AIR FORCE
Lockheed Martin Corp., Marietta, Georgia, has been awarded a $72,721,898 modification (P00394) to previous awarded contract FA8625-11-C-6597 for fiscal year2013 congressional add aircraft procurement. Contractor will provide one HC-130J production aircraft under the basic contract. Work will be performed at Marietta, Georgia, and is expected to be complete by March 31, 2017. Fiscal year 2013 aircraft procurement funds in the amount of $36,360,949 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-11-C-6597).
United Launch Services LLC, Littleton, Colorado, has been awarded a $21,850,000 firm-fixed-price modification (P00035) to previously awarded contract FA8811-13-C-0003 for the Enhanced Flight Termination System. The contractor will provide engineering, program management, and technical support for a secure flight termination system for Evolved Expendable Launch Vehicle launch vehicle production services. Work will be performed at Centennial, Colorado, and is expected to be complete by 30 days after the last scheduled National Security Space launch supported. Fiscal year 2013 missile procurement funds in the amount of $5,462,500 and fiscal year 2014 missile procurement funds in the amount of $16,387,500 are being obligated at the time of award. Launch Systems Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, is the contracting activity.
CORRECTION: The modification to contract FA8721-05-C-0002 awarded to the Massachusetts Institute of Technology that was announced on March 17 gave an incorrect date range and stated the contract extension was for research and development projects that began execution prior to April 1, 2015. The correct statement is that the contract extension is to prevent a break in service for all research and development projects under the subject contract. All other information is correct.
ARMY
Defense Support Services LLC, Mannheim, Germany, was awarded a $54,036,577 firm-fixed-price contract for maintenance and logistical support for the Army Prepositioned Stock for the European Activity Set equipment at Coleman Barracks, Mannheim, Germany. Funding and work location will be determined with each order with a completion date of March 31, 2016. Bids were solicited via the Internet with one received. Army Contracting Command, Kaiserslautern, Germany, is the contracting activity (W564KV-15-D-0005).
L-3 Fuzing & Ordnance Systems, Cincinnati, Ohio, was awarded a $29,532,609 modification (P00032) to contract W15QKN-10-C-0015 for the production of 135,083 M783 fuses and 38,102 M734A1 fuses. Fiscal 2015 other procurement funds in the amount of $29,532,609 were obligated at the time of the award. Estimated completion date is Feb. 28, 2017. Work will be performed in Cincinnati, Ohio. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.
H&L Contracting LLC,* Bayshore, New York, was awarded a $8,416,000 firm-fixed-price contract with options for 51,000 cubic yards of sand in geosynthetic sand containers and the re-grading of 20,000 cubic yards of existing sand to construct a reinforced dune and berm cap, along with planting of dune vegetation, installation of a sand fence, and construction of pedestrian and vehicle dune crossovers. Work will be performed in Montauk, New York, with an estimated completion date of July 23, 2015. Bids were solicited via the Internet with one received. Fiscal 2015 other procurement funds in the amount of $ 8,416,000 are being obligated at the time of the award. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-15C-0007).
NAVY
The Concourse Group LLC,* Annapolis, Maryland, is being awarded a maximum amount $29,000,000 time and material, indefinite-delivery/indefinite-quantity contract for professional services in support of the Department of the Navy’s Public Private Venture Program. The work to be performed provides for all aspects of special venture acquisitions, including family and unaccompanied housing public private ventures, enhanced use leasing, and other public-private venture opportunities such as energy, utilities, and lodging. Work includes assistance in both pre- and post-deal closing environments to include pro forma development, financial proposal analysis, budget and audit reviews, reviews of financial and bank statements, and project cash flow distribution. All support shall be consistent with the privatization approach adopted by the Department of the Navy. Work will be performed primarily in Annapolis, Maryland, and Washington, District of Columbia, and the term of the contract is not to exceed 36 months with an expected completion date of March 2018. Fiscal 2015 family housing operation and maintenance (Navy and Marine Corps) contract funds in the amount of $10,000 are being obligated on this award and will expire at the end of the current fiscal year. No task orders are being issued at this time. This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received. This contract action is a re-award as a result of corrective action taken due to a Government Accountability Office protest. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-15-D-6009).
Systems Application & Technologies Inc.,* Oxnard, California, is being awarded a $16,368,016 modification to a previously awarded cost-plus-fixed-fee contract (N68936-13-C-0083) to exercise an option for maintenance and operations of aerial and seaborne target assets and associated equipment for the U.S. Navy, and the governments of Japan and Australia. Work will be performed at the Naval Air Warfare Center Weapons Division (NAWCWD), Point Mugu, California (45 percent); Naval Surface Warfare Center, Port Hueneme, California (40 percent); NAWCWD China Lake, Ridgecrest, California (7 percent); White Sands Missile Range, Las Cruces, New Mexico (3 percent); Pacific Missile Range Facility, Kauai, Hawaii (2 percent); Utah Test and Training Range, Salt Lake City, Utah (2 percent); and Vandenberg Air Force Base, Lompoc, California (1 percent). Work is expected to be completed in March 2016. Navy working capital funds and management and operations of the major range and test facility base funds in the amount of $8,803,543 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This option combines purchases for the U.S. Navy ($15,876,975; 98 percent), and the governments of Japan ($327,360; 2 percent) and Australia ($163,680; 1 percent) under the Foreign Military Sales program. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity.
Trijicon Inc., Wixom, Michigan, is being awarded $6,934,400 for delivery orders 0005 and 0006 under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (M67854-12-D-1000) for 8,800 TA31 rifle combat optics with M4 reticles. Work will be performed in Wixom, Michigan, and is expected to be completed by January 14, 2016. Fiscal 2013 procurement (Marine Corps) funds in the amount of $6,934,400 will be obligated at the time of award and funds will expire at the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.
MTU America Inc., Novi, Michigan, is being awarded a $6,868,800 firm-fixed-price contract for three shipsets of propulsion system hardware and two spare marine gears for the Israeli Navy Super Dvora fast patrol boats. This contract involves Foreign Military Sales (FMS) to Israel (100 percent). This contract to support the Israeli Navy under FMS case IS-P-LHC is a follow-on effort, which was previously performed under contract N00104-06-C-K058. This contract will provide the propulsion system equipment necessary to support the ongoing fleet maintenance and life cycle support of the Israeli Navy. Work will be performed in Friedrichshafen, Germany (70 percent), and Kristinehamn, Sweden (30 percent), and is expected to be completed by March 2017. FMS funding in the amount of $6,868,800 will be obligated at the time of award, and contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with authority of 10 U.S.C. 2304(c)(4) and FAR 6.302-4 International Agreement. The government of Israel is designated the sole source in its letter of offer and acceptance. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-C-4127).
URS Federal Services Inc., Germantown, Maryland, is being awarded a $6,636,797 cost-plus-fixed-fee contract for program management services in support of the Broad Area Maritime Surveillance-Demonstrator Program Office. Work will be performed in Germantown, Maryland (75 percent), and Patuxent River, Maryland (25 percent), and is expected to be completed in March 2016. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $5,600,000 are being obligated on this award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant 10 U.S.C. 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-15-C-0020).
Raytheon Missile Systems, Tucson, Arizona, is being awarded a $109,583,490 cost-only contract for procurement of long lead material in support of fiscal 2015 Standard Missile-6 (SM-6) and Standard Missile-2 (SM-2) full rate production requirements and spares. Work will be performed in Camden, Arkansas (64.5 percent); Andover, Massachusetts (17.2 percent); San Jose, California (6.5 percent); Middletown, Connecticut (3.3 percent); Warrington, Pennsylvania (2.2 percent); San Diego, California (2.1 percent); San Carlos, California (1.1 percent); Joplin, Missouri (0.9 percent); Reisterstown, Maryland (0.8 percent); Milwaukie, Oregon (0.7 percent); Tucson, Arizona (0.4 percent); Tampa, Florida (0.2 percent); and Mesa, Arizona (0.1 percent), and is expected to be completed by March 2018. Fiscal 2015 weapons procurement (Navy) and fiscal 2015 operations and maintenance (Navy) funding in the amount of $18,980,806 will be obligated at time of award and funds in the amount of $3,556,495 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1), as implemented in FAR 6.302-1 – the supplies or services required are available from only one responsible source and no other type of supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity (N00024-15-C-5408).
Lafayette Group Inc.,* Vienna, Virginia, is being awarded a potential $92,739,725 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract to provide technical assistance as well as research and development for the advancement of interoperable communications to federal, state, local, tribal, and non-governmental entities, and to support other command, control, communications, computers, and intelligence efforts. This is one of two multiple award contracts. Each awardee will have the opportunity to compete for task orders during the ordering period. This five-year contract includes no options periods. Work will be performed in Vienna, Virginia (50 percent), and at government facilities throughout the U.S. and its territories (50 percent). Work is expected to be completed March 22, 2019. No funds will be obligated at the time of award. Funding will be obligated via task orders as they are issued. The types of funding to be obligated include operation and maintenance (Navy) and interagency agreements through federal agencies such as the Department of Homeland Security and the Department of Commerce. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Request for Proposal N66001-13-R-0006 published on the Federal Business Opportunities website, and the Space and Naval Warfare Systems Command e-Commerce Central website, with two offers received. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0028).
Science Applications International Corp., McLean, Virginia, is being awarded a potential $83,818,576 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract to provide technical assistance as well as research and development for the advancement of interoperable communications to federal, state, local, tribal, and non-governmental entities, and to support other command, control, communications, computers, and intelligence efforts. This is one of two multiple award contracts. Each awardee will have the opportunity to compete for task orders during the ordering period. This five-year contract includes no options periods. Work will be performed in McLean, Virginia (50 percent), and at government facilities throughout the U.S. and its territories (50 percent). Work is expected to be completed March 22, 2019. No funds will be obligated at the time of award. Funding will be obligated via task orders as they are issued. The types of funding to be obligated include operation and maintenance (Navy) and interagency agreements through federal agencies such as the Department of Homeland Security and the Department of Commerce. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via Request for Proposal N66001-13-R-0006 published on the Federal Business Opportunities website, and the Space and Naval Warfare Systems Command e-Commerce Central website, with two offers received. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-15-D-0029).
Leidos Inc., Reston, Virginia, is being awarded a maximum amount $50,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for design or architect engineering services for the implementation of National Environmental Policy Act and Executive Order 12114, Environmental Effects Abroad of Major Federal Actions-Aircraft Homebasing and Related Operational Issues. The work to be performed provides for the preparation of various documents to support the proposed infrastructure-related actions with respect to aircraft home basing issues. Examples of taskings required to complete this work may include analysis of home basing of aircraft, construction, renovation, and/or demolition of airfield facilities and infrastructure; base realignment and closure actions; and proposed operational actions related to aircraft home basing. Additionally, other tasks, studies, surveys, or documents may be required to complete the environmental planning documents including, but not limited to, environmental documentation for aircraft readiness and training operations at the home base locations and within Department of Defense-managed airspace and Navy/Marine Corps training ranges. The principle geographic area covered by this contract encompasses Naval Facilities Engineering Command (NAVFAC) Atlantic’s area of responsibility (AOR) and the adjacent waters of the Atlantic and Pacific Oceans, including the continental U.S., the Caribbean, Europe and North Africa. Additionally, tasks associated with this contract may be assigned anywhere in the world. This contract may address task orders to support joint service or global efforts including the entire NAVFAC Atlantic and NAVFAC Pacific AORs worldwide. No task orders are being issued at this time. All work on this contract will be performed within the NAVFAC Atlantic AOR including, but not limited to, Virginia (30 percent), California (30 percent), Florida (20 percent), and Washington (20 percent). The term of the contract is not to exceed 60 months with an expected completion date of March 2020. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $10,000 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 five proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-15-D-8005).
Northrop Grumman Systems Corp., Charlottesville, Virginia, is being awarded an $18,100,000 indefinite-delivery/indefinite-quantity, firm-fixed-priced, cost-plus-fixed-fee, and cost-type contract for the production of the WSN-7 navigation system and spares and technical support in association with production. The AN/WSN-7(V) ring laser gyro navigator system is a self-contained inertial navigator designed for Navy surface ships. Work will be performed in Charlottesville, Virginia, and work is expected to be completed by December 2021. Contract funds will not be obligated at time of award. Funding will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with authority 10 U.S.C. 2304(c)( 1) – only one responsible source. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-15-D-5208).
The Boeing Co., Huntington Beach, California, is being awarded a $12,878,533 cost-plus-incentive-fee contract to provide design agent and technical engineering services in support of the AN/USQ-82(V) Gigabit Ethernet Data Multiplex Systems (GEDMS) program. GEDMS is a third generation shipboard network used for DDG 51 class destroyers. GEDMS transfers inputs and/or outputs for the machinery control systems, damage control system, steering control system, AEGIS combat system, navigation displays, and interior communications alarms and indicators. This contract includes options which, if exercised, would bring the cumulative value of this contract to $39,991,521. This contract combines purchases for the Navy (91 percent) and the governments of Australia (3 percent), Korea (3 percent), and Japan (3 percent) under the Foreign Military Sales Program. The work will be performed in Huntington Beach, California (72 percent); Arlington, Virginia (11 percent); Bath, Maine (9 percent); Pascagoula, Mississippi (3 percent); Georgetown, District of Columbia (3 percent); Richardson, Texas (1 percent), and Fairfax, Virginia (1 percent), and is expected to be completed by March 2016. Fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $3,179,520 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with authority FAR 6.302-1(a)(2)(iii) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-15-C-2016).
WR Systems Ltd., Fairfax, Virginia, is being awarded a $12,429,742 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price contract for engineering and program support services for the Relocatable Over-the-Horizon Radar system. Work will be performed in Chesapeake, Virginia, and work is expected to be completed by March 31, 2018. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $500,000 will be obligated at the time of award, and will expire by the end of the current fiscal year. The contract was not competitively procured in accordance with 10 U.S.C. 2304 (c)(1) with one offer received in response to this solicitation. Naval Supply Systems Command Fleet Logistics Center, Norfolk, Virginia, is the contracting activity (N00189-15-D-Z021).
Honu’Apo LLC,* Honolulu, Hawaii, was awarded a $15,000,000 modification (P00002) to contract W911KF-15-D-0003 for various construction projects at Anniston Army Depot, Alabama. Funding and work location will be determined with each order with an estimated completion date of Dec. 16, 2016. Army Contracting Command, Anniston Army Depot, Alabama, is the contracting activity.
Mission1st Group Inc.,* Princeton, New Jersey, was awarded a $8,545,461 modification (P00003) to contract W52P1J-15-F-0012 to fully fund the base period up to the definitized amount and provide network and communications, engineering, and installation support to the 335th Signal Command Theater Provisional and Army Central G-6 throughout U.S. Central Command. Fiscal 2015 operations and maintenance (Army) funds in the amount of $8,545,461 were obligated at the time of the award. Estimated completion date is Sept. 23, 2015. Work will be performed in Kuwait and Afghanistan. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.
Westat, Rockville, Maryland, was awarded a $7,660,051 cost-plus-fixed-fee contract with options for good clinical practices compliant clinical trials of freeze dried plasma to obtain Food and Drug Administration licensing. Work will be performed in Rockville, Maryland, with an estimated completion date of March 29, 2021. Bids were solicited via the Internet with one received. Fiscal 2015 research, development, testing and evaluation funds in the amount of $1,955,529 are being obligated at the time of the award. Army Medical Research Acquisition Activity Frederick, Maryland, is the contracting activity (W81XWH-15-C-0048).
Textron Systems, Hunt Valley, Maryland, was awarded a $6,640,731 modification (P00023) to contract W58RGZ-13-C-0016 to procure 104 Mobile Directional Antenna Systems in support of the One System Remote Video Systems. Fiscal 2015 operations and maintenance (Army) and fiscal 2014 other procurement funds in the amount of $6,640,731 were obligated at the time of the award. Estimated completion date is Jan. 30, 2016. Work will be performed in Hunt Valley, Maryland. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Direct Energy Business, Woodbridge, New Jersey, has been awarded a maximum $30,925,617 fixed-price with economic-price-adjustment contract for direct supply natural gas. This contract was a competitive acquisition, and eight offers were received. This is a two-year base contract with no option periods. Locations of performance are New Jersey, Massachusetts, New York, and Pennsylvania with a March 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal year 2015 multi-Agency funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-15-D-7512).
CORRECTION: The contract announced on March 2, 2015, for Intuitive Surgical Inc., Sunnyvale, California (SPE2D1-15-D-0002), for $430,000,000 was announced with an incorrect award date and an incorrect contract number. The correct award date is March 20, 2015, and the correct contract number is SPE2D1-15-D-8301.
DEFENSE THREAT REDUCTION AGENCY
Veteran Solutions Incorporated of Glen Burnie, Maryland, was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HDTRA1-15-D-0003) with a five year ordering period and a ceiling of $50,000,000 for administrative support services. This contract provides for non-personal services to provide administrative support services agency-wide to the Defense Threat Reduction Agency (DTRA). Work will be performed at DTRA Headquarters in Fort Belvoir, Virginia, and at other DTRA locations in Florida, New York, New Mexico, California and Germany, with an expected completion date of March 22, 2020. Fiscal year 2015, operations and maintenance funds in the amount of $250,000 are being obligated at time of award on one initial task order. This contract was a competitive acquisition with a service-disabled veteran-owned small business set-aside and 24 offers were received. DTRA, Fort Belvoir, Virginia, is the contracting activity.
WASHINGTON HEADQUARTERS SERVICES
Interactive Process Technology, Jamaica Plain, Massachusetts, is being awarded an $8,508,098 modification (0013) to a previously awarded firm-fixed-price contract (HQ0034-12-A-0010) to provide technical, analytical, and administrative support services to assist the Office of the Under Secretary of Defense for Acquisition, Technology and Logistics. Work will be performed in Alexandria, Virginia; Falls Church, Virginia; and Washington, District of Columbia. The expected completion date is April 22, 2017. Fiscal 2015 operations and maintenance funds are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured, with two proposals received. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.