2014-10-01

DTN News: U.S. Department of Defense Contracts Dated September 30, 2014
Source: K. V. Seth - DTN News + U.S. DoD issued No. CR-188-14 September 30, 2014
(NSI News Source Info) TORONTO, Canada - September 30, 2014: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued September 30, 2014 are undermentioned;


CONTRACTS

DEFENSE LOGISTICS AGENCY

U.S. Foods Raleigh Division, Zebulon, North Carolina, has been awarded a maximum $325,000,000 fixed-price with economic-price-adjustment contract for full line food and beverage items. This contract was a competitive acquisition and three offers were received. This is a two-year base contract, with one one-year option and one two-year option period. Location of performance is North Carolina, with a Sept. 29, 2016, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2014 through fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3045).

DHS Systems, Orangeburg, New York, has been awarded a maximum $200,000,000 firm-fixed-price, indefinite-delivery contract for various types of commercial cold weather shelters and associated components. This contract was a competitive acquisition, and 20 offers were received.
This is a one-year base contract, with three one-year option periods. Locations of performance are New York and Alabama, with a Dec. 30, 2015, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-14-D-1080).

Old North Utility Services, Inc., Santa Ana, California, has been awarded a maximum $193,513,320 modification (P00152) on a 50-year base contract (SP0600-07-C-8258) for final price redetermination of privatization of the water distribution and wastewater collection systems, and provides an adjusted monthly utility service charge for the period of March 2013 through February 2016. Locations of performance are California and North Carolina, with a Feb. 28, 2058, performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 through fiscal 2058 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a maximum $54,947,505 firm-fixed-price contract for control display units. This contract was a competitive acquisition, and one offer was received. This is a two-year base contract with no option periods. Location of performance is Iowa, with a Dec. 31, 2016, performance completion date. Using military service is Army. Type of appropriation is fiscal 2014 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-14-D-0054).

Shamrock Foods Company, Commerce City, Colorado, has been awarded a maximum $44,655,915 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for prime vendor subsistence support. This contract was a competitive acquisition, and three offers were received. This is a two-year base contract, with one two-year option period. Location of performance is Colorado, with an Oct. 29, 2016, performance completion date. Using military services are Army, Air Force, and Marine Corps. Type of appropriation is fiscal 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3041).

Tennier Industries Inc.,* Boca Raton, Florida, has been awarded a maximum $22,977,600 firm-fixed-price contract for parkas and trousers. This is a total set-aside acquisition. This is a one-year base contract, with two one-year option periods. Locations of performance are Florida, Tennessee and Kentucky, with an Oct. 31, 2015, performance completion date. Using military service is Army. Type of appropriation is fiscal 2015 and fiscal 2016 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPM1C1-13-D-1029).

U.S. Foodservice Inc., Las Vegas, Nevada, has been awarded a maximum $17,108,775 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for prime vendor subsistence support. This contract was a competitive acquisition and three offers were received. This is a 22-month base contract, with one one-year option and one two-year option periods. Location of performance is Nevada, with a Sept. 3, 2016, performance completion date. Using military services are Army, Air Force, and Department of Energy. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3037).

American Water Operations & Maintenance Inc., Voorhees, New Jersey, has been awarded a maximum $13,491,321 modification (P00005) on a 50-year base contract (SP0600-14-C-8290) for operation and maintenance of the water distribution system and wastewater collection system at Hill Air Force Base. Locations of performance are New Jersey and Utah, with a January 2064 performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2014 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Jay Moulding Corporation,* Cohoes, New York, has been awarded a maximum $9,675,500 firm-fixed-price contract for retro lantern kits. This contract was a competitive acquisition and two offers were received. This is a two-year base contract, with three one-year option periods. Location of performance is New York, with a Sept. 22, 2016, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E7-14-D-0004).

Keystone Aviation LLC, doing business as TAC Air, Salt Lake City, Utah, has been awarded a maximum $6,817,012 fixed-price with economic-price-adjustment contract for Jet A fuel. This contract was a competitive acquisition and 34 offers were received. This is a 42-month base contract, with no option periods. Location of performance is Utah, with an April 30, 2018, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-14-D-0046).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $246,613,000 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0004) to develop, test, and certify two Drag Chute Systems for the Low Rate Initial Production Lot VII F-35 Lightning II Joint Strike Fighter aircraft. Work will be performed in Fort Worth, Texas (70 percent), and Edwards Air Force Base, Edwards, California (30 percent), and is expected to be completed in July 2019. International partner funds in the amount of $90,000,000 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.

Scientific Research Corp., Atlanta, Georgia, is being awarded a $75,621,478 indefinite-delivery/indefinite-quantity, hybrid, cost-plus-fixed-fee, cost-firm-fixed-price contract (N00039-14-D-0016) for the procurement of Program Executive Office Command Control Communications Computers and Intelligence (PEO C4I) – Carrier and Air Integration Program Office Program Manager Warfare and Ship Integration Program Office Program Manager Warfare –Testing, Integration and Installation (CTII) support services. CTII is used to standardize PEO C4I’s platform engineering, integration, testing and installation processes for new construction shipboard platforms. Work will be performed in Charleston, South Carolina (50 percent); Norfolk, Virginia (20 percent); Mobile, Alabama (10 percent); San Diego, California (10 percent); and Jackson, Mississippi (10 percent). Work is expected to be completed in September 2019. No contract funds will be obligated at the time of award. Fiscal 2014 ship construction (Navy) funds will be obligated on individual task orders issued. Funds will not expire at the end of the current fiscal year. This contract was competitively procured as a full and open solicitation via the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with four offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-14-D-0016).

Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, is being awarded a $53,595,257 modification to a previously awarded contract (N00024-13-C-5111) for development and test of the Japan Aegis Modernization baseline computer programs and equipment. This modification provides for efforts to support the upgrade of Japanese Maritime Self-Defense Force Atago Class Ships (DDGs 177 and 178) from Baseline 7 Phase 1R to Advanced Capability Build 12 with Technology Insertion 12 technology and capability. This contract supports foreign military sales to Japan (100 percent). Work will be performed in Moorestown, New Jersey (65 percent), and Chelmsford, Massachusetts (35 percent), and is expected to be completed by March 2017. Foreign military sales contract funds in the amount of $53,595,257 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.

Chugach Federal Solutions,* Anchorage, Alaska, is being awarded a $51,953,332 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N44255-14-D-9000) to exercise option one for base operations support at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The work to be performed provides for all management and administration, visual services, security, fire and emergency, facilities management and investment, pest control, integrated solid waste, pavement clearance, utilities, base support vehicles and equipment, and environmental services to provide base operations support services. After award of this option, the total cumulative contract value will be $52,053,332. Work will be performed at various installations in the NAVFAC Northwest AOR, including, but not limited to, Washington (95 percent), Alaska (1 percent), Idaho (1 percent), Montana (1 percent), Oregon (1 percent), and Wyoming (1 percent). This option period is from October 2014 to September 2015. No funds will be obligated at time of award with no funds expiring. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.

KBR Services, Inc., Houston, Texas, is being awarded a maximum amount $50,000,000 indefinite-delivery/indefinite-quantity job order construction contract for construction projects located in Djibouti, Africa, areas managed by Naval Facilities Engineering Command (NAVFAC) Europe Africa Southwest Asia (EURAFSWA). The work to be performed provides for renovations, repairs, maintenance, replacement, alterations, demolition, and NAVFAC Construction Category II, III and IV tasks for Department of Defense activities in the Djibouti, Africa, area. No task orders are being issued at this time. Work will be performed in Djibouti, Africa. The term of the contract is not to exceed 60 months with an expected completion date of September 2019. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $50,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with 14 proposals received. The Naval Facilities Engineering Command, Europe Africa Southwest Asia, Naples, Italy, is the contracting activity (N33191-14-D-1200).

EMCOR Government Services, Inc., Arlington, Virginia, is being awarded a $38,572,543 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N40080-10-D-0464) to exercise option four for regional base operating support services at various government facilities within a 100-mile radius of the Washington Navy Yard. The work to be performed provides for regional base operating support services, including but not limited to, facility investment, pest control, grounds maintenance, fire protection, janitorial, refuse collection, and snow removal. The total contract amount after exercise of this option will be $183,527,939. Work will be performed in Washington, District of Columbia (54 percent); Suitland, Maryland (17 percent); Quantico, Virginia (nine percent); Fort Washington, Maryland (six percent); Charlottesville, Virginia (five percent); Bethesda, Maryland (four percent); Arlington, Virginia (three percent); Indian Head, Maryland (one percent); and Dahlgren, Virginia (one percent). Work for this option period is expected to be completed September 2015. Fiscal 2015 operations and maintenance (Navy and Marine Corp); fiscal 2015 working capital funds (Defense); and fiscal 2015 Defense health program contract funds in the amount of $30,291,374, are being obligated on this award and are subject to the availability of funds for next fiscal year. No funds will expire at the end of this fiscal year. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity.

AAI Corp., Hunt Valley, Maryland, is being awarded a $33,893,014 cost-plus-incentive-fee contract for the purchase of the Unmanned Influence Sweep System. The UISS is one of the systems which will allow the Littoral Combat Ship to perform its mine warfare sweep mission. UISS will target acoustic, magnetic, and magnetic/acoustic combination mine types only. The UISS program will satisfy the U.S. Navy’s need for a rapid, wide-area coverage mine clearance capability, required to neutralize magnetic/acoustic influence mines. UISS seeks to provide a high area coverage rate in a small, lightweight package with minimal impact on the host platform. This contract includes options which, if exercised, would bring the cumulative value of this contract to $118,129,603. Work will be performed in Hunt Valley, Maryland (72 percent); Slidell, Louisiana (24 percent); Hauppauge, New York (2 percent); Columbia, Maryland (1 percent); and Lemont Furnace, Pennsylvania (1 percent), and is expected to be completed by March 2017. Fiscal 2014 research, development, test and evaluation funds in the amount of $4,750,000 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with five offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-C-6322).

Cutting Edge Concrete Services, Inc.,* Oro Grande, California, is being awarded a $27,707,750 firm-fixed-price contract for repair of taxiway shoulders and lights at Travis Air Force Base. The work to be performed provides for reconstruction of concrete panels and asphalt shoulders on all taxiways on the northwest side of Runway 03L-21R, as well as replacement of all edge lights within the reconstructed taxiway shoulders. The existing taxiway fillets will be demolished, and reconstructed with Portland cement concrete pavement. The taxiway shoulders will be constructed of hot mix asphalt pavement. The electrical work for the project will consist of new taxiway edge lights and runway/taxiway signs. Additionally, a duct bank will be constructed that extends from the south edge of the 200 Ramp, between Taxiway N and Runway 03L-21R. The work also includes environmental soil mitigation in conjunction with grading and embankment work, in order to accommodate the reconstructed pavement. Work will be performed in Fairfield, California, and is expected to be completed by September 2015. Fiscal 2014 operations and maintenance (Air Force) contract funds in the amount of $27,707,750 are being 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, Southwest, San Diego, California, is the contracting activity (N62473-14-C-1006).

BAE Systems San Diego Ship Repair, San Diego, California, was awarded a $25,488,392 modification to a previously awarded cost-plus-award-fee/incentive-fee contract (N00024-11-C-4400) for USS Lake Erie (CG 70) fiscal 2014 extended dry-docking selected restricted availability. An extended dry-docking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities. This modification includes options which, if exercised, would bring the cumulative value to $25,800,502. Work will be performed in San Diego, California, and is expected to be completed by June 2015. Fiscal 2014 operations and maintenance (Navy), and fiscal 2014 other procurement (Navy) funding in the amount of $25,488,392, were obligated at the time of award. Contract funds in the amount of $25,481,257 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. (Awarded Sept. 29, 2014).

Northrop Grumman, Annapolis, Maryland, is being awarded an $18,970,332 delivery order under a previously awarded contract (N61331-10-D-0009) for the procurement of field upgradeable kits and fleet support for conversion of the AN/AQS-24A systems to the AN/AQS-24B configuration in support of the Airborne Mine Countermeasure Systems Program. Work will be performed in Annapolis, Maryland, and is expected to be completed by March 2016. Fiscal 2014 operations and maintenance (Navy) funding in the amount of $18,970,332 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity.

ACE Engineering, Inc.,* La Verne, California, is being awarded a maximum amount $20,000,000 indefinite-delivery/indefinite-quantity contract for installation and repair of asphalt and concrete pavement at Naval Air Station Pensacola, Naval Air Station Whiting Field, Naval Support Activity Panama City, Naval outlying fields located in Florida and Alabama, and Naval Operations Support Center Tallahassee. The paving work includes, but is not limited to, streets, parking lots, and sidewalks, and bridge or airfield requirements. Task order 0001 is being awarded at $65,131 for repair of ditch G at Naval Air Station Whiting Field, and $96,124 for mill and overlay asphalt near the ball fields at Naval Air Station Pensacola. Work for this task order is expected to be completed by January 2015. All work on this contract will be performed primarily within the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR) which includes Florida (70 percent) and Alabama (25 percent). Work may also be performed in the remainder of the NAVFAC Southeast AOR (5 percent). The term of the contract is not to exceed 60 months, with an expected completion date of September 2019. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $161,255 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, Southeast, Jacksonville, Florida, is the contracting activity (N69450-14-C-0761).

John C. Grimberg Co., Inc., Rockville, Maryland, is being awarded $17,295,000 for firm-fixed-price task order 0011 under a previously awarded multiple award construction contract (N40080-10-D-0492) for facade repair and fenestration replacement for Buildings 9 and 10, and precast repairs to Buildings 3 and 5, at Walter Reed National Military Medical Center. The facade repairs will maintain a controlled climate inside the buildings and preservation of the thermal and moisture integrity of the buildings. Work will be performed in Bethesda, Maryland, and is expected to be completed by April 2017. Fiscal 2014 Defense health program contract funds in the amount of $17,295,000 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, Washington, Washington, District of Columbia, is the contracting activity.

Hensel Phelps-Granite-Traylor Pacific JV, San Jose, California, is being awarded $15,137,000 for firm-fixed-price task order HC01 under a previously awarded multiple award construction contract (N62742-10-D-1310) for design and repair of building 26A at Joint Base Pearl Harbor-Hickam. The work to be performed provides for upgrades of the overall structure to comply with current code requirements such as replacement of roofing and sheathing; existing ferrous water and sanitary piping; existing ventilation fans; electrical switchgear and panel boards; lighting; fire alarm system; fire suppression; and installation of a fire sprinkler system. Work also includes renovation of restrooms to comply with Architecture Barriers Act requirements; demolition; repair of cracks and spalls in exterior concrete masonry unit walls; strengthening of the exterior unreinforced masonry walls; interior/exterior painting; removal of abandoned air handling units; existing carbon dioxide fire extinguishing system; abandoned telephone and communications wiring; and all hazardous material required to perform the repair work. Work will be performed in Oahu, Hawaii, and is expected to be completed by July 2016. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $15,137,000 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, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

AES Group, Inc.,* Parker, Colorado (N40083-14-D-3237); O’Neill Contractors Inc.,* Des Plaines, Illinois (N40083-14-D-3238); and OPCON, Inc.,* Carol Stream, Illinois (N40083-14-D-3239), are each being awarded an indefinite-delivery/indefinite-quantity regional roofing multiple award construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Midwest area of responsibility (AOR). The maximum dollar value, including the base period and five option years for all three contracts combined, is $15,000,000. The work to be performed provides for, but is not limited to, furnishing all labor, transportation, material, equipment, design services and perform all operations in connection with the following: new construction, renovation, alteration, repair and design/build capability within the NAVFAC Midwest AOR. AES Group, Inc. is being awarded task order 0001 at $724,440 for the design and repair of roofs on Building 2B and 1912 at Great Lakes Naval Station, Great Lakes, Illinois. Work for this task order is expected to be completed by May 2015. All work on this contract will be performed primarily within the NAVFAC Midwest AOR which includes Illinois (88 percent), Michigan (2 percent), Ohio (2 percent), Indiana (2 percent), Iowa (2 percent), Wisconsin (2 percent), and Missouri (2 percent). The term of the contract is not to exceed 60 months, with an expected completion date of May 2019. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $734,440 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with four proposals received. These three contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Midwest, Great Lakes, Illinois, is the contracting activity.

Allied Pacific Builders, Inc.,* Honolulu, Hawaii, is being awarded a $14,083,358 firm-fixed-price contract for the design and construction of an Aviation Simulator Training Facility at Marine Corps Base Hawaii. The work to be performed provides for an aviation simulator training facility, two simulator pads, and renovation of an existing flight simulator facility. The contract also contains four unexercised options, which, if exercised, would increase cumulative contract value to $15,813,490. Work will be performed in Kaneohe Bay, Hawaii, and is expected to be completed by December 2016. Fiscal 2010 and 2014 military construction (Navy) contract funds in the amount of $14,083,358 are being obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with eight proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-14-C-1300).

The Boeing Co., Huntington Beach, California, is awarded a maximum value $13,997,592 cost-plus-fixed-fee, cost-plus-incentive-fee contract to provide the Trident II (D5) Navigation Subsystem with component production and technical support services of the Electro-statically Supported Gyro Navigator, test equipment and software modernization, and repair of ESGN, for the United States and United Kingdom. Work will be performed in: Huntington Beach, California (57 percent); Carson, California (26 percent); and Heath, Ohio (17 percent), with an expected completion date of June 30, 2017. Fiscal 2013 other procurement (Navy) contract funds in the amount of $637,000; fiscal 2014 other procurement (Navy) contract funds in the amount of $7,175,653; United Kingdom funds in the amount of $1,570,779; and fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $4,614,160, are being obligated at the time of contract award. Contract funds in the amount of $4,614,160 will expire at the end of the fiscal 2014. This contract was sole-source acquisition in accordance with Justification and Approval, 15,676 dated April 7, 2014. The Navy’s Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-14-C-0025).

K.O.O. Construction, Inc.*, West Sacramento, California, is being awarded $12,489,000 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract (N62473-09-D-1655) for design and construction of a Close Quarters Combat and Dynamic Shooting Facility at Camp Michael Monsoor. The Close Quarters Combat facility for Naval Special Warfare Center and Naval Special Warfare Group One is a two-story facility designed to accommodate live-fire training. There will be a baffled rifle range and four pistol ranges. The task order also contains one planned modification, which if issued, would increase cumulative task order value to $13,938,000. Work will be performed in Pine Valley, California, and is expected to be completed by September 2016. Fiscal 2013 military construction (Defense Agency) contract funds in the amount of $12,489,000 are being obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Tyco Electronics Subsea Communications LLC, Eatontown, New Jersey, is being awarded a $12,310,100 firm-fixed-price contract for submarine cable for the Navy. The work to be performed provides for delivery of 1,550 kilometers of SL-17 submarine fiber-optic cable. The cable is used by Navy programs to connect deep ocean measurement instruments to shore monitoring stations. The Navy has primarily used commercial cable product manufactured by the Contractor for deep ocean measurement systems. The cable will be designed to interface with existing Navy seafloor instruments. Work will be performed in Eatontown, New Jersey, and is expected to be completed by July 2015. Fiscal 2014 other procurement (Navy) contract funds in the amount of $12,310,100 are being obligated on this award and will expire at the end of the current fiscal year. This contract was a sole-source award pursuant to FAR 6.302-1(a)(2) via the Navy Electronic Commerce Online website, with one proposal received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-14-C-1481).

Science Applications International Corp., McLean, Virginia, is being awarded a $12,244,245 cost-plus-fixed fee contract for Mine Warfare and Environmental Decision Aids Library (MEDAL) in support of the Mine Warfare Program Office, under Program Executive Office, Littoral Combat Ships. The MEDAL system provides mine warfare situational awareness, mission planning/evaluation, and asset management software to support existing and emerging mine warfare missions, users, and systems. This contract includes options which, if exercised, would bring the cumulative value of this contract to $49,209,613. Work will be performed in McLean, Virginia (80 percent); San Diego, California (14 percent); Bay St. Louis, Mississippi (5 percent); Edmond, Oklahoma (0.5 percent); and Norfolk, Virginia (0.5 percent), and is expected to be completed by September 2015. Fiscal 2014 research, development, test and evaluation; and fiscal 2012 and 2014 other procurement (Navy) funding in the amount of $3,583,224 will be obligated at the time of award. Fiscal 2012 other procurement (Navy) funds in the amount of $257,893 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with FAR 6.302-1(a)(2) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-14-C-6301).

Harper Construction Co., Inc., San Diego, California, is being awarded $11,652,082 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract (N62473-10-D-5403) for bachelor enlisted quarters modernization of Building 856 at Naval Air Station Lemoore. The work to be performed provides for a Bachelor Enlisted Quarters renovation and modernization of Barracks 12 and 13. This project will repair and replace aged, damaged, and deteriorated facility components; add improvements that will bring these facilities up to current national life safety, accessibility, building code, and bachelor housing standards; and increase their useful life as quality residential facilities. The task order also contains one unexercised option, which, if exercised, would increase cumulative task order value to $13,272,551. Work will be performed in Lemoore, California, and is expected to be completed by April 2016. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $11,652,082 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $10,626,443 modification to a previously awarded firm-fixed-price contract (N00024-13-C-5409) for fiscal 2014 Evolved Seasparrow Missile (ESSM) spares. This contract combines purchases for the United States (94.75 percent), and the governments of the United Arab Emirates (2.77 percent), and Japan (2.48 percent), under the Foreign Military Sales program. Work will be performed in Grand Rapids, Michigan (16 percent); Mississauga, Ontario (14 percent); Canton, New York (13 percent); Elmadag, Turkey (11 percent); McKinney, Texas (8 percent); Ottobrunn, Germany (7 percent); Koropi Attica, Greece (7 percent); Raufoss, Norway (6 percent); Tucson, Arizona (5 percent); Salem, New Hampshire (4 percent); Cincinnati, Ohio (3 percent); Melville, New York (2 percent); Brockton, Massachusetts (1 percent); Andover, Massachusetts (1 percent); Greensboro, North Carolina (1 percent); and Richmond, Virginia (1 percent), and is expected to be completed by October 2016. Fiscal 2014 other procurement (Navy); fiscal 2014 weapons procurement (Navy); foreign military sales and fiscal 2014 operations and maintenance (Navy) funding in the amount of $9,530,419, is being obligated at time of award. Fiscal 2014 operations and maintenance (Navy) funds in the amount of $75,592 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Charles Stark Draper Laboratories, Inc., Cambridge, Massachusetts, is being awarded a $10,180,016 cost-plus-incentive-fee, cost-plus-fixed-fee contract to provide specialized tactical engineering services to develop and evaluate concepts to improve test equipment availability, reliability and maintainability in support of existing Trident II (D-5) weapon systems; test and evaluate MK6 MOD 1 engineering development units and preproduction units systems to verify performance and to generate and validate documentation to support flight tests, qualification, and support production activities; perform research in the application of technologies to support Trident (D-5) guidance and reentry systems; and provide specialized technical knowledge and support for hypersonic guidance, navigation and control applications utilizing an integrated avionics computer and global positioning system. Work will be performed primarily in Cambridge, Massachusetts, with an expected completion date of Sept. 30, 2017. The maximum dollar value, including the base period and one option year, is $47,384,292. Fiscal 2014 weapons procurement (Navy) in the amount of $10,180,016 is being obligated at the time of award. Funds will not expire at the end of the current fiscal year. This contract was a sole-source acquisition in accordance with 10 U.S.C. 2304(c)(1). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-14-C-0054).

Melco-EJS Joint Venture 1, LLC,* Camilla, Georgia, is being awarded a maximum amount $9,750,000 indefinite-delivery/indefinite-quantity contract with for concrete paving, asphaltic concrete paving, and incidental related work at Marine Corps Logistics Base Albany. No task orders are being issued at this time. Work will be performed in Albany, Georgia. The term of the contract is not to exceed 60 months with an expected completion date of September 2019. Fiscal 2014 operations and maintenance (Marine Corps) contract funds in the amount of $1,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-14-D-1763).

Nova R M F, Napa, California, is being awarded $9,363,000 for firm-fixed-price task order 0005 under a previously awarded multiple award construction contract (N62473-12-D-0245) for maintenance dredging of piers at Naval Amphibious Base Coronado. The work to be performed provides for maintenance dredging of surrounding piers in order to re-establish the minimum required harbor depths needed for access by the naval vessels that use these facilities. Sediment sampling and testing will be done prior to dredging operations to confirm method of disposal. Work will be performed in San Diego, California, and is expected to be completed by March 2016. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $9,363,000 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Magnum Inc.,* Warminster, Pennsylvania, is being awarded a $9,345,000 firm-fixed-price contract for energy conservation projects including Direct Digital Controls, Retro-Commissioning, and Building Envelope at Naval Support Activity Philadelphia. The work to be performed provides for energy conservation projects in various buildings. The work includes replacement of asbestos metal wall panels, exterior windows, minor electrical work and submission of documents to the Pennsylvania State Historic Preservation Office. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by September 2016. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $9,345,000 are being 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, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-14-C-5234).

Manson Construction, Co., Seattle, Washington, is being awarded $8,749,000 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N44255-14-D-9004) for the replacement of a fuel pier breakwater at Naval Air Station Whidbey Island. The work to be performed provides for demolishing the finger pier, constructing a fuel pier breakwater, and dredging the navigational access channel. Work will be performed in Oak Harbor, Washington, and is expected to be completed by April 2016. Fiscal 2014 military construction (Defense) contract funds in the amount of $8,749,000 are being obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.

Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded $8,692,133 for cost-plus-fixed-fee delivery order 0032 against a previously issued Basic Ordering Agreement (N00019-11-G-0018) for integration of one Operational Flight Program for the Required Navigation Performance for Area Navigation software upgrade program for the MH-53E Type Model Series aircraft. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in September 2017. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $8,692,133 are being obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Patricia I. Romero, Inc. doing business as Pacific West Builders,* National City, California, is being awarded $7,550,386 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N62473-14-D-0038) to repair Bachelor Enlisted Quarters 62433 at the Marine Corps Base, Camp Pendleton. The work to be performed provides for repair and restoration to a habitable quality of life residence. The work includes, but is not limited to, analysis and updates to bring the building up to current seismic requirements; removal and disposal of hazardous materials including asbestos, lead, and mold; and replacement of damaged doors, windows, ceilings, and other building structures. Areas affected by repairs shall be in compliance with anti-terrorism/force protection, fire suppression, seismic, accessibility, and leadership in energy and environmental design requirements. Work will be performed in Oceanside, California, and is expected to be completed by April 2016. Fiscal 2014 operations and maintenance (Marine Corps) contract funds in the amount of $7,550,386 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Metson Marine Services, Inc., Ventura, California, is being awarded $7,032,974 for firm-fixed price modification P00032 to a delivery order under previously awarded contract (N68836-13-C-0042) to exercise option year one for the maintenance, operations, logistics support, vessel maintenance, vessel operation, equipment operation, repair, vessel modifications, dock master services, asset inventory management and oil spill response capability for port operations at Joint Base Pearl Harbor-Hickam, Hawaii. If all options are exercised, the total value of this contract will be $35,342,586. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by Sept. 30, 2015. If all options are exercised, work will continue until Sept. 30, 2018. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $632,551 will be obligated at the time of award subject to the availability of funds. Funds will not expire before the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with two offers received in response to this solicitation. The Naval Supply Systems Command Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity.

Lockheed Martin Mission Systems and Training, Owego, New York, is being awarded $6,861,233 for delivery order 4007 against a previously issued Basic Ordering Agreement (N00019-14-G-0019) for non-recurring engineering efforts for the integration of the Digital Rocket Launcher capabilities updates into the MH-60R and MH-60S avionics software. Work will be performed in Owego, New York (95 percent), and Patuxent River, Maryland (5 percent), and is expected to be completed in July 2016. Fiscal 2014 research, development, test and evaluation (Navy) funds in the amount of $2,600,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Mark Dunning Industries,* Dothan, Alabama, is being awarded a $6,837,585 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N69450-11-D-7577) to exercise option three for base operations support services at Naval Submarine Base, Kings Bay. The work to be performed provides for all management, supervision, labor hours, training, equipment and supplies necessary to perform grounds maintenance and landscaping, integrated solid waste management, custodial and pest control services. The total contract amount after exercise of this option will be $26,845,307. Work will be performed in Kings Bay, Georgia, and work is expected to be completed September 2015. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

3M Co., St. Paul, Minnesota, is being awarded a $6,827,651firm-fixed-price commercial contract for the procurement of the annual renewal of maintenance and support for the 3M Care Innovation license software product suite with support for Oracle Tuxedo middleware, Medicomp MEDCIN software Data Files and Data Support, and Healthcare Data Dictionary Terminology Consulting Services. The contract includes options which, if exercised, would bring the cumulative value of the contract to $35,477,576. Work will be performed in St. Paul, Minnesota, and work is expected to be completed by September 2016. If all options are exercised, work could continue until September 2020. Subject to availability – operations and maintenance funds in the amount of $6,827,651 are obligated for fiscal year 2015 and will expire at the end of that fiscal year. This contract was awarded using other than full and open competition in accordance with 10 U.S.C. 2304(c)(1). Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity (N65236-15-C-1001).

DEFENSE HEALTH AGENCY

CliniComp, Intl., San Diego, California, was awarded a $29,922,368 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide Essentris sustainment, requirements, supplies, and services to the program executive officer, Defense Healthcare Management Systems. This contract provides services for operational support and sustainment for 57 existing Military Treatment Facilities (MTFs) with Clinical Information System Essentris products. Services include software and hardware sustainment, technical and customer support, proactive automated system monitoring and alerting, repair service, replacement parts, software updates, and configuration assistance. Work will be performed at 57 U.S. and overseas MTFs, with an estimated completion date of Sept. 30 2015. Fiscal 2014 operations and maintenance funds in the amount of $21,807,072 are being obligated at time of award on the first task order. This contract was a sole-source acquisition. The Defense Health Agency, Falls Church, Virginia is the contracting activity (HT0011-14-D-0001).

AIR FORCE

Lockheed Martin Corp., Orlando, Florida, has been awarded a $100,000,000 indefinite-delivery/indefinite-quantity contract for Joint Air to Surface Standoff Missile production support. Contractor will provide JASSM system upgrades, integration, sustainment, management and logistical support. Work will be performed at Orlando, Florida, and is expected to be completed by Sept. 29, 2019. This award is the result of sole-source acquisition. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-14-D-0029).

L-3 Communications Vertex Aerospace LLC, Madison, Mississippi, has been awarded a $67,318,000 modification (P00088) to previously awarded contract FA8106-09-C-0001 for T-1A contract logistics support of the T-1A fleet. Contractor will provide contractor-operated and maintained supply, over and above, on-equipment maintenance, data and field service representatives. Work will be performed at Madison, Mississippi, and is expected to be completed by Oct. 1, 2015. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

The Boeing Co., Oklahoma City, Oklahoma, has been awarded an estimated $50,000,000 cost-plus-fixed-fee, firm-fixed-price contract for multiplatform engineering support services for the B-1, C-17, F-15, E-3, KC-135 and AGM-8 6 aircraft. Work will be performed at Oklahoma City, Oklahoma, and is expected to be completed by Sept. 29, 2014. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-14-D-0014).

Northrop Grumman Systems Corp., Linthicum, Maryland (FA8650-14-D-1731); Georgia Tech Research Institute, Atlanta, Georgia (FA8650-14-D-1732); Leidos, Reston, Virginia (FA8650-14-D-1733); Dynetics, Inc., Huntsville, Alabama (FA8650-14-D-1734); Berrie Hill Research Corp., Dayton, Ohio (FA8650-14-D-1735); MacAulay Brown Inc., Dayton, Ohio (FA8650-14-D-1736); and Riverside Research Institute, New York, New York (FA8650-14-D-1737), have been awarded a $47,000,000 indefinite-delivery/indefinite-quantity contract for research and development for the Advanced Novel Spectrum Warfare Environment Research program. Contractor will research, design, test, and transition resilient, adaptive spectrum warfare technologies and techniques to enable mission assured warfighting capabilities in contested and denied environments consistent with A2/AD scenarios. Work will be performed at locations specified in individual task orders and is expected to be completed by Sept. 30, 2021. This award is the result of a competitive acquisition, with eight offers received. Fiscal 2014 research and development funds in the amount of $50,000 for each of the companies ($350,000 total) are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

AAI Corp., doing business as Textron, Hunt Valley, Maryland, has been awarded a $43,600,034 firm-fixed-price requirements type contract. Contractor will provide manufacture and delivery of a best estimated quantity of 50 each AN/USM-670A Joint Service Electronic Combat System Tester; 13 each Laboratory JSECST; 410 each AN/USM-670A Retrofit Kits; and 20 Laboratory JSECST Retrofit Kits. The retrofit kits will bring currently fielded AN/USM-670 JSECST and Laboratory JSECST up to the AN/USM-670A configuration. Work will be performed at Hunt Valley, Maryland, and is expected to be completed by Sept. 30, 2018. 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 (FA8532-14-D-0004).

Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a $44,184,746.00 modification (P00029) to previously awarded contract FA8810-13-C-0017 for the fiscal 2014 studies and systems modifications for Space Based Infrared System (SBIRS). Contractor will provide support of the SBIRS contractor logistics support and legacy sustainment baseline
system. Work will be performed at Boulder, Colorado; Sunnyvale, California; Azusa, California; Buckley Air Force Base, Colorado; and Schriever Air Force Base, Colorado, and is expected to be completed by Sept. 30, 2015. Fiscal 2014 missile procurement funds in the amount of $21,055,601 are being obligated at the time of award. Air Force Space and Missile Systems Center Infrared Space Systems Directorate Contracting Division, El Segundo, California, is the contracting activity (F

Show more