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

DoD Contracts: National Aerospace Solutions LLC Awarded $1B for Arnold Engineering Development Complex

$
0
0

AIR FORCE

National Aerospace Solutions LLC, Reston, Virginia, has been awarded a cost-plus-award-fee contract with an estimated value of $1,500,000,000 for test operations and sustainment of Arnold Engineering Development Complex. Contractor will provide test operations, technology development, equipment and facility sustainment, capital improvements, and support. Work will be performed at Arnold Air Force Base, Tennessee; Moffett Field, California; and White Oak, Maryland, and is expected to be complete by Sept. 30, 2023. This award is the result of a competitive acquisition with four offers received. Fiscal 2015 research, development, test and evaluation funds in the amount of $2,000,000 are being obligated at the time of award. Air Force Test Center, Arnold Air Force Base, Tennessee, is the contracting activity (FA9101-15-C-0500).

Jacobs Technology Inc., Lincoln, Massachusetts, has been awarded a $6,804,512 cost-plus-fixed-fee and cost-reimbursable modification (P00056) to exercise the option on previously awarded contract FA8721-14-C-0018 for engineering and technology acquisition support services. Contractor will provide disciplined systems and specialty engineering; technical and information assurance services; support; and products using established government, contractor, and industry processes. Work will be performed at Hanscom Air Force Base, Massachusetts, and is expected to be complete by Oct. 31, 2015. No funds are being obligated at the time of award. Air Force Lifecycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Environmental Chemical Corp., Burlingame, California (FA8903-15-D-0020); MWH Americas Inc., Broomfield, Colorado (FA8903-15-D-0021); URS International Inc., San Antonio, Texas (FA8903-15-D-0022); AMEC Foster Wheeler Environment & Infrastructure Inc., Blue Bell, Pennsylvania (FA8903-15-D-0023); Tetra Tech Inc., Pasadena, California (FA8903-15-D-0024); and CH2M HILL Inc., Englewood, Colorado (FA8903-15-D-0025), have been awarded a combined $48,000,000 indefinite-delivery/indefinite-quantity (IDIQ) contract. This contract encompasses the full range of methods, technologies, and supporting activities necessary to conduct environmental services and environmental construction efforts to address environmental needs in accordance with technical, legal, and policy requirements. This award is the result of a competitive source selection. Work performance will take place in the following locations: U.S. Air Forces in Europe (USAFE) installations and other locations to include but not limited to: Aviano Air Base, Italy; Incirlik Air Base, Turkey; Izmir Air Base, Turkey; Lajes Field, Azores, Portugal; Moron Air Base, Spain; Ramstein Air Base, Germany; Royal Air Force Alconbury, United Kingdom; Royal Air Force Croughton, United Kingdom; Royal Air Force Fairford, United Kingdom; Royal Air Force Lakenheath, United Kingdom; Royal Air Force Menwith Hill, United Kingdom; Royal Air Force Mildenhall, United Kingdom; and Spangdahlem Air Base, Germany, and all geographical locations included in the USAFE mission. No funds will be obligated at award of the basic IDIQ contracts. Appropriate fiscal year funds will be obligated on all subsequent task orders. The expected completion date is June 8, 2023. The contracting activity is the 772nd Enterprise Sourcing Squadron, Joint Base San Antonio, Texas.

CORRECTION: The contract awarded to United Technologies Corp., doing business as Pratt & Whitney on June 3, 2015, was actually awarded on June 9, 2015. All other contract information is accurate (FA8121-10-D-0008).

ARMY

General Dynamics Ordinance and Tactical Systems Inc., St. Petersburg, Florida, was awarded a $225,599,037 firm-fixed-price, five-year, indefinite-delivery/indefinite-quantity contract for the demilitarization recycling, reuse, and disposal of various conventional munitions. Funding and work location will be determined with each order, with an estimated completion date of June 30, 2020. Bids were solicited via the Internet with two received. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-D-0070).

Expal USA Inc., Longview, Texas, was awarded a $155,884,655 037 firm-fixed-price, five-year, indefinite-delivery/indefinite-quantity contract for the demilitarization recycling, reuse, and disposal of various conventional munitions. Funding and work location will be determined with each order, with an estimated completion date of June 30, 2020. Bids were solicited via the Internet with two received. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-D-0071).

Canadian Commercial Corp., Ottawa, Canada, was awarded a $70,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract to procure interim contractor support and MX sensor sustainment. This effort includes the procurement of MX sensor systems, MX sensor spare and repair parts, MX emulators, MX simulators, and services to include modification of MX sensors, platform integration, field service representatives, repair services, program management support, engineering support, integrated product support, safety, quality assurance, and configuration management. Funding and work location will be determined with each order with an estimated completion date of June 9, 2018. One bid was solicited with one received. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W56KGY-15-D-0007).

Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $16,172,045 cost-plus-fixed-fee contract to modify current wideband remote monitoring sensor software to support wideband global satellite communication upgrades. Work will be performed in Herndon, Virginia, with an estimated completion date of March 7, 2018. One bid was solicited with one received. Fiscal 2014 and 2015 other procurement (Army) funds in the amount of $16,172,045 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-C-0055).

Azimuth Consulting Services Inc.,* Fairfax, Virginia (W15QKN-15-D-0024); and The Shenton Group Inc.,* Troy, Michigan (W15QKN-15-D-0025), were awarded a $9,600,000 firm-fixed-price contract for contractor services to support the organic convention ammunition industrial base and demilitarization via industrial, architectural and civil engineering to support modernization efforts at the governmentowned, contractor-operated facilities, provide engineering studies, economic evaluations, business case analysis, and overall strategic planning and process optimization. Furthermore, contractor support will provide analysis and implementation plans for single point failures and armament retooling and manufacturing support programs. Funding and work location will be determined with each order with an estimated completion date of June 4, 2020. Bids were solicited via the Internet with two received. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

NAVY

DynCorp International LLC, McLean, Virginia, is being awarded an $18,286,060 modification to previously awarded cost-plus-incentive-fee contract N62742-12-C-3525 to exercise the third option period to provide services for Philippines operations support in the Republic of the Philippines for the Joint Special Operations Task Force – Philippines. The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide support services. After award of this option, the total cumulative contract value will be $154,010,884. Work will be performed in the Republic of the Philippines, and work is expected to be completed by June 2016. Fiscal 2015 operation and maintenance (Navy) contract funds in the amount of $2,354,000 are being obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Dillon Aero Inc., Scottsdale, Arizona, is being awarded a $12,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the MK44 minigun system and sustainment parts. The MK44 is an externally driven, multiple barrel gun. The MK44 Minigun System and sustainment parts are integrated onto various land, sea and air weapon platforms that provide area suppression and support. Work will be performed in Scottsdale, Arizona, and is expected to be completed by June 2020. Fiscal 2015 operations and maintenance (Defense) funds in the amount of $13,504 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1 – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-15-D-JN06).

BAE Systems, Honolulu, Hawaii, is being awarded a $9,500,000 modification to previously awarded contract N00024-14-C-4412 for the repair and alteration of USS O’Kane (DDG 77). USS O’Kane is undergoing a scheduled drydocking selected repair availability, which is the opportunity in the ship’s life cycle to primarily conduct repair and alteration to systems and hull not available when the ship is waterborne. Work is being performed in Pearl Harbor, Hawaii, and is expected to be completed by November 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $9,500,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity.

Tetra Tech EC Inc., San Diego, California, is being awarded a $20,928,382 cost-plus-award-fee modification to increase the maximum dollar value of a previously awarded indefinite-delivery/indefinite-quantity contract task order (N62473-13-D-4808) for the Site 19 sediment remedial action at Naval Station Newport. The work to be performed provides for sediment dredging and capping to Site 19, former Derecktor Shipyard located at Coddington Cove, of Naval Station Newport, Rhode Island. The scope of work includes work plan and health and safety plan development, and fieldwork (inclusive of sediment dredging and installing submarine cap). This action will be performed in accordance with the Comprehensive Environmental Restoration, Conservation, and Liability Act; Executive Order 12580; and the National Oil and Hazardous Substances Pollution Contingency Plan. After award of this modification, the total cumulative contract task order value will be $20,943,869. Work will be performed in Newport, Rhode Island, and is expected to be completed by June 2018. Fiscal 2015 environmental restoration (Navy) contract funds in the amount of $20,928,382 are being obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.
Microsoft Corp., Redmond, Washington, is being awarded a $9,149,000 firm-fixed-price modification to a previously awarded contract (N00039-14-C-0101) for Microsoft Premier Support services and Microsoft Custom Support services for Windows XP, Office 2003, Exchange 2003 and Server 2003. Microsoft Premier Support services and Microsoft Custom Support services are required to provide critical software hotfixes to sustain deployed capabilities. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $30,842,980. Work will be performed globally and is expected to be completed by July 12, 2016. If all options are exercised, work could continue until June 8, 2017. Fiscal 2015 operations and maintenance (Navy) in the amount of $9,149,000 will be obligated at the time of award, and the funds will expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole-source action awarded under the authority of 10 U.S.C. 2304(c)(1) – only one responsible source. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Blackbox Biometrics Inc.,* Rochester, New York, has been awarded a maximum $9,371,520 firm-fixed-price contract for concussive force monitoring devices. This was a sole-source acquisition using justification commercial Federal Acquisition Regulation part 12. Location of performance is New York, with a June 9, 2016, performance completion date. Using service is Army. Type of appropriation is fiscal 2015 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7M9-15-C-0034).

*Small business
Photo: clearedjobs.net

Viewing all articles
Browse latest Browse all 525

Trending Articles