (Navy and Marine Corps) funds in the amount of $10,716,709 will be obligated at time of award, $8,302,166 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

AMI Metals, Brentwood, Tennessee, has been awarded a maximum $10,000,000 fixed-price with economic-price-adjustment contract for metal sheet plates. This was a competitive acquisition with five responses received. This is a one-year base contract with four one-year option periods. The maximum dollar amount includes the one-year base and four one-year option periods. Location of performance is Tennessee, 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 (SPE8EG-15-D-0085). (Awarded Sept. 22, 2015)

ARMY

Syracuse Research Corp. Inc., North Syracuse, New York, was awarded a $7,128,211 firm-fixed-price, incrementally funded 12-month bridge contract with options to continue critical support to the Joint Improvised-Threat Defeat Agency, J3X (Operations-Special Plans) Branch, Sensitive Integrated Office. One bid was solicited with one received. Work will be performed in Reston, Virginia; Tampa, Florida; Virginia Beach, Virginia; Afghanistan, Iraq, and Qatar, with an estimated completion date of Oct. 5, 2016. Fiscal 2016 other procurement funds in the amount of $6,568,324 were obligated at the time of the award. Army Contracting Command, Alexandria, Virginia, is the contracting activity (W909MY-16-C-0001).

Photo: milliteryweapons.blogspot.com

DoD Contracts: Honeywell Technology Solutions Inc. Awarded $ 24M for Air Force Satellite Control Network

$
0
0

AIR FORCEFillmore-Teleport

Honeywell Technology Solutions Inc., Colorado Springs, Colorado, has been awarded a $24,530,443 firm-fixed-price modification (P00007) to previously awarded contract FA8806-13-C-0001 to upgrade the remaining sides of the eight Air Force Satellite Control Network sites. Contractor will provide two additional hybrid remote tracking station block change (RBC) systems at Thule Tracking Station B-Side and Diego Garcia Tracking Station A-Side. The hybrid RBC will modernize the electronics with each of the sites and integrate those electronics with the existing antenna. Work will be performed at Thule Air Base, Greenland; and Diego Garcia, and is expected to be complete by Jan. 7, 2019. Fiscal 2015 procurement funds in the amount of $24,530,443 are being obligated at the time of award. Space and Missile Center, Peterson Air Force Base, Colorado, is the contracting activity.

Barbaricum LLC, Washington, District of Colombia (FA8075-16-D-0011); Baum, Romstedt Technology Research Corp., Vienna, Virginia (FA8075-16-D-0012); Data Systems Analysts Inc., Fairfax, Virginia (FA8075-16-D-0013); Professional Project Services Inc. (Pro2Serve), Oak Ridge, Tennessee (FA8075-16-D-0014); SMS Data Products Group Inc., McLean, Virginia (FA8075-16-D-0015); and Solers Inc., Arlington, Virginia (FA8075-16-D-0016), have been awarded a partial small business set-aside competition for cyber security and information systems technical area tasks, and will compete for all orders with an estimated value of $3,500,000 and below.  These companies will share the maximum $5,000,000,000 cost-plus-fixed-fee, firm-fixed-price, multiple-award, indefinite-delivery/indefinite-quantity contract with a not yet awarded multi-award full and open competition pool.  This contract provides research, development, test and evaluation efforts for technical area tasks within the software analysis, information assurance, knowledge management and information sharing, and modeling and simulation focus areas. Location of performance will be cited on individual task orders. Work is expected to be completed by Nov. 30, 2020. No funds are being obligated on the basic contract, however, a task order to fulfill management reporting requirements will be issued to each contractor to satisfy the minimum order guarantee. This multiple contract award was competitively procured by a partial small business set-aside acquisition via the Federal Business Opportunities website with 14 offers received.  The Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity.

Dorado Services Inc., Sanford, Florida, has been awarded a $19,626,508 indefinite-delivery/indefinite-quantity contract for refuse services. Contractor will provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform municipal solid waste collection and disposal services at Joint Base San Antonio (JBSA) installations. Work will be performed at Lackland Air Force Base, Texas; Randolph Air Force Base, Texas; Fort Sam Houston, Texas; Camp Bullis, Texas; Canyon Lake, Texas; and Seguin Airfield, Texas, and is expected to be complete by Sept. 30, 2020. This award is the result of a competitive acquisition with two offers received. Fiscal 2016 operations and maintenance funds in the amount of $314,660 are being obligated at the time of award. The 502d Contracting Squadron, JBSA-Lackland, Texas, is the contracting activity.

Northrop Grumman Corp. – Aerospace Systems, El Segundo, California, has been awarded a $16,969,350 modification (P00287) for radar software corrections under previously awarded contract F19628-00-C-0100. The contract modification is for Multi-Platform Radar Technology Insertion Program radar system development and demonstration alignment with the Global Hawk Block 40 program schedule. Work will be performed at El Segundo, California, and is expected to be completed on Nov. 30, 2016.  Fiscal 2015 research, development, test and evaluation funds in the amount of $200,000 are being obligated at time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

The RAND Corp., Santa Monica, California, is being awarded a $384,757,066 indefinite-delivery/indefinite-quantity contract. The objective of this contract action is to acquire studies and analysis support for the National Defense Research Institute (NDRI) Federally Funded Research and Development Center (FFRDC) that supports the Office of the Secretary of Defense, the Joint Staff, combatant commands, the defense agencies, and other Department of Defense components. The RAND Corp. operates the NDRI FFRDC, which is sponsored by the undersecretary of defense for acquisition, technology and logistics. Work performance will take place in Washington, District of Columbia. No funds will be obligated at award of the basic contract. Appropriate fiscal year funds will be obligated on all subsequent task orders. The expected completion date is Sept. 30, 2020. Washington Headquarters Services, Arlington, Virginia, is the contracting office.

NAVY

Consolidated Resource Imaging LLC,* Grand Rapids, Michigan (N00164-16-D-JT11); Manufacturing Techniques Inc.,* Kilmarnock, Virginia (N00164-16-D-JT12); and Northrop Grumman Xetron, Cincinnati, Ohio (N00164-16-D-JT13), are each being awarded a combined aggregate not-to-exceed $49,000,000 fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity multiple award contract for prototypes of advanced sensors and sensor systems in support of intelligence, surveillance, reconnaissance and force protection missions.  Each of the three contractors will have the opportunity to propose on individual delivery orders for prototypes of advanced sensors and sensor systems supporting various customers.  Work will be performed at the respective contractor’s facilities as needed, and is expected to complete by October 2020 if all options are exercised.  Working capital funding in the amount of $7,500 will be obligated at time of award and will not expire at the end of the current fiscal year.  Each contractor will receive $2,500 at time of award.  This contract was competitively procured via the Federal Business Opportunities website, with three offers received.  Naval Surface Warfare Center – Crane Division, Crane, Indiana, is the contracting activity.

BAE Systems, Nashua, New Hampshire, is being awarded a $10,959,664 cost-plus-fixed-fee contract for science and technology research concerning full-spectrum staring electronic support receiver (FSSR) with instantaneous direction finding (IDF).  The focus of this effort is to design, develop, integrate, and demonstrate a FSSR with IDF that leverages emerging and highly innovative electronic and photonic component technologies into an end-to-end electronic warfare demonstration system.  The resulting FSSR will be subjected to a realistic, multi-threat electromagnetic environment, including interfering emitters, to demonstrate its operational impact under terminal engagement scenarios of interest to the Navy.  Work will be performed in Nashua, New Hampshire, and is expected to be completed Oct. 6, 2018.  Fiscal 2015 research, development, test and evaluation (Navy) funds in the amount of $2,800,000 will be obligated at the time of award.  No funds will expire at end of current fiscal year.  This contract was competitively procured under Office of Naval Research broad agency announcement 14-006 for which five proposals were received and five awards were made.  The Office of Naval Research, Arlington, Virginia, is the contracting activity (N0014-16-C-2001).

DEFENSE LOGISTICS AGENCY

Raytheon Co., El Segundo, California, has been awarded a maximum $14,274,680 firm-fixed-price delivery order (5017) against a basic ordering agreement (SPRPA1-11-G-003X) for aircraft circuit card assemblies and radar set subassemblies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Locations of performance are California, Texas and Mississippi, with an Oct. 26, 2018, performance completion date. Using service is Navy and Malaysia. Type of appropriation is fiscal 2016 through fiscal 2018 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Raytheon Co., El Segundo, California, has been awarded a maximum $14,097,392 firm-fixed-price delivery order (5018) against a basic ordering agreement (SPRPA1-11-G-003X) for aircraft circuit card assemblies and radar set subassemblies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Locations of performance are California, Texas and Mississippi, with an Oct. 26, 2018, performance completion date. Using service is Navy and Malaysia. Type of appropriation is fiscal 2016 through fiscal 2018 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

*Small business
Photo: www.satellitetoday.com

DoD Contracts: Sikorsky Aircraft Corp. Awarded $191M for CH-53 & MH-53 Aircrafts

$
0
0

NAVYmh-53j-dfst8909541

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded a $191,530,501 firm-fixed-price requirements contract for repair coverage of six weapons replaceable assemblies in support of the CH-53 and MH-53 aircraft.  Work will be performed in Stratford, Connecticut.  Work is expected to be completed by December 2017.  No contract funds will be obligated at the time of award, and will not expire at the end of the current fiscal year.  Navy working capital funds will be obligated as individual delivery orders are issued.  This contract was awarded on a sole-source basis, other than full and open competition in accordance with 10 U.S. Code 2304(c)(1) and Federal Acquisition Regulation 6.320-1 – only one responsible source and no other supplies or services will satisfy agency requirements.  Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-16-D-003F).

Metro Machine, doing business as General Dynamics NASSCO Mayport, Jacksonville, Florida, is being awarded a $34,836,567 firm-fixed-price contract for phased maintenance availability repair work onboard USS New York (LPD 21). This contract includes options which, if exercised, would bring the cumulative value of this contract to $37,750,389. Work will be performed in Jacksonville, Florida, and is expected to be completed by October 2016. Fiscal 2015 operations and maintenance (Navy) funding in the amount of $34,836,567 will be obligated at the 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 two offers received. The Southeast Regional Maintenance Center, Mayport, Florida, is the contracting activity (N40027-16-C-0002).

BAE Systems Land and Armaments LP, Minneapolis, Minnesota, is being awarded an $8,438,737 modification to previously awarded contract N00024-12-C-5311 for the production of a MK 110 Mod 0 gun weapon system. Work will be performed in Louisville, Kentucky, and is expected to be completed by January 2018. Fiscal 2015 weapon procurement (Navy) funding in the amount of $8,438,737 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.

AIR FORCE

CORRECTION: The contract awarded to Goodrich Corp. – IRS Systems, UTC Aerospace Systems Co., Westford, Massachusetts, on Oct. 2, 2015, was incorrectly numbered and should read FA3002-16-D-0003. All other information is accurate.

Photo: www.globalsecurity.org

Undefeated 2-Day Ride Raises Over $180,000

$
0
0

Each year ClearedJobs.Net sponsors the Wounded EOD Warrior Foundation Undefeated Bike Ride.

And each year our VP of Sales, Carter Goodnough, donates his time and energy to support the production of the ride. The Undefeated EOD Bike Ride is a two-day, nearly 160 mile ride along Southern California’s coast from Santa Monica to Liberty Station in San Diego.

This year’s event saw 85 riders and 10 volunteers participate, raising over $180,000 for wounded EOD warriors and their families. All proceeds go to the Wounded EOD Warrior Foundation which funds and supports military EOD families caring for their loved ones at military medical facilities across the country. And to keep things in perspective, just the knee socket in a new leg can cost up to $60,000.

Kevin Childre, Undefeated 2-Day Bike RidePreparation for this year’s ride was particularly difficult for the organizing committee as the committee lost their friend Commander Kevin Childre to a horrible freak accident last May, while the team was on their annual Train of Pain training ride. The committee lost not only a friend, but also the leader of the committee. The team moved forward, but it was rarely easy, very stressful, and extremely mentally draining for all concerned.

The event began with the rider check-in Friday in San Diego in advance of the bus ride up to the starting point in Los Angeles. But the real work has been going on since 2009. That’s the year of the first ride which has now become an annual event.

All the Hard Work Begins to Come Together

Since Carter’s participation is key to the ride and its success, we asked him to share his thoughts on the event.

“Check-in is always a blast as lots of great friends gather from around the country and the building excitement for two days of riding for a great cause, this year in memory of our friend. At the Friday night dinner, the team and riders discussed final details and this year took a moment to reflect on Kevin’s contribution to the community, the warriors and their families.

“The ride on Saturday went very smoothly even with exceptionally high temperatures which, depending where you on the course, ranged from 100 to 106 degrees. Not the best day for nearly 100 miles of riding. Everyone made it safely to the next hotel, including the wounded athletes who ride with the crew. Sunday was cooler by about 10 to 15 degrees, but still hot. It was made just a bit easier by our very early start and the need to get to the beer garden at the finish line.

“The Finish Celebration included the beer garden, food trucks, a silent auction and a raffle. We also had a great program onstage to recognize the athletes, volunteers and sponsors. A great close to an amazing and powerful event.”

The emcee of the Finish Celebration for the fourth year was Steve Atkinson, co-anchor of 10News, the San Diego ABC station. During the celebration, Steve thanked the ClearedJobs.Net team for the contributions we have made over the years, including the personal contributions in fundraising, riding and coordinating that Carter Goodnough and John Nixon have made.

I thank them too.

2-Day Undefeated EOD Riders

DoD Contracts: Lockheed Martin Missile and Fire Control Awarded $305M for Joint Air-to-Surface Standoff Missile Production

$
0
0

AIR FORCEjassm-aa04

Lockheed Martin Missile and Fire Control, Orlando, Florida, has been awarded a $305,457,460 firm-fixed-price and fixed-price incentive (firm target) contract for the Joint Air-to-Surface Standoff Missile production. Contractor will provide Joint Air-to-Surface Standoff Missile production, system upgrades, integration, sustainment, management, and logistical support. Work will be performed at Troy, Alabama, and is expected to be complete by June 30, 2018.  This award is the result of a sole-source acquisition. Fiscal 2014 missile procurement funds in the amount of $3,811,923; and fiscal 2015 funds in the amount of $301,645,537, are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-16-C-0005).

The Boeing Co., Defense, Space & Security Missile and Unmanned Airborne Systems, St. Louis, Missouri, has been awarded an $11,806,383 modification (P00049) to the previously awarded contract FA2103-13-C-0006 for engineering and manufacturing development of the B61-12 tailkit assembly. Contractor will provide additional test assets, materials, and hardware to enable the demonstration of the reliability of the B61-12 tailkit assembly. Work will be performed at St. Louis, Missouri, and is expected to be complete by July 31, 2017. Fiscal 2015 and 2016 research, development, test and evaluation funds are being used, and no additional funds will be obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

NAVY

American Overseas Marine Corp., Quincy, Massachusetts, is being awarded $16,908,828 for modification under previously awarded firm-fixed-price contract N0003-10-C-5300 to exercise a second term option period for the operation and maintenance of seven large, medium speed roll-on/roll-off ships. These seven ships support the deployed military forces worldwide.  Work will be performed worldwide and is expected to be completed by April 2016.  Fiscal 2016 transportation working capital funds in the amount of $7,531,630 are obligated on this award and subject to availability; fiscal 2016 Navy working capital funds in the amount of $9,377,198 will be obligated at time of award and will not expire at the end of the fiscal year. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N00033-10-C-5300).

U.S. SPECIAL OPERATIONS COMMAND

UPDATE: Archimedes Global, Inc., Wesley Chapel, Florida, (H92222-16-D-0003); Barbaricum, Washington, District of Columbia, (H92222-16-D-0004); Black Tree Group, LLC., Tampa, Florida, (H92222-16-D-0005); Chenega Advanced Solutions and Engineering, LLC., Lorton, Virginia, (H92222-16-D-0006); Cybrix Group, Inc., Tampa, Florida, (H92222-16-D-0007); Command Post Technologies, Inc. , Suffolk, Virginia, (H92222-16-D-0008); Cydecor, Inc., Arlington, Virginia, (H92222-16-D-0009);  The Electronic On-Ramp, Inc., Rockville, Maryland, (H92222-16-D-0010); Eagle Support Services Corp., Huntsville, Alabama, (H92222-16-D-0011); Expeditionary Technology Services, Inc., Atlanta, Georgia, (H92222-16-D-0012); Gemini Industries Inc., Burlington, Massachusetts, (H92222-16-D-0013); Intelligence, Communications and Engineering, Inc., Sierra Vista, Arizona, (H92222-16-D-0014); Intelligent Decision Systems, Inc., Centreville, Virginia, (H92222-16-D-0015); Innovative Information Solutions, LLC., Rockville, Maryland, (H92222-16-D-0016); ITility, LLC, Herndon, Virginia, (H92222-16-D-0017); Mission Wide Training, LLC., Huntsville, Alabama, (H92222-16-D-0018); People, Technology and Processes, LLC., Lakeland, Florida. (H92222-16-D-0019); SHINE Systems & Technologies, Charlottesville, Virginia, (H92222-16-D-0020); Streamline Defense, LLC., Tampa, Florida, (H92222-16-D-0021); Transformation Advisors Group, LLC., McLean, Virginia, (H92222-16-D-0022); Totalis Consulting Group, Inc., Alpharetta, Georgia. (H92222-16-D-0023); Threat Tec, LLC., Hampton, Virginia, (H92222-16-D-0024); Universal Strategy Group, Inc., Franklin, Tennessee, (H92222-16-D-0025); and Yorktown Systems Group, Inc., Tampa, Florida, (H92222-16-D-0026) have been added as awardees to a previously announced (Sep. 8, 2015) maximum ceiling $450,000,000 indefinite-delivery, indefinite-quantity contracts for SOCOM Wide Mission Support (SWMS) services. These contractors are being added to the previously awarded suite of contracts due to corrective action. This contract provides a full range of knowledge based services, including but not limited to subject matter experts, advisory services, instructors, linguists, intelligence analysts, and business operations support.  Work will be performed at multiple locations both in the U.S. and overseas, with an estimated completion date of Sep. 2020. Additional fiscal 2016 operations and maintenance funds in the amount of $60,000 are obligated to satisfy the minimum guarantee of $2,500. Additional funding shall be obligated on a competitive task order basis. These contracts were a competitive acquisition, with 33 proposals received.  Special Operations Command, Tampa, Florida is the contracting activity.

Photo: defense-update.com

DoD Contracts: Lockheed Martin Corp. Awarded $17M for F-35A Aircraft

$
0
0

NAVY120614-O-GR159-001

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $17,599,996 not-to-exceed delivery order (550302) against a previously issued basic ordering agreement (N00019-14-G-0020). This order provides for the procurement of retrofit modification kits and associated engineering installation services in support of the Block 3F upgrade of two F-35A aircraft for non-Department of Defense (DoD) participants. Work will be performed in Fort Worth, Texas (90 percent); and Baltimore, Maryland (10 percent), and is expected to be completed in September 2021. Non-DoD participant funds in the amount of $8,799,999 are being obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Booz Allen Hamilton Engineering Services LLC, Linthicum, Maryland, is being awarded a $43,339,049 indefinite-delivery/indefinite-quantity contract to provide services in support of the Naval Air Warfare Center Aircraft Division’s air traffic control division.  Services to be provided include engineering; research; design; development; integration; installation; test and evaluation; fielding; analysis; maintenance; material procurements; training; and logistics services for manned and unmanned programs that utilize relative navigation systems for air traffic control, approach and landing, and refueling.  Work will be performed in Patuxent River, Maryland (60 percent); and Linthicum, Maryland (40 percent), and is expected to be completed in November 2020.  No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued.  This contract was competitively procured via an electronic request for proposals; two offers were received.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-16-D-0001).

The Lane Construction Corp., Cheshire, Connecticut, is being awarded an $18,638,000 modification under a firm-fixed-price contract for the exercise of Options 4 and 5. The work to be performed under these options provides for the refurbishment and replacement of existing runway electrical infrastructures such as electrical vaults, electrical manholes, handholes, conduits, wiring, runway lighting fixtures and signage and controls, lighting replacement and modernization of Airfield Lighting Phase Two at Naval Air Station Oceana.  After award of these options, the total cumulative contract value will be $85,975,000.  Work will be performed in Virginia Beach, Virginia, and is expected to be completed by March 2018.  Fiscal 2016 operation and maintenance, (Navy) contract funds in the amount of $18,638,000 will be obligated at time of 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 (N40085-15-C-0052).

Vigor Marine LLC, of Portland, Oregon, is being awarded an $11,797,840 firm-fixed-price contract for a regular overhaul/dry-docking to support the USNS Mercy (T-AH 19).  This overhaul will address numerous steel repairs; flight deck resurfacing; fuel oil, feed, and potable water tank repairs; sewage piping modifications; fire main piping replacements; annual crane inspections; and underwater hull preservation to support in the ship’s daily operations.  This contract includes six optional work items which, if exercised, would bring the cumulative value of this contract to $12,670,810.  Work will be performed in Portland, Oregon, and is expected to be completed by the end of January 2016.  Fiscal 2016 maintenance and repair funding in the amount of $11,797,840 are being obligated at the time of award and will expire at the end of the current fiscal year.  This contract was competitively procured with two offers. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-16-C-4400).

AIR FORCE

Herndon Products Inc., O’Fallon, Missouri, has been awarded a $9,600,000 indefinite-delivery/indefinite-quantity contract for T-38C Pacer Classic III fastener kits. Contractor will provide up to 99 T-38C fastener kits in support of Phase II of the Pacer Classic III aircraft modification program. Work will be performed at O’Fallon, Missouri, and is expected to be complete by Oct. 13, 2021. This award is the result of a competitive acquisition with three offers received. Fiscal 2014 procurement funds in the amount of $843,875 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8211-16-D-0002).

Photo: en.wikipedia.org

DoD Contracts: Lockheed Martin Aeronautics Awarded $52M for MC-130J Radar Systems

$
0
0

AIR FORCEMP12-1371 AC-130J 5710 First Flight

Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a $52,637,373 delivery order modification (0005) to previously awarded contract FA8625-15-D-6591. Contractor will provide crew systems integration of the MC-130J common terrain following, terrain avoidance radar system. Work will be performed at Marietta, Georgia, and is expected to be complete by Dec. 14, 2020. Fiscal 2015 research, development, test and evaluation funds in the amount of $5,195,000 are being obligated at the time of award. Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Lockheed Martin Corp., Mission Systems and Training, Manassas, Virginia, has been awarded a $7,327,628 firm–fixed-price contract with some cost reimbursable elements for contractor logistic support. Contractor will provide engineering support services including on-site support, remote access support, logistics management, technical support, preventive and corrective maintenance, and engineering analysis of the Iraq integrated air defense system and associated equipment. Work will be performed at San Diego, California, and is expected to be complete by Aug. 31, 2016. This contract is 100 percent foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-16-C-0010).

MISSILE DEFENSE AGENCY

Raytheon Co. Integrated Defense Systems, Woburn, Massachusetts, is being awarded a $200,000,000 modification to an indefinite-delivery/indefinite-quantity contract HQ0147-12-D-0005, increasing the total contract value from $710,460,000 to $910,460,000.  Under this follow-on contract, the contractor will continue to perform software and hardware maintenance; limited modeling and simulation support; engineering support to delivered; and accepted radars and Ballistic Missile Defense System test planning, execution and analysis. No task orders are being issued at this time.  The work will be performed in Woburn, Massachusetts. The ordering period is from Nov. 1, 2015 through Oct. 31, 2017.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

ARMY

C&C Contractors LLC,* Notasulga, Alabama, was awarded a $95,000,000 firm-fixed-price, multi-year, task order contract with options for construction projects in the Savannah District, Army Corps of Engineers, with an estimated completion date of Oct. 14, 2020.  Bids were solicited via the Internet with 13 received.  Funding and work location will be determined with each order.  Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-16-D-0001).

AECOM Technical Services, Los Angeles, California, was awarded a $9,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architectural and engineering services to support headquarters and the risk management center on dam and levee safety projects within the Army Corps of Engineers civil works mission boundaries.  Bids were solicited via the Internet with nine received. Funding and work location will be determined with each order with an estimated completion date of Oct. 14, 2020.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-D-0001).

U.S. TRANSPORTATION COMMAND

Six contractors are being awarded options modifications to previously awarded indefinite-delivery/indefinite-quantity fixed-price contracts for intermodal ocean and intermodal distribution services.  The companies and their awards are: American President Lines Ltd. Inc., Scottsdale, Arizona, is being awarded an estimated $37,111,044 fixed-price contract extension modification to previously awarded contract HTC711-12-D-W003, bringing the total cumulative face value of the contract to $1,874,456,994 from $1,837,345,950. Maersk Line Ltd. Norfolk, Virginia, is being awarded an estimated $33,184,456 fixed-price contract extension modification to previously awarded contract HTC711-12-D-W013, bringing the cumulative face value of the contract to $2,181,810,748 from $2,148,626,292. Farrell Lines Inc., Norfolk, Virginia, is being awarded an estimated $20,061,729 fixed-price contract extension modification to previously awarded contract HTC711-12-D-W008 that brings the total cumulative face value of the contract to $615,456,579 from $595,394,850. Hapag-Lloyd USA LLC, Tampa, Florida, is being awarded an estimated $10,548,648 fixed-price contract extension modification to previously awarded contract HTC711-12-D-W011, bringing the total cumulative face value of the contract to $364,834,546 from $354,285,898. American Roll-On Roll-Off Carrier LLC,* Woodcliff Lake, New Jersey, is being awarded an estimated $9,419,536 fixed-price contract extension modification to previously awarded contract HTC711-12-D-W004, bringing the total cumulative face value of the contract to $576,492,955 from $567,073,419. Liberty Global Logistics LLC,* Lake Success, New York, is being awarded an estimated $8,417,167 fixed-price contract extension modification to previously awarded contract HTC711-12-D-W012 bringing the total cumulative face value of the contract to $382,756,519 from $374,339,352.  Work will be performed worldwide as specified on each individual order, with an expected completion date of Jan. 31, 2016.  Type of appropriation is fiscal 2016 transportation working capital funds to be obligated on individual task orders.  The U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

NAVY

Seyer Industries Inc.,* St. Peters, Missouri, is being awarded a $33,394,842 indefinite-delivery/indefinite-quantity contract for the manufacture and delivery of up to 325 each blade fold rack sets in support of the AH-1Z and UH-1Z helicopter.  Work will be performed in St. Peters, Missouri, and is expected to be completed in October 2020.  Fiscal 2014 aircraft procurement (Navy) funds in the amount of $103,467 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was solicited via an electronic request for proposals as a 100 percent small business set-aside; three offers were received.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-16-D-0006).

BAE Systems Information and Electronic Systems Integration Inc., Greenlawn, New York, is being awarded a $31,949,556 modification to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-14-D-0004) to exercise an option for the procurement of the AN/APX-117A(V) identification friend or foe (IFF) transponder, AN/APX-118A(V) IFF transponder, AN/APX-123A(V) IFF transponder, Mode 5 change kits, integrations of Mode 5 change kits,  and shop replaceable assemblies (SRA). The SRA consists of the Mode 4 remote control unit (RCU), Mode 5 RCU, IFF mounting tray, receiver/transmitter (RT), single board computer, power supply, signal processor, Mode 4 chassis, Mode 5 chassis, Mode 4/5 with crypto SRA, Mode 4 with crypto SRA, and dummy RT chassis.  This effort will also procure repairs of the IFF transponders and RCUs listed above, and software engineering support.  This modification combines purchases for the Navy ($26,390,333; 82.6 percent); Army ($3,290,804; 10.3 percent); National Guard ($191,697; .6 percent); and the governments of Saudi Arabia ($453,684; 1.42 percent); Philippines ($447,294; 1.40 percent); Japan ($418,539; 1.31 percent); Denmark ($389,785; 1.22 percent); and Indonesia ($367,420; 1.15 percent) under the Foreign Military Sales program.  Work will be performed in Greenlawn, New York (85 percent); and Scottsdale, Arizona (15 percent), and is expected to be completed in December 2017.  No funds are being obligated at time of award.  Funds will be obligated against individual delivery orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The DPR/Hardin Construction Co., LLC/Whitsell-Green Inc. JV, Atlanta, Georgia, is being awarded $20,626,000 for firm-fixed-price task order 0012 under a previously awarded multiple award construction contract (N40085-10-D-5333) for renovation of Building R61 at Naval Station Norfolk.  The work to be performed provides repair and upgrade to Building R61 including repair berthing spaces to meeting current standards; replacement of living space area; anti-terrorism/force protection requirements; complete building plumbing system; replacement of elevators; repairs to building electrical systems; repairs to existing bathrooms; repairs to laundry rooms; exterior renovations; new fire suppression system; replacement of stair railings; and landscaping repairs.  Work will be performed in Norfolk, Virginia, and is expected to be completed by October 2017.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $20,626,000 are obligated on this award and will expire at the end of the current fiscal year.  Two proposals were received for this task order.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

Berico Technologies LLC, Reston, Virginia (H92222-16-D-0001) and Orbis Technologies, Inc., Annapolis, Maryland (H92222-16-D-0002) were awarded a maximum $20,000,000, indefinite-delivery, indefinite-quantity contract for the All-Source Analytical Environment software tool to support the USSOCOM Distributed Common Ground/Surface Systems Special Operations Forces program. The majority of the work will be performed at the contractor locations and USSOCOM facilities. Fiscal 2015 procurement funds in the amount of $5,000 are obligated to satisfy the minimum guarantee.  Additional funding will be obligated on a delivery order basis.  This contract was a competitive acquisition, with five proposals received.  United States Special Operations Command Contracting office, Tampa, Florida is the contracting activity.

DEFENSE LOGISTICS AGENCY

Aloha Petroleum Ltd.,* Honolulu, Hawaii (SPE600-16-D-4000), $17,302,637; and Mid Pac Petroleum LLC,* Honolulu, Hawaii (SPE600-16-D-4004), $12,763,812, have each been awarded a fixed-price with economic-price-adjustment contract under solicitation SP0600-15-R-0215 for various types of fuel. These are estimated contract values. These contracts were competitive acquisitions with seven offers received. They are five-year contracts with no option periods. Location of performance is Hawaii, with a Dec. 31, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, Coast Guard and Defense Logistics Agency. Type of appropriation is fiscal 2016 through fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

AM General LLC, Mishawaka, Indiana, has been awarded a maximum $13,349,913 firm-fixed-price, indefinite-quantity contract for utility vehicle torque convectors. This was a competitive acquisition with two responses received. This is a three-year base contract with two one-year option periods. Location of performance is Indiana, with an Oct. 14, 2018, performance completion date. Using agency is 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-16-D-0004).

Chevron Products Co., San Ramon, California, has been awarded an estimated maximum $12,653,828 fixed-price with economic-price-adjustment contract for Jet A fuel. This was a competitive acquisition with seven offers received. It is a five-year contract with no option periods. Location of performance is Hawaii, with a Dec. 31, 2020, performance completion date. Using military service is Navy and Defense Logistics Agency. Type of appropriation is fiscal 2016 through fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-16-D-4001).

*Small business
Photo: www.aviationnews.eu

DoD Contracts: Raytheon Missile Systems Awarded $14M for Standard Missile-2 Spares

$
0
0

NAVYORD_SM-2_Launch_lg

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $14,594,880 firm-fixed-price modification to previously awarded contract N00024-15-C-5408 for fiscal 2016 Standard Missile-2 (SM-2) spares and containers and fiscal 2016 SM-2 dual thrust rocket motor regrains. Work will be performed in Camden, Arkansas, and is expected to complete by September 2017. Fiscal 2016 operations and maintenance (Navy) funding in the amount of $14,594,880 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded a $24,113,840 cost-plus-fixed-fee modification to previously awarded contract N00024-12-C-2100 for reactor plant planning yard services for nuclear-powered submarines and support yard services for the Navy’s moored training ships.  The contractor will furnish, fabricate, or acquire such materials, supplies and services as may be necessary to perform the functions of the planning yard for reactor plants and associated portions of the propulsion plants for nuclear-powered submarines.  Work will be performed in Groton, Connecticut (95 percent); and Charleston, South Carolina (5 percent), and is expected to be completed by September 2016.  Fiscal 2016 operations and maintenance (Navy) funding in the amount of $6,500,000; and fiscal 2015 other procurement (Navy) funding in the amount of $4,400,181 will be obligated at time of award.  Contract funds in the amount of $10,900,181 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

ARMY

Jacobs Technology Inc., Ft. Walton Beach, Florida, was awarded a $45,000,000 modification (0003) to contract W52P1J-13-D-0041 for global logistics and support services to the Army Sustainment Command Logistics Civil Augmentation Program (LOGCAP) and Army Contracting Command-Rock Island (ACC- RI) LOGCAP and Reachback Divisions.  Funding and work location will be determined with each order with an estimated completion date of Oct. 20, 2016.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

KDH Defense Systems Inc.,* Eden, North Carolina (W91CRB-16-D-0003); and Point Blank Enterprises Inc., Pompano Beach, Florida (W91CRB-16-D-0004), were awarded a $14,601,731 firm-fixed-price, multi-year, contractor-shared contract for up to 35,000 Light Air Warrior systems.  Bids were solicited via the Internet with six received. Funding and work location will be determined with each order with an estimated completion date of Oct. 19, 2018.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

DRS Technical Services, Herndon, Virginia, was awarded a $7,982,346 firm-fixed-price, incrementally funded contract with options for Kabul UHF trunking radio operations and maintenance.  One bid was solicited with none received.  Work will be performed in Afghanistan with an estimated completion date of April 19, 2016.  Fiscal 2015 other procurement funds in the amount of $6,923,621 were obligated at the time of the award.  Army Contracting Command Iraq is the contracting activity (W56KJD-16-C-0003).

AIR FORCE

L-3 Communications Corp., Systems Field Support, Madison, Mississippi, has been awarded an estimated $12,000,000 modification (P00035) to exercise the option on previously awarded contract FA8106-11-D-0002 for C-12 contractor logistics support. Contractor will provide maintenance, repair and support functions. Work will be performed Accra, Ghana; Andrews Air Force Base, Maryland; Ankara, Turkey; Bangkok, Thailand; Bogota, Columbia; Brasilia, Brazil; Budapest, Hungary; Buenos Aires, Argentina; Cairo, Egypt; Edwards Air Force Base, California; Elmendorf Air Force Base, Alaska; Gaborone, Botswana; Holloman Air Force Base, New Mexico; Islamabad, Pakistan; Manila, Philippines; Nairobi, Kenya; Rabat, Morocco; Riyadh, Saudi Arabia; San Angelo, Texas; Tegucigalpa, Honduras; and Yokota Air Base, Japan, and is expected to be complete by March 31, 2016. This contract involves foreign military sales. No funds are being obligated at the time of award. Air Force Lifecycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $7,566,978 modification (P00567) to previously awarded contract FA8611-08-C-2897. Contractor will provide F-22 sustainment for Reliability and Maintainability Maturation Program Project SE21, Stores Management System wrap around tester cable sets (quantity of 20) and self testers (quantity of 2). Work will be performed at Fort Worth, Texas, and is expected to be complete by Nov. 30, 2017. Fiscal 2014 aircraft procurement funds in the amount of $4,843,274; and fiscal 2015 aircraft procurement funds in the amount of $2,723,703 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

DEFENSE HEALTH AGENCY

General Dynamics Information Technology Inc., Fairfax, Virginia, was awarded a firm-fixed-price task order with an estimated value of $23,206,146. This task order provides for production data processing, data validation operations, and security for the Defense Health Services Systems Program Executive Office. These data processing and information creation applications provide decision support and management information to a broad spectrum of other applications that in turn support the Military Health System end users. This task order was a sole-source acquisition awarded to the incumbent contractor. This is a one-year base task order with one 12-month option period and one five-month option period. This order includes the extension clause 52.217-8 and includes a six-month extension if needed. Location of performance is Defense Health Agency, Solutions Delivery Division, Falls Church, Virginia, with a March 28, 2018, performance completion date. The requirement is funded with fiscal 2016 operations and maintenance funds in the amount of $9,714,128. The Defense Health Agency, Contract Operations Division, San Antonio, Texas, is the contracting activity (HT0015).

Photo: www.defenseindustrydaily.com

DoD Contracts: Lockheed Martin Corp. Awarded $784M for Long Range Discrimination Radar

$
0
0

MISSILE DEFENSE AGENCYgbrp

Lockheed Martin Corp., Moorestown, New Jersey, is being awarded a $784,289,883 fixed-price incentive contract with options to develop, deploy, test, and operate a Long Range Discrimination Radar (LRDR). The LRDR will provide persistent discrimination capability to the Ballistic Missile Defense system to support the defense of the homeland. Work will be performed in Moorestown, New Jersey; and at Clear Air Force Station, Alaska. The period of performance is Oct. 21, 2015 through Jan. 21, 2024. Fiscal 2015 research, development, test and evaluation funds in the amount of $35,500,000 are being obligated at time of award. This contract was a competitively awarded acquisition with three offers received. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-16-C-0011).

NAVY

Marathon Construction Corp.,* Lakeside, California (N62473-16-D-1802); Granite-Healy Tibbitts JV, Watsonville, California (N62473-16-D-1803); Reyes Construction Inc., Pomona, California (N62473-16-D-1804); Manson Construction Co., Seattle, Washington (N62473-16-D-1805); and R.E. Staite Engineering Inc.,* San Diego, California (N62473-16-D-1806), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, repair, and renovation of various waterfront facilities at various locations predominantly 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.  The work to be performed provides for new construction, repair, and renovation of waterfront structures and dredging within the North American Industry Classification System Code 237990, by design-build or design-bid-build.  Types of projects may include, but are not limited to: dredging and disposal, piers, wharves, quay walls, bulkheads, relieving platforms, cellular structures, dry docks/caissons, break waters, fixed moorings, docks and marinas, pile driving, primary and secondary fender systems, sheet piles, and sea walls.  Work will be performed predominantly within the NAVFAC Southwest AOR including, but not limited to, California (98 percent), and will be available to the NAVFAC Atlantic AOR (2 percent) as approved by the contracting officer.  The terms of the contracts are not to exceed 60 months, with an expected completion date of October 2020.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $25,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured as an unrestricted procurement with two or more awards reserved for highly qualified small businesses 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.  No task orders are being issued at this time.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

U.S. TRANSPORTATION COMMAND

American President Lines Ltd., Scottsdale, Arizona (HTC711-12-D-R009/P00018); Farrell Lines Inc., Norfolk, Virginia (HTC711-13-D-R001/P00015); Liberty Global Logistics LLC, Lake Success, New York (HTC711-12-D-R008/P00018); and National Air Cargo Group Inc., Orlando, Florida (HTC711-12-D-R010/P00018), are each being awarded a $90,740,531 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 $1,590,729,479 from $1,499,988,948.  These contracts provide for international commercial multimodal transportation services.  Work will be performed worldwide, with an expected completion date of Dec. 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 $226,851,329.  The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois.

ARMY

Barbaricum LLC,* Washington, District of Columbia (W91CRB-16-D-0001); and The Ravens Group,* Lanham, Maryland (W91CRB-16-D-0002), were awarded a $49,875,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for professional services for the Rapid Equipping Force.  Bids were solicited via the Internet with 15 received.  Funding and work location will be determined with each order, with an estimated completion date of Dec. 31, 2020.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

Canadian Commercial Corp., Ottawa, Canada, was awarded a $17,647,924 modification (P00004) to contract W911N2-15-D-0002 for RG31 program of record engineering change package parts supporting the Medium Mine Protective Vehicle Type II and RG-31 legacy vehicles.  Funding and work location will be determined with each order with an estimated completion date of Oct. 30, 2016.  Army Contracting Command, Letterkenny Army Depot, Pennsylvania, is the contracting activity.

Kiewit Infrastructure West, Vancouver, Washington, was awarded a $10,779,000 firm-fixed-price contract with options for breakwater repair and maintenance dredging.  Bids were solicited via the Internet with three received. Work will be performed in St Paul Island, Alaska, with an estimated completion date of Oct. 15, 2017.  Fiscal 2015 and 2016 operations and maintenance (Army) funds in the amount of $10,779,000 were obligated at the time of the award.  Army Corps of Engineers, Elmendorf, Alaska, is the contracting activity (W911KB-16-C-0001).

Textron Systems, Hunt Valley, Maryland, was awarded an $8,355,082 modification (P00032) to contract W58RGZ-13-C-0016 to purchase 37 mobile directional antenna systems for the One System remote video terminal. Work will be performed in Hunt Valley, Maryland, with an estimated completion date of March 30, 2017.  Fiscal 2014 and 2015 other procurement funds in the amount of $8,355,082 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Woodward Inc., Rockford, Illinois, has been awarded a maximum $12,756,758 firm-fixed-price, definite quantity contract for fuel system valves. This was a competitive acquisition with one response received. This is a two-year, five-month contract with no option periods. Location of performance is Illinois, with a March 28, 2018, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A7-16-C-0023).

AIR FORCE

Aptima Inc., Woburn, Massachusetts, has been awarded a $12,425,604 cost-plus-fixed-fee, cost-reimbursable Small Business Innovation Research Phase III contract for Air Force Distributed Common Ground System (DCGS) weapon system trainer. Contractor will provide a virtual training environment providing simulated mission training to DCGS sites, covering geospatial intelligence full motion video, high altitude imagery, synthetic aperture radar imagery, electro optical imagery, and infrared imagery. The weapon system trainer will allow the Air Force to transition the DCGS intelligence analysts’ crew and positional training from on-the-job training during “live missions” to simulated mission scenario training. Work will be performed at Langley Air Force Base, Virginia, and is expected to be complete by June 20, 2017. This award is the result of a sole-source acquisition. Fiscal 2015 other procurement funds in the amount of $12,425,604 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-16-C-0008).

*Small business
Photo: mostlymissiledefense.com

DoD Contracts: Northrop Grumman Awarded $53M for Laser Weapon System Demonstrator

$
0
0

NAVYonrlaser-41011-FF

Northrop Grumman Space and Mission Systems Corp., Redondo Beach, California, is being awarded a $53,151,809 cost-plus-fixed-fee contract for the Solid State High Power Laser Weapon System Demonstrator (LWSD) program. The Office of Naval Research funded the Maritime Laser Demonstrator (MLD) which was the first to demonstrate defeat of small boats at sea using a high energy laser.  Recent advancements in the power and durability of commercially available solid state laser (SSL) technologies have enabled the Navy to execute a quick-reaction effort and operationally field an SSL weapon.  The Navy Laser Weapon System (LaWS) AN/SEQ-3(XN-1) was installed on USS Ponce in the summer of 2014.  After a series of test and certification steps, LaWS is now the first-ever fully approved laser weapon system deployed by any U.S. military service.  The Office of Naval Research seeks to continue the advancement of SSL weapon system designs, architectures, and component technologies.  The government believes that improvements in lethality may be achieved through maturation and optimization of a variety of system characteristics, including laser power, beam quality, beam director architecture, and other physical and optical aspects of the laser, beam director, and system design.  Leveraging our experience and internal investments, the Northrop Grumman team is ready to fully support the three phases of the LWSD program.  This contract contains options, which if exercised, will bring the contract value to $91,057,597.  Work will be performed in Redondo Beach, California, and is expected to be completed Oct. 21, 2016.  If options are exercised, work will continue through July 7, 2018.  Fiscal 2015 and 2016 research, development, test and evaluation (Navy) funds in the amount of $36,465,449 will be obligated at the time of award.  Contract funds in the amount of $21,465,449 will expire at the end of current fiscal year.  This contract was competitively procured under the Office of Naval Research broad agency announcement 15-0005 entitled “Solid State, High Power Laser Weapon System Demonstrator (LWSD) Design, Development and Demonstration for Surface Navy, USN.”  Six proposals were received in response to this solicitation.  The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-16-C-1009).

Swiftships Shipbuilders LLC, Morgan City, Louisiana, is being awarded a $10,976,701 firm-fixed-price delivery order under previously awarded basic ordering agreement N00024-15-G-4209 for one year of services to operate and upgrade the Iraqi navy ship repair facility.  This effort encompasses one year of labor and the associated travel, basic life support services, and force protection services to operate and support the facility.  Work will be performed at Umm Qasr Naval Base, Iraq, and is expected to be completed October 2016.  Foreign military sales funding in the amount of $10,976,701 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.

Baldi Bros. Inc., Beaumont, California, is being awarded $7,057,741 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N62473-14-D-0064) for demolition of Applied Instruction Building Bunker 99 at Naval Base Coronado.  The work to be performed provides for demolishing the World War II era bunker, site earthwork, including grading, excavation, and temporary erosion sediment control of the surrounding areas to make way for future planned construction to support the Naval Special Warfare Command.  Work will be performed in Imperial Beach, California, and is expected to be completed by April 2017.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $7,057,741 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.

ARMY

General Atomics Aeronautical Systems Inc., Poway, California, was awarded a $38,155,365 modification (P00114) to contract W58RGZ-12-C-0075 for MQ-1C Gray Eagle unmanned aircraft systems performance-based logistics support for the Block 1 program of record and Special Operations aviation regiments.  Work will be performed in Poway, California, with an estimated completion date of Oct. 23, 2016.  Fiscal 2014 and 2015 operations and maintenance (Army) and other procurement funds in the amount of $38,155,365 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AIR FORCE

Raytheon Co., Space and Airborne Systems Division, Largo, Florida, has been awarded a $22,907,353 indefinite-delivery/indefinite-quantity production contract for the ARC 234 crypto-modernized baseband input/output (BBIO) module. Contractor will provide crypto-modernized, National Security Agency Type 1-certified, cryptographic radios that will replace the legacy ARC-234 device, focused on embedded-crypto, form and fit replacements for the BBIO module. Work will be performed at Largo, Florida, and is expected to be complete by Oct. 21, 2020. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Fiscal 2015 other procurement funds in the amount of $5,076,355 are being obligated at the time of award for the first delivery order. Air Force Life Cycle Management Center, Joint-Base San Antonio, Texas, is the contracting activity (FA8307-16-D-0026).

Pelatron Inc., Honolulu, Hawaii, has been awarded a $20,224,932 primarily firm-fixed-price contract for control and reporting center operation modules and associated support. Contractor will produce and deliver up to 16 operation module modifications to include initial spares and provide interim contractor support. Work will be performed at multiple locations to include Honolulu, Hawaii; Clearfield, Utah; and Hanahan, South Carolina, and is expected to be complete by Oct. 22, 2019. This award is the result of a competitive acquisition with five offers received. Fiscal 2015 other procurement funds in the amount of $20,224,932 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-16-C-0007).

Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $13,080,225 modification (P00653) to exercise the option on previously awarded contract FA8611-08-C-2897 for F-22 air vehicle sustainment. Contractor will provide depot touch labor services. Work will be performed at Hill Air Force Base, Utah, and is expected to be complete by Dec. 31, 2015. Fiscal 2016 aircraft procurement funds in the amount of $7,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

U.S. TRANSPORTATION COMMAND

Phoenix Air Group Inc., Cartersville, Georgia, is being awarded a $10,426,500 indefinite-delivery/indefinite-quantity, fixed-price contract with economic-price-adjustment for dedicated fixed wing services in Stuttgart Army Airfield, Germany.  This contract provides for services necessary to provide air charter service for Headquarters U.S. Africa Command passengers.  Work will be performed at Stuttgart Army Airfield to various points throughout Africa and Europe, with an expected completion date of Dec. 31, 2016, with four one-year option periods. The performance period is from Jan. 1, 2016, to Dec. 31, 2016.  Fiscal 2016 operations and maintenance funds in the amount of $10,426,500 are being obligated at time of award.  This contract was a competitive acquisition, and two offers were received.  The contracting activity is the U.S. Transportation Command Directorate of Acquisition, Scott Air Force Base, Illinois (HTC711-16-D-R001).

Photo: www.livescience.com

DoD Contracts: Raytheon Co. Awarded $128M for Zumwalt-class Destroyer Program

$
0
0

NAVY6215d700c35178e4f8116f8c95b3406c

Raytheon Co., Integrated Defense Systems, Tewksbury, Massachusetts, is being awarded a $128,943,658 cost-plus-incentive-fee modification to previously awarded contract N00024-10-C-5126 to procure additional engineering services in support of the Zumwalt-class destroyer program. Work will be performed in Portsmouth, Rhode Island (37 percent); Bath, Maine (31 percent); Tewksbury, Massachusetts (20 percent); San Diego, California (6 percent); Wallops Island, Virginia (5 percent); and Fort Wayne, Indiana (1 percent), and is expected to be completed by August 2016. Fiscal 2015 research, development, test and evaluation (Navy) funding in the amount of $14,746,951; fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $4,798,611; fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $3,160,061; and fiscal 2016 operations and maintenance (Navy) funding in the amount of $702,235 will be obligated at time of award. Contract funds in the amount of $15,449,186 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

U.S. TRANSPORTATION COMMAND

International Auto Logistics LLC, Brunswick, Georgia, is being awarded a $100,119,731 modification (P00009) exercising the first option period on the indefinite-delivery requirements-type, fixed-price with economic-price-adjustment base contract HTC711-14-D-R025 for transportation and storage services of privately owned vehicles. The modification brings the total cumulative face value of the contract to $407,828,543 from $307,708,812. Work will be performed at multiple locations within and outside of the U.S., with an expected completion date of Sept. 30, 2016. Funds will be obligated on individual task orders from fiscal 2016 transportation working capital funds. The contracting activity is the U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

DEFENSE LOGISTICS AGENCY

Otis Technology,* Lyons Falls, New York, has been awarded a maximum $39,874,340 firm-fixed-price, indefinite-quantity contract for weapon systems cleaning kits. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a three-year contract with two one-year option years. Location of performance is New York, with an Oct. 22, 2018, performance completion date. Using agency is 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-16-D-0008).

Sysco Seattle, Kent, Washington, has been awarded a maximum $10,819,852 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity prime vendor contract for a full line of food distribution. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a six-month contract with no option periods. Locations of performance are Washington and Alaska, with an April, 9, 2016, performance completion date. Using military services are Army, Navy and Air Force. Type of appropriation is fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-16-D-3161).

*Small business
Photo: www.pinterest.com

DoD Contracts: The Boeing Co. Awarded $897M for EA-18G Aircraft

$
0
0

NAVY4-growler

The Boeing Co., St. Louis, Missouri, is being awarded an $897,530,175 modification to a previously awarded fixed-price-incentive-firm contract (N00019-14-C-0032) for the procurement of 15 Lot 38 full-rate production EA-18G aircraft and associated airborne electronic attack kits.  Work will be performed in El Segundo, California (40.3 percent); St. Louis, Missouri (24.1 percent); Bethpage, New York (18.5 percent); Cleveland, Ohio (1.7 percent); Bloomington, Minnesota (1.5 percent); Mesa, Arizona (1.3 percent); Torrance, California (1.3 percent); Vandalia, Ohio (1.1 percent); Ajax, California (1.1 percent); Irvine, California (0.8 percent); Santa Clarita, California (0.6 percent); South Korea (0.6 percent); and various other locations in the continental U.S. (7.1 percent).  Work is expected to be completed in January 2018.  Fiscal 2015 aircraft procurement (Navy) funds in the amount of $897,530,175 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ERAPSCO, Columbia City, Indiana, is being awarded a $178,565,050 modification to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00421-14-D-0025) to exercise an option for the procurement of up to 6,000 AN/SSQ-36 sonobuoys; 95,000 AN/SSQ-53 sonobuoys; 15,500 AN/SSQ-62 sonobuoys; 10,000 AN/SSQ-101 sonobuoys; and 10,000 AN/SSQ-125 sonobuoys.  Work will be performed in DeLeon Springs, Florida (51.7 percent); and Columbia City, Indiana (48.3 percent), and is expected to be completed in October 2017.  No funding will 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.

Great Mills Trading Post Co.,* Great Mills, Maryland, is being awarded a $22,270,000 firm-fixed-price contract for repair and rehabilitation of Runways 14/32 and 6/24 at Naval Air Station Patuxent River.  Work will be performed in Patuxent River, Maryland, and is expected to be completed by September 2016.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $22,270,000 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 two proposals received.  The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-16-C-2002).

Serco Inc., Reston, Virginia (N66001-16-D-0033); and Science Applications International Corp., San Diego, California (N66001-16-D-0032), are being awarded a one-year, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award contract to provide production management and transition support; integration and fabrication support; system and component procurement support; and network integration engineering facility production services.  Technical services include production and material management; and execution processes required to install integrated systems ashore or aboard ships. Serco Inc. is receiving a contract for $17,959,283, and Science Applications International Corp. is receiving a contract for $17,113,248.  Both awardees will have the opportunity to compete for task orders during the ordering period.  Work will be performed in San Diego, California, and is expected to be completed Oct. 25, 2016.  No funds will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  Funds will be obligated as individual task orders are issued.  The types of funding to be obligated include operations and maintenance (Navy), other procurement (Navy), and shipbuilding and conversion (Navy).  This contract was competitively procured via request for proposal N66001-13-R-0032 published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Two offers were received and two were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

Florida Keys Aqueduct Authority, Key West, Florida, is being awarded a $17,800,766 firm-fixed-price utility service contract for privatization and operation of Naval Air Station Key West wastewater utility system.  The work to be performed provides for collection, treatment, and disposal of sanitary wastewater on a continuous basis.  Work will be performed in Key West, Florida. The contract period of performance is 50 years from October 2015 to October 2065.  No funds will be obligated at time of award.  The contract will be primarily funded by fiscal 2016 through fiscal 2065 working capital funds (Navy).  This contract was competitively procured via the Federal Business Opportunities website, with three proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-15-C-8000).

AIR FORCE

Lockheed Martin Corp., Marietta, Georgia, has been awarded a $260,078,333 modification (P00004) to previously awarded contract FA8625-14-C-6450. Contract provides advance procurement funding for long lead efforts associated with 28 fiscal 2016 C-130J aircraft. Work will be performed at Marietta, Georgia, and is expected to be complete by April 30, 2017. Fiscal 2016 aircraft procurement funds in the amount of $260,078,333 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

General Atomics, Aeronautical Systems Inc., Poway, California, has been awarded a $19,070,219 option on delivery order 0113 of the basic ordering agreement FA8620-10-G-3038 for MQ-9 contractor logistics support (CLS) Phase 3. Contractor will provide an additional period of CLS for the French air force. Work will be performed at Poway, California; and Niamey, Niger, and is expected to be complete by Dec. 31, 2016. This contract is 100 percent foreign military sales for France. Medium Altitude Unmanned Aircraft Systems, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-10-G-3038).

ViaSat Inc., Carlsbad, California, has been awarded a $13,152,398 cost-plus-incentive-fee contract for Mini Crypto. Mini Crypto is a small, low power, self-contained cryptographic module that can be embedded in a variety of communication devices to protect data and ensure the authentication of those communicating with it. Contractor will provide engineering and manufacturing development with contract options for low-rate initial production, full-rate production, and related support functions. Work will be performed at Carlsbad, California, and is expected to be complete by Oct. 30, 2020. This award is the result of a competitive acquisition with seven offers received. Fiscal 2015 and 2016 research and development funds in the amount of $2,253,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Joint-Base San Antonio, Texas, is the contracting activity (FA8307-16-C-0001).

McCrone Associated Inc., Westmont, Illinois, has been awarded a $9,679,578 cost-plus-fixed-fee modification (P00033) on Sept. 30 to previously awarded contract FA7022-12-C-0006. Contractor will provide non-personal services to process and analyze particle samples for the purpose of Nuclear Test Ban Treaty verification for the Air Force Technical Applications Center nuclear directorate. The contract will support the U.S. Atomic Energy Detection System. Work will be performed at Westmont, Illinois, and is expected to be complete by Sept. 30, 2016. Fiscal 2016 operations and maintenance funds in the amount of $9,679,578 are being obligated at the time of award. The 25th Air Force, Joint Base San Antonio – Lackland, Texas, is the contracting activity.

Southwest Research Institute, San Antonio, Texas, has been awarded a $9,423,767 cost-plus-fixed-fee contract for research and development. This contract is the second phase in a three-phase program. This contract aims to dramatically improve the ability to detect and geolocate high frequency emitters. 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 San Antonio, Texas, and is expected to be complete by Sept. 27, 2018. This award is the result of a competitive acquisition with seven offers received. Fiscal 2015 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 (FA8650-16-C-9104).

*Small business

Photo: www.naval-technology.com

DoD Contracts: URS Federal Services, Inc. Awarded $289M for Aviation Maintenance

$
0
0

ARMY132540-bigthumbnail

URS Federal Services Inc., Germantown, Maryland, was awarded a $289,539,631 time and materials contract with options for aviation maintenance and depot support.  Bids were solicited via the Internet with six received.  Work will be performed at Ft. Campbell, Kentucky, with an estimated completion date of Jan. 28, 2017.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $710,273 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-16-C-0001).

AIR FORCE

Northrop Grumman, Falls Church, Virginia, has been awarded a contract for the Long Range Strike Bomber.  For more information, please refer to: http://www.defense.gov/News/Press-Advisories/Press-Advisory-View/Article/626036/air-force-to-announce-long-range-strike-bomber-contract-award

Strategic Initial Outfitting Transition, Anchorage, Alaska, has been awarded a $32,694,267 firm-fixed-price contract for medical equipment. Contractor will provide delivery and installation of 463 pieces of medical equipment. The equipment will be delivered by the contractor to 84 military treatment facilities worldwide and is expected to be complete by June 30, 2015. This award is the result of a sole-source acquisition. Fiscal 2013, 2014 and 2015 Air Force working capital funds in the amount of $32,694,267 are being obligated at the time of award. The 10th Contracting Squadron, U.S. Air Force Academy, Colorado, is the contracting activity (FA7000-16-C-0005).

Raytheon Co., Colorado Springs, Colorado, has been awarded a $24,627,922 fixed-price contract for operations and maintenance services. Contractor will provide non-personal services that will ensure the availability of the Cobra King and Gray Star’s radar facility to collect on 100 percent of the tasked data collection opportunities that pass through its field of view. The necessary support shall be provided 24 hours per day, 365 days per year. Work will be performed at Patrick Air Force Base, Florida, and is expected to be complete by Oct. 30, 2016.  This award is the result of a sole-source acquisition. Fiscal 2016 operations and maintenance funds in the amount of $14,551,633 are being obligated at the time of award. The 25th Air Force, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA7022-16-D-0001).

NAVY

Adaptive Methods Inc.,* Centreville, Virginia, is being awarded $8,448,000 for cost-plus-fixed-fee delivery order 0001 against a previously issued basic ordering agreement (N68335-15-G-0018) for work associated with Phase III Small Business Innovation Research (SBIR) efforts. These efforts include SBIR topic N02-152, entitled “Environmental Mission Planner – The Total Solution.”  Work will be performed in Centreville, Virginia, and is expected to be completed in October 2018.  Fiscal 2015 and 2016 research, development, test and evaluation; and fiscal 2015 aircraft procurement (Navy) funds in the amount of $725,000 are being obligated on this award, $400,000 of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

*Small business
Photo: aircraft.desktopnexus.com

DoD Contracts: General Dynamics Land Systems Awarded $94M for Stryker Sustainment

$
0
0

ARMYstryker_mgs

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $94,602,271 cost-plus-award-fee, multi-year contract for Stryker sustainment services, with an estimated completion date of Feb. 28, 2017.  One bid was solicited 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-0086).

IntelliDyne LLC, Falls Church, Virginia, was awarded a $65,422,141 modification (0007) to contract W81XWH-08-D-0013 for non-classified services, facilities and miscellaneous material for the Defense Health Agency, with an estimated completion date of Oct. 29, 2018.  Funding and work location will be determined with each order.  Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity.

Raytheon Co. Missile Systems, Tucson, Arizona, was awarded a $50,353,389 modification (P00039) to contract W31P4Q-12-C-0265 for tube-launched, optically tracked, wire-guided missiles.  Work will be performed in Tucson, Arizona, with an estimated completion date of Oct. 31, 2017.  Fiscal 2016 other procurement (Army) funds in the amount of $50,353,389 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Northrop Grumman Technical Services Inc., Sierra Vista, Arizona, was awarded a $42,694,244 modification (P00041) to contract W58RGZ-13-C-0010 to continue logistical services for the Hunter unmanned aircraft system.  Work will be performed in Afghanistan, and Sierra Vista, Arizona, with an estimated completion date of April 28, 2016.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $17,254,000 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

SOS International, Reston, Virginia, was awarded a $32,997,697 firm-fixed-price, multi-year, incrementally funded contract with options for services for the Military Information Support Task Force – Afghanistan.  Bids were solicited via the Internet with six received. Work will be performed in Afghanistan with an estimated completion date of Oct. 28, 2020.  Fiscal 2015 operations and maintenance (Army) funds in the amount of $4,500,000 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W560MY-16-C-0001).

Cox Construction Co.,* Vista, California, was awarded a $26,117,000 firm-fixed-price contract for construction of an unmanned aircraft system hanger and ancillary facilities at Ft. Irwin, California, with an estimated completion date of Oct. 29, 2017.  Bids were solicited via the Internet with four received. Fiscal 2015 military construction funds in the amount of $26,117,000 were obligated at the time of the award.  Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-16-C-0002).

MEC DE JV,* Plainfield, Illinois, was awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for organic engineering, production, and quality assurance technical services for the Rock Island Arsenal Joint Manufacturing and Technology Center.  Bids were solicited via the Internet with nine received, with an estimated completion date of Oct. 28, 2018.  Funding and work location will be determined with each order. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W9098S-16-D-0003).

L-3 Combat Propulsion Systems, Muskegon, Michigan, was awarded a $17,845,860 modification (P00008) to undefinitized contract W56HZV-15-C-0119 for 123 Bradley Fighting Vehicle transmissions and ancillary hardware.  Work will be performed in Muskegon, Michigan, with an estimated completion date of May 31, 2017.  Fiscal 2014,  2015, and 2016 other procurement funds in the amount of $486,533 were obligated at the time of the award.  Army Contracting Command, Warren, Michigan, is the contracting activity.

Polote Corp.,* Savannah, Georgia, was awarded a $13,909,163 firm-fixed-price, incrementally funded contract for the central and southern Florida flood control project.  Fifty bids were solicited with eight received. Work will be performed in Miami, Florida, with an estimated completion date of Aug. 21, 2017.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $3,500,554 were obligated at the time of the award.  Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-16-C-0001).

Jacobs Technology Inc., Tullahoma, Tennessee, was awarded a $13,725,871 modification (P00010) to contract W91CRB-14-D-0017 for test support services (automotive, body armor, etc.) to Aberdeen Test Center at Aberdeen Proving Ground, Maryland, with an estimated completion date of Jan. 15, 2016. Funding and work location will be determined with each order.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

EMCOR Government Services, Arlington, Virginia, was awarded a $13,449,472 modification (P00044) to contract W9124A-13-C-0002 for base services, facilities, operations and maintenance at Ft. Huachuca, Arizona, with an estimated completion date of Oct. 31, 2017.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $1,350,795 were obligated at the time of the award.  Army Contracting Command, Ft. Huachuca, Arizona, is the contracting activity.

Trax International, Las Vegas, Nevada, was awarded a $7,412,001 modification (P00160) to contract W9124R-09-C-0003 for non-personal test support services for the Yuma Proving Ground, Arizona.  Work will be performed in Yuma, Arizona; and Ft. Greely, Alaska, with an estimated completion date of Nov. 30, 2015.  Fiscal 2016 research, development, testing and evaluation funds in the amount of $7,412,001 were obligated at the time of the award.  Army Contracting Command, Yuma Proving Ground, Arizona, is the contracting activity.

AIR FORCE

CACI Technologies Inc., Chantilly, Virginia (FA8650-16-D-1848); and Ball Aerospace and Technologies Corp., Boulder, Colorado (FA8650-16-D-1849), have each been awarded a multiple award, indefinite-delivery/indefinite-quantity contract, with a shared ceiling value of $49,500,000, for spectrum warfare assessment technologies research and development. The contractors will provide for applied and advanced research and development to conduct leading-edge system of systems spectrum warfare applications and advanced technology development. Research will be conducted utilizing a multispectral synthetic battlespace simulation to integrate sensor and electronic warfare technologies; identify and resolve technology issues and risks; demonstrate technology applications and benefits; and perform rapid technology insertions and transitions. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Oct. 28, 2022. These awards are the result of a competitive acquisition with four offers received. Fiscal 2015 research and development funds in the amount of $3,473,538 are being obligated to CACI Technologies Inc. for task order 0001; and $950,000 to Ball Aerospace for task order 0001 at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

L-3 Communications-Platform Integration Division, Waco, Texas, has been awarded a $29,907,515 modification (PZ0001) to previously awarded undefinitized contract action (UCA) FA3002-14-D-0014 for C-27J Training. The contract modification is to definitize the UCA.  Work will be performed at Waco and Arlington, Texas, and is expected to be complete by Dec. 31, 2017. This modification is 100 percent foreign military sales for the commonwealth of Australia. The 338th Specialized Contracting Squadron, Joint Base San Antonio – Randolph Air Force Base, Texas, is the contracting activity.

Raytheon Co., Raytheon Missile Systems, Tucson, Arizona, has been awarded an $11,200,000 undefinitized contract action for 225 Enhanced Paveway II /Guided Bomb Unit-49 kits. Contractor will provide 225 each Enhanced Paveway II munitions, also referred to as GBU-49 kits. Work will be performed at Tucson, Arizona, and is expected to be complete by Aug. 30, 2016. This contract is 100 percent foreign military sales to Canada. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (F A8681-16-C-0059).

NAVY

BAE Systems Land and Armaments LP, Armament Systems Division, Louisville, Kentucky, is being awarded a $30,556,246 firm-fixed-price contract for fiscal 2015 production of the MK 38 mod 3 machine gun system (MGS).  This contract is to fulfill specified requirements and technical performance requirements for the MK38 mod 3 25mm MGS ordnance alteration and provide additional spare parts.  The MGS produced is derived from application of an ordnance alteration to the MK 38 mod 1 25mm MGS.  This contract combines purchases for the U.S. government (93.76 percent); and the government of the Philippines (6.24 percent).  Work will be performed in Haifa, Israel (67 percent); and Louisville, Kentucky (33 percent), and is expected to complete in April 2017.  Fiscal 2015 weapons procurement (Navy) funding in the amount of $21,120,477; fiscal 2015 weapons procurement (Coast Guard) funding in the amount of $5,341,232; fiscal 2015 National Guard and Reserve equipment appropriation funding in the amount of $1,906,710; foreign military sales funding in the amount of $1,906,710; fiscal 2014 weapons procurement (Coast Guard) funding in the amount of $152,781; and fiscal 2014 weapons procurement (Navy) funding in the amount of $128,336, will be obligated at time of award.  Contract funds in the amount of $281,117 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 (N00174-16-C-0002).

BAE Systems Technology Solutions & Services, Rockville, Maryland, is being awarded a $38,898,807 modification to a previously awarded cost-plus-fixed-fee contract (N00421-15-C-0008) to exercise an option for engineering and technical services for integrated communications and information systems radio communications for Navy ships in support of the Naval Air Warfare Center Aircraft Division.  Work will be performed in St. Inigoes, Maryland, and is expected to be completed in October 2023.  Fiscal 2015 working capital funds (Navy) in the amount of $5,818,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

DEFENSE HUMAN RESOURCES ACTIVITY

Inspiritec Inc., Philadelphia, Pennsylvania, has been awarded an $8,294,145.39 modification (P00011) to H98210-13-C-0001 to exercise option period five for consolidated call center support services for the Defense Manpower Data Center.  Work will be performed in Seaside, California; Alexandria, Virginia; and Fort Knox, Kentucky, with an estimated completion date March 31, 2016.  Fiscal 2016 operations and maintenance funds are being obligated at award.  The Defense Human Resources Activity, Alexandria, Virginia, is the contracting activity.

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

 

DoD Contracts: Sierra Nevada Corp. Awarded $172M for A-29 Aircraft

$
0
0

AIR FORCESuper tucano M

Sierra Nevada Corp., Mary Esther, Florida, has been awarded a $172,500,000 firm-fixed-price and cost-plus-fixed-fee contract for six A-29 aircraft. Contractor will provide six A-29 aircraft with associated support and equipment. This contract also provides for spares, support equipment, alternate mission equipment, interim contractor support, and engineering technical services for the A-29 aircraft. Work will be performed at Mary Esther, Florida, and is expected to be complete by July 31, 2019. This contract is 100 percent foreign military sales for the republic of Lebanon. This award is the result of a sole-source acquisition. Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8637-16-C-6004).

The Boeing Co., Space & Security, St. Louis, Missouri, has been awarded a $281,741,390 fixed-price incentive firm contract for F-15 Combined (V)3 and Radar Modernization Program (RMP) radar upgrades. Contractor will provide procurement, installation, initial spares and support for 17 (V)3, and 29 RMP radars. Work will be performed at St. Louis, Missouri, and is expected to be complete by Jan. 15, 2019. This award is the result of a sole-source acquisition. Fiscal 2014 procurement funds in the amount of $100,675,908; and fiscal 2015 procurement funds in the amount of $181,065,482, are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8634-16-C-2653).

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $262,844,909 firm fixed-price contract with minimal cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for sustainment. Contractor will provide sniper advanced targeting, low-altitude navigation and targeting infrared for night navigation pod, and infrared search and track. Sustainment includes repair and return activities for line replaceable units. This requirement also includes procurement of bench stock, support equipment, depot lay-in parts, and data deliverables. Work will be performed at Orlando, Florida; Warner Robins, Georgia; and Saudi Arabia, and is expected to be complete by Oct. 29, 2020. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8540‐16‐D‐0001).

DynCorp International LLC, Fort Worth, Texas, has been awarded a $153,000,000 modification (P00043) to exercise the option on previously awarded contract FA8617-12-C-6208 for contractor operated and maintained base supply non-personal services for the Joint Primary Training System T-6A/B Texan II aircraft. Work will be performed at Fort Worth, Texas, and is expected to be complete by Oct. 31, 2016. Fiscal 2016 operations and maintenance; and Navy operations and maintenance funds in the amount of $21,183,955, are being obligated at the time of award. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.

General Dynamics Information Technology Inc., Fairfax, Virginia (FA8650-16-D-5402); UES Inc., Dayton, Ohio (FA8650-16-D-5403); and Azimuth Corp., Beavercreek, Ohio (FA8650-16-D-5404), have been awarded a combined $121,061,000 multiple award, fair opportunity, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for materials research and survivability studies. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Jan. 31, 2022. 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 Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a $30,493,466 incentive-fee, fixed-price-incentive-fee modification (P00059) to previously awarded contract FA8810-13-C-0002 for Remote Sensing Directorate’s Space-Based Infrared Systems (SBIRS) program. Contractor will provide contractor logistics support. Work will be performed at Sunnyvale, California; and Aurora, Colorado, and is expected to be complete by April 30, 2016. Fiscal 2016 research, development, test and evaluation funds in the amount of $313,590 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

University of Hawaii Systems, Honolulu, Hawaii, has been awarded a $13,023,081 modification (P0010) to previously awarded contract FA9451-14-C-0258. Contractor will provide transition of operations, management, and research development effort for Maui High Performance Computing for the operation and maintenance of a state-of-the-art computing environment that consists of large-scale parallel computing platforms and the associated software development, technical support, and network connectivity required for support in both classified and unclassified environments. Work will be performed at Kihei, Maui, Hawaii, and is expected to be complete by Jan. 31, 2017. Fiscal 2015 research, development, test and evaluation funds in the amount of $500,000 are being obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity.

Azimuth Corp., Beavercreek, Ohio, has been awarded a $9,604,427 task order (0004) to previously awarded contract FA8650-16-D-5404. Contractor will acquire research and development of novel ceramic materials for processible laser gain media and plasmonic systems for optical components and devices. Research and development will encompass precursor materials development, fabrication and processing of plasmonic and ceramic optical components, and exploration of novel optical materials properties and component performance. Work will be performed at Wright-Patterson Air Force Base, Dayton, Ohio, and is expected to be complete by Jan. 31, 2020. Fiscal 2015 research and development funds in the amount of $218,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

UES Inc., Dayton, Ohio, has been awarded a $9,405,601 task order (0005) to previously awarded contract FA8650-16-D-5403 for research and development of radio frequency photonics, hybrid optical apertures and integration. Contractor will develop advanced materials technologies that, singly or in combination, provide advanced radio frequency photonic components, plasmonic and hybrid aperture schemes, and materials solutions with capabilities for next generation systems. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Jan. 31, 2020. Fiscal 2015 research and development funds in the amount of $70,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

The Boeing Co., Space & Security Defense, Oklahoma City, Oklahoma, has been awarded a $9,155,744 cost-plus-fixed-fee contract for research on KC-135 adaptive compliant flap tab. Contractor will modify the existing KC-135 flaps as a potential solution to deliver affordable and effective fuel savings. Work will be performed at Oklahoma City, Oklahoma, and is expected to be complete by June 30, 2017. This award is the result of a competitive acquisition with 14 offers received. Fiscal 2015 research and development funds in the amount of $9,155,744 are being obligated at the time of award. Air Force Research Labs, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-16-C-5635).

Azimuth Corp., Beavercreek, Ohio, has been awarded an $8,715,777 task order (0003) to previously awarded contract FA8650-16-D-5404. Contractor will provide research and development of materials technologies and next generation laser protection capabilities that, singly or in combination, provide protection for aircrews against friendly and hostile lasers operating in the visible and near infrared spectral regions. Research activities will include threat assessments, development of laser protective materials, device design, device fabrication, device testing, pre-production trade studies, and tooling fabrication. Work will be performed at Wright-Patterson Air Force Base and Dayton, Ohio; Camarillo, California; and Santa Rosa, California, and is expected to be complete by Jan. 31, 2019. This award is the result of a sole-source acquisition. Fiscal 2015 research and development funds in the amount of $436,065 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

ARMY

Kiewit-Tuner JV, Aurora, Colorado, was awarded a $570,746,952 fixed-price-incentive contract for completion of construction of the Eastern Colorado Health Care System replacement medical center facility.  Work will be performed in Aurora, Colorado, with an estimated completion date of Jan. 23, 2018.  Bids were solicited via the Internet with one received.  Fiscal 2016 other funds in the amount of $570,746,952 were obligated at the time of the award.  Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-16-C-0003).

BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded a $245,266,248 modification (P00023) to contract W56HZV-14-C-0002 for Paladin integrated management low-rate initial production option 2 exercise for 30 M109A7 self-propelled howitzers and 30 M992A3 carrier, ammunition, tracked vehicles.  Work will be performed in York, Pennsylvania (82 percent); and Elgin, Oklahoma (18 percent), with an estimated completion date of June 29, 2018.  Fiscal 2014 other funds in the amount of $24,526,625; and fiscal 2015 other funds in the amount of $220,739,623 were obligated at the time of the award.  Army Contracting Command – Tank and Automotive, Warren, Michigan, is the contracting activity.

AAI Corp., Hunt Valley, Maryland, was awarded an $110,000,000 indefinite-quantity/indefinite-delivery contract for performance-based logistics for the Shadow drones.  Performance location and funding will be determined with each order, with an estimated completion date of Oct. 29, 2016.  Bids were solicited via the Internet with one received.  Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-16-D-0001).

AAI Corp., Hunt Valley, Maryland, was awarded a $32,525,015 firm-fixed-price contract for program management services for Shadow drones performance-based logistics.  Work will be performed in Hunt Valley, Maryland, with an estimated completion date of Oct. 29, 2016.  Bids were solicited via the Internet with one received.  Fiscal 2016 operations and maintenance, Army funds in the amount of $1,566,523 were obligated at the time of the award.  Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-16-C-0013).

Pine Bluff Sand & Gravel Co., Pine Bluff, Arkansas, was awarded a $20,000,000 firm-fixed-price contract for stone placement, flood control, Mississippi river and tributaries, Mississippi, Atchafalaya, and Red Rivers, and Old River control channels.  Performance locations and funding will be determined with each order, with an estimated completion date of June 30, 2016.  Bids were solicited via the Internet with two received.  Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-16-D-0002).

Huntsville Rehabilitation Foundation, doing business as Phoenix Services, Huntsville, Alabama, was awarded a $13,956,180 firm-fixed-price contract for custodial services for the Army Garrison-Redstone, Director of Public Works.  Work will be performed at Redstone Arsenal, Alabama, with an estimated completion date of Oct. 31, 2020.  Bids were solicited via the Internet with one received.  Fiscal 2016 operations and maintenance, Army funds in the amount of $2,406,862 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9124P-16-C-0001).

Science Applications International Corp., McLean, Virginia, was awarded an $8,949,937 modification (P1N0319) to contract W91QUZ-06-D-0016 for data center internet services, Tier 1 and Tier 2 support for Headquarters Army Reserve Command six-month extension of services.  Work will be performed at Fort Bragg, North Carolina, with an estimated completion date of April 30, 2016.  Fiscal 2016 operations and maintenance, Army funds in the amount of $8,949,937 were obligated at the time of the award.  Army Contracting Command, Fort Sam Houston, Texas, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Noble Supply and Logistics,* Rockland, Massachusetts, has been awarded a maximum $195,000,000 modification (P00004) exercising the first 18-month option period of a two-year base contract (SPM8E3-14-D-0002) with two 18-month option periods for maintenance, repair and operations under the tailored logistics support vendor program in U.S. Central Command’s area of responsibility. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Massachusetts, with a May 24, 2017, 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.

Atlantic Diving Supply Inc.,* Virginia Beach, Virginia, has been awarded a maximum $195,000,000 modification (P00004) exercising the first 18-month option period of a two-year base contract (SPM8E3-14-D-0001) with two 18-month option periods for maintenance, repair and operations under the tailored logistics support vendor program in U.S. Central Command’s area of responsibility. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Virginia, with a May 24, 2017, 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.

UNICOR/Federal Prison Industries, Washington, District of Columbia, has been awarded a maximum $12,075,000 firm-fixed-price contract for physical fitness uniform jackets. This was a competitive acquisition with five response received. This is a one-year base contract with two one-year option periods. Location of performance is Washington, District of Columbia; Virginia; and Florida, with an Oct. 26, 2016, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-16-D-1008).

Beacon Point Associates LLC,* Pembroke Pines, Florida, has been awarded a maximum $8,000,000 modification (P00001) exercising the first one-year option period of a 17 1/2-month base contract (SPM2DE-14-D-7602) with three one-year, and one 6 1/2-month option periods for the distribution of a wide range of medical surgical items to facilities within and outside the U.S. that participate in the electronic catalog program. This is a fixed-price with economic-price-adjustment contract. Location of performance is Florida, with an Oct. 31, 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.

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $120,555,991 modification to the previously awarded low-rate initial production Lot IX F-35 Lightning II Joint Strike Fighter advance acquisition contract (N00019-14-C-0002) to procure the non-recurring engineering effort necessary to develop build-to-print packages by variant (F-35A, F-35B, F-35C), to provide Group A and Group A enabler provisions to support future Band 2/5 capabilities of the F-35 Joint Strike Fighter.  Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2018.  Fiscal 2015 research, development, test and evaluation (Air Force); fiscal 2016 research, development, test and evaluation (Air Force and Marine Corps); and non-U.S. Department of Defense participants funds in the amount of $36, 287,605 are being obligated on this award, $9,190,887 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, Military Engines, East Hartford, Connecticut, is being awarded a $104,290,158 modification to a previously awarded cost-plus-incentive, cost-plus-fixed-fee contract (N00019-14-C-0004) for low-rate initial production (LRIP) Lot IX non-annualized sustainment in support of the F-135 propulsions systems for the F-35 Lightning II Joint Strike Fighter aircraft for the Navy, Air Force, Marine Corps, non -U.S. Department  of Defense (DoD) participants and foreign military sales customers.  This effort includes support equipment and depot activation services and supplies for LRIP 9 propulsion systems.  Work will be performed in East Hartford, Connecticut (88 percent); and Indianapolis, Indiana (12 percent), and is expected to be completed in September 2018.  Fiscal 2014 and 2015 aircraft procurement (Air Force, Navy, Marine Corps); non-U.S. DoD participants and foreign military sales funds in the amount of $104,290,158 are being obligated on this award, $75,919,490 of which will expire at the end of the current fiscal year.  This contract combines purchases for the Air Force ($31,983,441; 31 percent); the Navy ($32,686,616; 31 percent); the Marine Corps ($11,249,433; 11 percent); non-U.S. DoD participants ($26,797,856; 26 percent); and foreign military sales ($1,572,812; 1 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

2H&V Construction Services,* Bonifay, Florida (N69450-16-D-0601); Birmingham Industrial Construction LLC,* Alabaster, Alabama (N69450-16-D-0602); ESA South Inc.,* Cantonment, Florida (N69450-16-D-0603); Firewatch Contracting of Florida LLC,* Tampa, Florida (N69450-16-D-0604); J.A.M. Construction Services,* Merritt Island, Florida (N69450-16-D-0605); and York-Brawley JV,* Hampton, Virginia (N69450-16-D-0607), 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 six contracts combined is $75,000,000.  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, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, and community support facilities.  Firewatch Contracting of Florida LLC is being awarded task order 0001 at $1,136,022 for Buildings 38, 40 and 223 window replacement and repair, at Naval Air Station Pensacola, Florida.  Work for this task order is expected to be completed by January 2017.  All work on this contract will be performed primarily within the NAVFAC Southeast AOR including Pensacola, Florida (50 percent); Panama City, Florida (20 percent); Whiting Field, Florida (20 percent); and the remainder of NAVFAC Southeast AOR (10 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of October 2020.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $1,142,022 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 18 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 Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $64,500,000 modification to a previously awarded advanced acquisition contract (N00019-15-C-0003) for long lead materials and efforts associated with the production of the low-rate initial production 11 Japanese F-35A air systems for the government of Japan under the Foreign Military Sales program.  Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2016. Foreign military sales funds in the amount of $64,500,000 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland is the contracting activity.

Wolf Creek Federal Services Inc.,* Anchorage, Alaska, is being awarded a $28,469,544 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40192-14-D-9000) to exercise option two for base operations support services at various military installations in Santa Rita, Guam.  The work to be performed provides for management and housing operations to maintain and repair family housing units, unaccompanied housing units, and provide any services, maintenance and change of occupancy maintenance in both vacant and occupied family housing units and unaccompanied housing units to include management, supervision, quality control, labor, tools, equipment, material, supplies, incidental engineering, and transportation necessary. After award of this option, the total cumulative contract value will be $130,173,228.  Work will be performed in Santa Rita, Guam (60 percent); and Yigo, Guam (40 percent), and is expected to be completed by October 2016.  No funds will be obligated at time of award.  Fiscal 2016 family housing operation and maintenance (O&M) (Navy); fiscal 2016 quarter operations (Navy); fiscal 2016 sustainment (Navy); and fiscal 2016 family housing O&M (Air Force) contract funds in the amount of $11,102,746 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity.

Ultra Electronics 3 Phoenix Inc., Chantilly, Virginia, is being awarded a $24,846,248 modification to previously awarded contract N00024-11-C-6287 for the procurement of engineering services for development, integration, testing, and logistic support of the Torpedo Warning System.  The Torpedo Warning System provides surface ships with the ability to detect threat torpedoes and thereby employ defensive measures including maneuver and hard and soft kill countermeasures.  Work will be performed in Wake Forest, North Carolina (43 percent); Chantilly, Virginia (25 percent); Fairfax, Virginia (22 percent); and Houston, Texas (10 percent), and is expected to be complete by October 2016.  Fiscal 2015 and 2016 research, development, test and evaluation (Navy) funding in the amount of $6,200,000 will be obligated at the time of award.  Contract funds in the amount of $2,728,000 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity.

Raytheon Integrated Defense Systems, Portsmouth, Rhode Island, is being awarded $16,619,241 cost-plus-fixed-fee contract for the NATO Seasparrow Missile System Design Agent engineering and technical support.  The contractor shall provide a variety of Design Agent program management, engineering, technical and logistics services and supplies necessary to provide effective life cycle support and modernization of the NATO Seasparrow Project Office Combat System Division portfolio, which includes the MK 57 NATO Seasparrow Surface Missile System, the MK 48/56 Guided Missile Vertical Launch System, MK 41 Vertical Launch System related software and equipment, and a variety of lab and special test equipment.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $89,080,693.  This contract combines purchases for the Navy and the governments of Australia, Canada, Denmark, Germany, Greece, Netherlands, Norway, Portugal, Spain and Turkey as part of the NATO Seasparrow Consortium.   The Navy share is 40 percent of the program, and the partner nations will combine for 60 percent of the program.  Work will be performed in Portsmouth, Rhode Island (94 percent); Marlborough, Massachusetts (3 percent); and San Diego, California (3 percent), and is expected to be completed by November 2016.  Fiscal 2015 other procurement (Navy) funding in the amount of $2,027,741; fiscal 2008 shipbuilding and conversion (Navy) funding in the amount of $653,250; fiscal 2015 international funding in the amount of $570,629; and foreign military sales funding in the amount of $100,000 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c)(4).  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-5418).

Contrack-Nass JV, McLean, Virginia, is being awarded an $8,976,396 firm-fixed-price construction contract for repairs to the quay wall at Naval Support Activity Bahrain.  The work to be performed provides for the labor, management, supervision, tools, materials, and equipment necessary to repair/construct and modernize the Mina Salman quay wall.  The contract also contains two unexercised options, which if exercised, would increase cumulative contract value to $17,388,732.  Work will be performed in Bahrain, and is expected to be completed by December 2017.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $8,976,396 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 four proposals received.  The Naval Facilities Engineering Command, Europe Africa Southwest Asia, Naples, Italy is the contracting activity (N33191-16-C-1003).

Railroad Construction Co. Inc., Paterson, New Jersey, is being awarded an $8,668,764 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40085-14-D-5200) to exercise option two for base operations support services at Naval Weapons Station Earle.  The work to be performed provides for preventive maintenance of railroad switch turnouts, maintenance of railroad track right-of-way to include weed control and tree trimming, ultrasonic testing of railroad track components, maintenance of railroad crossings, and the repair of railroad trackage to include the replacement of crossties, switch timbers, rail and switch turnout components.  After award of this option, the total cumulative contract value will be $24,970,247.  Work will be performed in Colts Neck, New Jersey.  This option period is from November 2015 to October 2016.  No funds will be obligated at time of award.  Fiscal 2016 operation and maintenance, (Navy) contract funds in the amount of $1,442,180 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command Mid-Atlantic, Public Works Department Earle, Colts Neck, New Jersey, is the contracting activity.

Correction:  The contract awarded on Oct. 26, 2015, to the Boeing Co., for $897,530,175 (N00019-14-C-0032), should have stated that it was for Lot 39 full-rate production EA-18G aircraft and associated Airborne Electronic Attack kits, not Lot 38.

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

DoD Contracts: Northrop Grumman Systems Corp. Awarded $10M for E-6B Aircraft

$
0
0

NAVYE-6B

Northrop Grumman Systems Corp., Herndon, Virginia, is being awarded a $10,298,096 modification to previously awarded firm-fixed-price contract N00019-12-C-0096 to exercise an option to build, install, and test modifications to the E-6B aircraft, incorporating the Multi-Role Tactical Common Data Link B-Kit #3, B-Kit #4, and B-Kit Spares #2. Work will be performed in Salt Lake City, Utah (75 percent); and San Diego, California (25 percent), and is expected to be completed in September 2017. Fiscal 2016 aircraft procurement (Navy) funds in the amount of $10,298,096 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $24,039,067 modification to previously awarded contract N00024-13-C-5402 for fiscal 2016 Navy Standard Missile depot and intermediate level maintenance, all-up-round recertifications, and special maintenance tasks, provisioned items ordered, and Foreign Military Sales SM-2 repairs and maintenance.  Work will be performed in Tucson, Arizona (89.8 percent); Albuquerque, New Mexico (4.9 percent); Camden, Arkansas (1.8 percent); Bohemia, New York (1.7 percent); Stafford Spring, Connecticut (0.6 percent); Irvine, California (0.3 percent); Union, New Jersey (0.3 percent); Philadelphia, Pennsylvania (0.3 percent); Lawrence, Massachusetts (0.2 percent); and Phoenix, Arizona (0.1 percent), and is expected to be complete by December 2016. Fiscal 2016 operations and maintenance (Navy) funding in the amount of $12,677,120; and foreign military sales funding in the amount of $778,780, will be obligated at time of award. Funding in the amount of $12,677,120 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Cox Construction Co.,* Vista, California, is being awarded $11,799,000 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N62473-15-D-2405) for the repair of a fleet operations and training facility at Naval Base Point Loma.  The work to be performed provides for all services, design, labor, materials, and equipment necessary for repair.  The project will consist of exterior envelope work; window repair; roof replacement; wall repairs; repair to deteriorated heating, ventilating, and air conditioning system; repairs to failing sewer system; replacement and modification of fire protection system components; and repairs to power and motor control system.  Interior work will consist of selective lighting and ceiling replacement, restroom finish and fixture replacement.  The task order also contains five unexercised options, which if exercised, would increase the cumulative task order value to $13,734,000.  Work will be performed in San Diego, California, and is expected to be completed by November 2017.  Fiscal 2016 operation and maintenance (Navy) contract funds in the amount of $11,799,000 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, Southwest, San Diego, California, is the contracting activity.

ARMY

Great Lakes Dredge & Dock Company LLC, Oak Brook, Illinois, was awarded a $13,885,897 modification (P00003) to contract W912DR-15-C-0023 for maintenance dredging, various channel sections, Baltimore harbor and channels, Chesapeake Bay, Maryland.  Work will be performed in Baltimore, Maryland, with an estimated completion date of June 16, 2016.  Fiscal 2014 operations and maintenance, Army funds in the amount of $814,788; fiscal 2015 other funds in the amount of $6,595,099; and fiscal 2016 operations and maintenance funds in the amount of $6,476,010 were obligated at the time of the award.  Army Corps of Engineers, Baltimore, Maryland, is the contracting activity.

GF-GEI IEPR JV, Pittsburgh, Pennsylvania, was awarded a $9,500,000 firm-fixed-price contract for architect and engineers service to support headquarters and the risk management center on dam and levee safety projects within the Army Corps of Engineers civil works mission boundaries.  Performance locations and funding will be determined with each order, with an estimated completion date of Nov. 1, 2020.  Bids were solicited via the Internet with nine received.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-D-0002).

*Small business
Photo: theaviationist.com

DoD Contracts: Lockheed Martin Corp. Awarded $5B for F-35A Aircraft

$
0
0

NAVYrrve0oyx6riysla1rzuy

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an undefinitized contractual action not-to-exceed $5,370,955,495 to the previously awarded low-rate initial production Lot IX F-35 Lightning II Joint Strike Fighter advance acquisition contract (N00019-14-C-0002).  This modification provides for the procurement of 41 F-35A aircraft, including 26 F-35As for the Air Force; six F-35As for Norway; seven F-35As for Israel; two F-35As for Japan; 12 F-35Bs, including six for the Marine Corps and six for the British Royal Navy; and two F-35Cs for the Navy.  Work will be performed in Fort Worth, Texas (30 percent); El Segundo, California (25 percent); Warton, United Kingdom (20 percent); Orlando, Florida (10 percent); Nashua, New Hampshire (5 percent); Nagoya, Japan (5 percent); and Baltimore, Maryland (5 percent), and is expected to be completed in December 2017.  Fiscal 2016 aircraft procurement (Air Force, Marine Corps, and Navy); and non-U.S. Department of Defense participants and foreign military sales funds in the amount of $625,099,999, 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

Northrop Grumman Information Systems, El Segundo, California, has been awarded a $9,179,598 modification (P00032) to previously awarded contract FA8808-13-C-0001 for Enhanced Polar System Control and Planning Segment protected key management architecture (KMA).  Contractor will assist in transitioning from the current KMA to the protected satellite communication KMA by providing factory testing and support for operational transitional planning. Work will be performed at El Segundo, California, and is expected to be completed by Sept. 30, 2017.  Fiscal 2015 research, development, test, and evaluation funds in the amount of $6,959,465 are being obligated at the time of award.  Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Photo: foxtrotalpha.jalopnik.com

DoD Contracts: Airbus Defense and Space Inc. Awarded $65M for Lakota Helicopters

$
0
0

ARMYLakota 16 May 2014

Airbus Defense and Space Inc., Herndon, Virginia, was awarded a $65,828,056 modification (P00945) to contract W58RGZ-06-C-0194 for Lakota helicopters with ARC radio 231 mission equipment package.  Work will be performed in Herndon, Virginia, with an estimated completion date of Nov. 30, 2017.  Fiscal 2016 other procurement funds in the amount of $65,828,056 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Ernst & Young, Washington, District of Columbia, was awarded a $24,552,712 modification (P00012) to contract W91CRB-14-F-0013 for Army audit readiness and general fund financial statement improvement.  Work will be performed in Washington, District of Columbia, with an estimated completion date of Nov. 3, 2016.  Fiscal 2016 operations and maintenance (Army), and other procurement funds in the amount of $22,025,941 were obligated at the time of the award.  Army Contracting Command, Aberdeen, Maryland, is the contracting activity.

NAVY

Northrop Grumman Systems Corp. – Marine Systems (NGSC-MS), Sunnyvale, California, is being awarded a $31,599,538 firm-fixed-price, cost-plus-incentive-fee, cost-plus-fixed-fee contract to provide field services at sites and shipyards and includes equipment repairs, integrated logistics support, technical documentation and publication support, and continuing reliability and performance evaluation.  NGSC-MS will also provide the U.S. and United Kingdom expendable hardware (D5 gas generator cases and launch tube closures, spare and repair parts), and Strategic Systems Programs Alterations including refresh of the launcher subsystem components to address obsolescence of existing hardware.  The refresh of the launcher subsystem will include update of the firing circuit with a laser-based launcher initiation system and the overhaul and refurbishment of the fleet population of missile hoists.  The contractor will manufacture steel ballast closures, firing unit test simulators, stanchions and tactical closure containers in support of New Strategic Arms Reduction Treaty.  In support of the Strategic Weapons System Ashore Test Facility, NGSC-MS will also provide the required equipment and technical support for preparation leading to the Test Bay #1 Missile Service Unit certification.  The maximum dollar value, including the base period and four option years, is $223,587,869.  Work will be performed in Sunnyvale, California (58 percent); Bangor, Washington (20 percent); Kings Bay, Georgia (20 percent); St. Charles, Missouri (1 percent); and Cape Canaveral, Florida (1 percent), with an expected completion date of Sept. 30, 2016.  If all options are exercised, work will continue through Sept. 30, 2020.  Subject to availability, fiscal 2016 operations and maintenance (Navy) contract funds in the amount of $27,970,771; and United Kingdom funds in the amount of $3,628,767, will be obligated at the time of award.  Contract funds in the amount of $27,970,771 will expire Sept. 30, 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-0010).

CORRECTION:  The undefinitized contract action announced Nov 3 to Lockheed Martin Corp. had the incorrect fiscal year of obligated funds.  The correct fiscal year is 2015.

Photo: www.militaryaerospace.com
Viewing all 525 articles
Browse latest View live