2014-09-29

DTN News: U.S. Department of Defense Contracts Dated September 29, 2014
Source: K. V. Seth - DTN News + U.S. DoD issued No. CR-187-14 September 29, 2014
(NSI News Source Info) TORONTO, Canada - September 29, 2014: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued September 29, 2014 are undermentioned;


CONTRACTS

WASHINGTON HEADQUARTERS SERVICES

Halfaker and Associates, LLC, Arlington, Virginia (HQ0034-14-D-0024); Credence Management Solutions, Herndon, Virginia (HQ0034-14-D-0025); ByteCubed, LLC, Alexandria, Virginia (HQ0034-14-D-0026); and Strategic Operational Solutions, Inc., Vienna, Virginia (HQ0034-14-D-0027), are each being awarded a hybrid cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide support for the Office of Small Business Programs to develop market research tools and small business workforce development curricula. The aggregate not-to-exceed amount for this contract is $325,000,000. The four companies will have the opportunity to bid on individual task orders as they are issued. Performance location will be determined with each order and the expected completion date is Sept. 30, 2019. No funds will be obligated at time of award; funds will be obligated on individual task orders. This contract was competitively procured via the Federal Business Opportunities website, with eight proposals received. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

NAVY

DRS Laurel Technologies, Johnstown, Pennsylvania, is being awarded a $171,065,633 fixed-price-incentive, cost-plus-incentive fee, cost-plus-fixed fee, indefinite-delivery/indefinite-quantity contract for the development, integration and production of Technology Insertion Hardware. TIH is the latest generation of display, processor, and network requirements for combat control and sonar systems for U.S. Navy submarines. Equipment will provide modernization and upgrade of systems currently installed on SSN 688i, SSBN, SSGN, Seawolf, Virginia class, and Ohio Replacement submarines, as well as installation of initial systems for new construction Virginia class submarines. This contract includes an option, which, if exercised, would bring the cumulative value of the contract to an estimated $384,340,759. The option combines purchases for the U.S. Navy (94.2 percent), and the government of Australia (5.8 percent), under the Foreign Military Sales program. Work will be performed in Johnstown, Pennsylvania (92 percent); Burnsville, Minnesota (7 percent); and Manassas, Virginia (1 percent), and is expected to be completed by September 2019. Fiscal 2014 other procurement (Navy) funds in the amount of $350,000 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 three offers received. The Naval Undersea Warfare Center Division Keyport, Keyport, Washington, is the contracting activity (N00253-14-D-0004).

Facility Support Services, LLC,* Richmond, Virginia (N40085-14-D-8180); Rand Enterprises, Inc.,* Newport News, Virginia (N40085-14-D-8181); Vista Construction, LLC,* Norfolk, Virginia (N40085-14-D-8182); Syncon, LLC,* Chesapeake, Virginia (N40085-14-D-8183); and Tazewell Homeland JV, LLC,* Norfolk, Virginia (N40085-14-D-8184), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build contract for construction projects located within the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic Hampton Roads area of responsibility (AOR), primarily for facilities within Norfolk Naval Shipyard and the Naval Medical Center in Portsmouth, Virginia. The maximum dollar value including the base period and four option years for all five contracts combined is $95,000,000. The work to be performed provides for, but is not limited to, new construction, renovation, alteration, repairs, site improvement, general construction, electrical, fire protection, mechanical and other associated work on warehouses, training facilities, operational facilities (such as berthing piers and medical facilities), personnel support and service facilities, utilities, housing facilities, and demolition of existing structures and facilities. Tazewell Homeland JV, LLC is being awarded task order 0001 at $496,800 for construction of a one-story toilet facility at Pier 3, Building 1734 at Norfolk Naval Shipyard in Portsmouth, Virginia. Work for this task order is expected to be completed by July 2015. The term of the contract is not to exceed 60 months, with an expected completion date of September 2019. Fiscal 2011 military construction (Navy) contract funds in the amount of $516,800 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 21 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Wu and Associates, Inc.,* Cherry Hill, New Jersey (N40085-14-D-5245); A&D General Contracting Inc.,* Santee, California (N40085-14-D-5246); Benaka Inc.,* New Brunswick, New Jersey (N40085-14-D-5247); Kisan-Pike,* Rochester, New York (N40085-14-D-5248); Nutmeg Companies Inc.,* Norwich, Connecticut (N40085-14-D-5249); and Upstate Construction Services, Inc.,* East Syracuse, New York (N40085-14-D-5250), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Northeast area of responsibility (AOR). The maximum dollar value including the base period and four option years for all six contracts combined is $95,000,000. The work to be performed provides for new construction, renovations, alteration or repair to various facility types including, but not limited, to institutional facilities, administrative and industrial facilities, housing facilities, child care centers, lodges, recreational/fitness centers, retail complexes, warehouses, offices, community centers, medical facilities, operational airfield facilities, hangars, armories, fire stations, auditoriums, religious facilities and manufacturing facilities. Wu and Associates is being awarded task order 0001 at $7,587,000 for the construction of Whole Center Repairs work at Naval Operations Support Center, Buffalo, New York. Work for this task order is expected to be completed by January 2016. All work on this contract will be performed primarily in the NAVFAC Northeast AOR which includes Maine (40 percent); Connecticut (30 percent); Pennsylvania (10 percent); Massachusetts (5 percent); New Jersey (5 percent); New York (5 percent); Delaware (1 percent); New Hampshire (1 percent); Rhode Island (1 percent); and Vermont (1 percent). Work may also be performed in the remainder of the NAVFAC Atlantic AOR (1 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 $7,612,000 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 21 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Manu Kai, LLC, Honolulu, Hawaii, is being awarded $74,269,130 for modification P00045 under a previously awarded fixed-price-award-fee, indefinite-quantity provision and cost-plus-award-fee, indefinite-quantity provision contract (N00604-09-D-0001), to exercise the sixth option period for range operations support and base operations support services. Work will be performed at the Pacific Missile Range Facility, Kauai, Hawaii, and work for this effort is expected to be completed 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 $43,064,556 will be obligated at the time of award, subject to availability of funds, and will not expire at the end of this current fiscal year. Funds in the amount of $31,204,574 will be obligated as individual task orders as they are issued. The Naval Supply Systems Command Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity.

Northrop Grumman Systems Corp., Sunnyvale, California, is awarded $60,109,750 for modification P00008 to a previously awarded cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00030-14-C-0011) for Trident II (D5) Underwater Launcher System and Advanced Launcher Development Program support. This modification provides for the exercise of options for ongoing support for the Trident deployed SSBN and the SSGN underwater launcher subsystem, engineering refueling overhaul shipyard support, and United Kingdom launcher trainer support. Work will be performed at Sunnyvale, California (77.52 percent); Kings Bay, Georgia (11.48 percent); Bangor, Washington (9.82 percent); and Camarillo, California (1.18 percent), with an expected completion date of Sept. 30, 2018. Fiscal 2014 research, development, test and evaluation contract funds in the amount of $3,801,000, and United Kingdom contract funds in the amount of $1,893,673, are being obligated on this award. Subject to the availability of funding, fiscal 2015 operations and maintenance (Navy) funds in the amount of $26,343,699, and fiscal 2015 research, development, test and evaluation contract funds in the amount of $28,071,378, are being obligated on this award. Contract funds in the amount of $26,343,699 will expire at the end of fiscal 2015. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-14-C-0011).

The Boeing Co., Seattle, Washington, is being awarded a $43,283,263 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0112) for integrated logistics and contractor services in support of the P-8A Poseidon Multi-mission Maritime Aircraft. Work will be performed in Seattle, Washington (58 percent); Jacksonville, Florida (12 percent); Valencia, California (6 percent); Linthicum, Maryland (5 percent); Greenlawn, New York (3 percent); and various locations within the United States (16 percent), and is expected to be completed in April 2017. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $43,283,263 will be 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.

Interstate Electronics Corp., Anaheim, California, is being awarded a $38,723,168 cost-plus-fixed-fee, cost-plus-incentive-fee modification P00006 to a previously awarded contract (N00030-14-C-0006) for flight test instrumentation management and support, follow-on Commanders Evaluation Test mission operations and data acquisition, data recording subsystem operational support, engineered refueling overhaul support, Evolved Expendable Launch Vehicle flight test operations support, and strategic weapon system training. Work will be performed in Anaheim, California (77 percent); Cape Canaveral, Florida (18 percent); Washington, District of Columbia (2 percent); Norfolk, Virginia (1 percent); Bremerton, Washington (1 percent); Bangor, Washington (0.5 percent); and Kings Bay, Georgia (0.5 percent), with an expected completion date of March 31, 2016. Fiscal 2015 operations and maintenance (Navy) funds in the amount of $34,947,143; fiscal 2015 United Kingdom funds in the amount of $3,392,800; and fiscal 2015 missile procurement (Air Force) funds in the amount of $383,225, are being obligated on this award, subject to the availability of funds. None of the funds will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

American Petroleum Tankers, LLC, New York, New York, is being awarded $36,515,000 for the exercise of an 11-month option period under a previously awarded firm-fixed-price contract (N00033-07-C-5416) for the worldwide charter of two U.S.-flagged, Jones Act tankers. The tankers will be employed in worldwide cargo delivery to support the Defense Logistics Agency-Energy. Work for this option period will be performed at sea worldwide, and is expected to be completed by August 2015. Subject to availability of funds, working capital contract funds in the amount of $36,515,000 are being obligated for fiscal 2015. Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-07-C-5416).

General Dynamics National Steel and Shipbuilding Co., San Diego, California, is being awarded a $36,185,301 modification to previously awarded cost-plus-award-fee contract (N00024-13-C-4404) for USS Boxer (LHD 4) fiscal 2014 phased maintenance availability (PMA). A PMA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in San Diego, California, and is expected to be completed by December 2014. Fiscal 2014 operations and maintenance (Navy) and Navy working capital funds in the amount of $36,185,301 will be obligated at the time of award. Contract funds in the amount of $36,185,301 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

BAE Systems Land & Armaments L.P., Armament Systems Division, Louisville, Kentucky, is being awarded a $28,697,931 firm-fixed-price contract for the fiscal 2014 production of the MK 38 Machine Gun System (MGS). This contract fulfills specified requirements and technical performance requirements for the MK38 MOD2 25mm MGS Ordnance Alteration and provides additional spare parts. This contract combines purchases for the U.S. government (95.83 percent), and the government of Israel (4.17 percent), under the Foreign Military Sales program. Work will be performed in Hafia, Israel (68 percent), and Louisville, Kentucky (32 percent), and is expected to be completed by April 2016. Fiscal 2014 weapons procurement (Navy and U.S. Coast Guard), National Guard and Reserve Equipment Appropriation, and foreign military sales contract funds in the amount of $28,697,931 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 FAR 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 (N00174-14-C-0015).

RQ/Filanc JV I, Carlsbad, California, is being awarded $21,459,903 for firm-fixed-price task order 0009 under a previously awarded multiple award construction contract (N62473-10-D-5414) for replacement of waste drain pipes in Building 1 at Naval Medical Center San Diego. The existing waste pipes are clogged, corroded, and damaged, making this replacement necessary. The work will address deficiencies, requirements, and modifications necessary to provide reliable service, and meet current and future hospital needs. Piping with significant deterioration and corrosion will be replaced. Pipe sections found to be in good or fair condition will be cleaned. Above ground piping sections that are found to have inadequate pipe slope will be adjusted. Work will be performed in San Diego, California, and is expected to be completed by October 2018. Fiscal 2014 operations and maintenance (Defense Health Program) contract funds in the amount of $21,459,903 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.

Wolf Creek Federal Services, Inc.,* Anchorage, Alaska, is being awarded a $21,005,191 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N44255-13-D-8008) 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, bachelor housing services, integrated solid waste management services, pavement clearance services, utilities maintenance and operations services to include electrical, gas, wastewater, steam, and water; base support vehicles and equipment, crane services, and environmental services to provide base operations support. After award of this option, the total cumulative contract value will be $41,896,091. Work will be performed at various installations in the NAVFAC Northwest AOR, but primarily at Naval Air Station Whidbey Island and Naval Station Everett, and work is expected to be completed September 2015. No funds will be obligated at the time of award. Fiscal 2015 operations and maintenance (Navy), fiscal 2015 Navy working capital funds, and fiscal 2015 Defense Health Program funds in the amount of $12,027,374 for recurring work, will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.

RQ Construction, LLC, Carlsbad, California, is being awarded a $20,995,000 firm-fixed-price contract for design and construction of the Tactical Operations Center (TOC) and Mobile Tactical Operations Center, P-8A at Naval Air Station Whidbey Island. The work provides for design and construction of a new low rise TOC facility, and renovation and conversion of the Tactical Support Center (B2771) to a new Mobile Tactical Operations Center. The TOC facility will include the commander, patrol and Reconnaissance Wing 10 headquarters. The project also includes the demolition of an existing building to construct the TOC. The facilities will contain classified spaces, and demolition with hazardous waste disposal may be required. The contract also contains two unexercised options, which, if exercised, would increase cumulative contract value to $23,055,000. Work will be performed in Oak Harbor, Washington, and is expected to be completed by September 2017. Fiscal 2010 and fiscal 2014 military construction, (Navy) contract funds in the amount of $20,995,000 are obligated on this award, of which $3,122,369 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 19 proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-14-C-5006).

RQ Construction, LLC, Carlsbad, California, is being awarded a $15,680,000 firm-fixed-price task order 0017 under a previously awarded multiple award construction contract (N62473-10-D-5409) for seismic rehabilitation, Phase 1, of Building 1 at Naval Medical Center San Diego. This is the first project of the multiyear Naval Medical Center San Diego Seismic Damper Program to improve the seismic performance, building safety, survivability, and seismic code compliance of the hospital and related essential facilities. The main hospital will be seismically upgraded by the installation with seismic dampers at various damper locations. Work will be performed in San Diego, California, and is expected to be completed by July 2017. Fiscal 2014 operations and maintenance (Defense Health Program) contract funds in the amount of $15,680,000 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

AAR Airlift Group, Inc., Palm Bay, Florida, is being awarded a $15,332,330 modification under a previously awarded firm-fixed-price contract (N00033-11-C-1003) to exercise a 12-month option for the provision of ship-based and shore-based vertical replenishment and other rotary-wing logistic services. These include search and rescue support; medical evacuations; passenger transfers; internal cargo movement; and dynamic interface testing in support of Commander, Naval Air Forces Command. AAR Airlift Group, Inc., will provide helicopters, personnel, support equipment, and all supplies necessary to perform flight operations in the U.S. 5th Fleet and U.S. 7th Fleet areas of responsibility. Work will be performed in the U.S. 5th Fleet and U.S. 7th Fleet areas of responsibility, and is expected to be completed by September 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of 15,332,330 are being obligated and are subject to availability of fiscal 2015 funding. Funds will expire at the end of fiscal 2015. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-11-C-1003).

Burns & McDonnell, Kansas City, Missouri, is being awarded a maximum amount $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for multidiscipline architect-engineering services in support of projects primarily in Connecticut and Rhode Island. The work to be performed provides for multiple disciplines or single disciplines, including, but not limited to, architectural, structural, mechanical, electrical, civil, fire protection, and interior design. Task order 0001 is being awarded at $173,489 for architect-engineering design services for building 440, technical training facility (Perry Hall), Navy Leadership Ethics Center Administration building repairs at Newport, Rhode Island. Work for this task order is expected to be completed by March 2015. 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 $173,489 are being obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 10 proposals received. The NAVFAC, Mid-Atlantic Northeast, Integrated Product Team, Norfolk, Virginia, is the contracting activity (N40085-14-D-5227).

3PSC, LLC, Norfolk, Virginia, is being issued a $14,915,581 modification under a previously awarded firm-fixed-price contract (N00033-09-C-2504) to exercise a 182-day option for the operation and maintenance of five U.S. Navy oceanographic survey ships (T-AGS). Work will be performed at sea worldwide, and is expected to be completed by March 2015. Working capital funds in the amount of $14,915,581 are obligated for fiscal 2015 (subject to availability of funds), and will not expire at the end of fiscal 2015. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $13,664,382 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0001) for the procurement of unique, common, and similar spare parts for Lot 14 Block I and Block II of AIM-9X missiles in support of the U.S. Navy, U.S. Air Force, and the governments of Saudi Arabia, Oman, Korea, Kuwait, Morocco, Malaysia, Turkey, Finland, Switzerland, Poland, and Denmark. Work will be performed in Tucson, Arizona, and is expected to be completed in February 2016. Fiscal 2014 weapons procurement (Navy) and fiscal 2013 and 2014 missile procurement (Air Force), as well as foreign military sales funds in the amount of $13,664,382, are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($8,419,523; 61.62 percent); the U.S. Navy ($3,730,324; 27.30 percent); and the governments of Saudi Arabia ($404,762; 2.96 percent); Oman ($311,377; 2.28 percent); Korea ($305,031; 2.23 percent); Kuwait $111,282; 0.82 percent); Morocco ($95,772; 0.70 percent); Malaysia ($93,405; 0.68 percent); Turkey ($71,263; 0.52 percent); Finland ($41,228; 0.30 percent); Switzerland ($32,612; 0.24 percent); Poland ($29,241; 0.21 percent); and Denmark ($18,562; 0.14 percent) under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Maryland; is the contracting activity.

Marvin Engineering Co., Inc., Inglewood, California, is being awarded $12,816,113 for firm-fixed-price delivery order 0011 against a previously issued Basic Ordering Agreement (N00019-11-G-0009) for the upgrade and overhaul of 626 LAU-127 Missile Launchers. Work will be performed in Inglewood, California, and is expected to be completed in September 2018. Fiscal 2014 aircraft procurement (Navy) and fiscal 2014operations and maintenance (Navy) funds in the amount of $12,816,113, are being obligated at time of award, $6,021,617 of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Airtec, Inc., California, Maryland, is being awarded a $12,485,799 indefinite-delivery/ indefinite-quantity contract to provide operations, maintenance, and developmental test and evaluation services on a contractor-owned/contractor-operated Bombardier DHC-8/200 multi-sensor aircraft in support of the U.S. Army Southern Command’s flight missions. Work will be performed in Bogota, Columbia, and is expected to be completed in June 2015. Fiscal 2014 operations and maintenance (Army) funds in the amount of $8,405,169 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was non-competitively procured pursuant to 10 U.S.C. 2304(c)(1). The Naval Air Warfare Center, Lakehurst, New Jersey, is the contracting activity (N68335-14-D-0030).

NAVMAR Applied Sciences Corp.,* Warminster, Pennsylvania, is being awarded $12,296,784 for delivery order 0015 against a previously issued Basic Ordering Agreement (N68335-10-G-0026) for work associated with a Phase III Small Business Innovation Research effort under Topics N92-170: Laser Radar Laser Detection and Ranging Identification Demonstration; N94-178: Air-Deployable Expendable Multi-Parameter Environmental Probe; and AF083-006: Low Cost Intelligence, Surveillance and Reconnaissance, Unmanned Aerial Vehicle (UAV). Efforts include the assessment, procurement, and deployment of intelligence, surveillance, and reconnaissance systems, communication systems, unmanned systems, noise reduction technology, improved aircraft aerodynamics to include increased lift and decreased drag, unmanned air vehicle weatherization, improved endurance, support of at sea Navy operations and related support hardware. Work will be performed in Yuma, Arizona (30 percent); Patuxent River, Maryland (20 percent); Afghanistan (20 percent); China Lake, California (15 percent); and Point Mugu, California (15 percent), and is expected to be completed in September 2015. Fiscal 2014 operations and maintenance (Army) funds in the amount of $253,000 will be obligated at time of award, all 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.

DRS Intelligence, Communication & Avionic Solutions LLC, Dayton, Ohio, is being awarded a $12,005,974 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacture of joint tactical terminal - receivers (JTT-R), JTT-R production engineering test set racks; fixtures and tooling. The JTT-R is an ultra-high frequency receiver that provides near real-time over the horizon threat data for situational awareness and assessment, threat avoidance, targeting, mission planning and communications. This procurement combines purchases for the U.S. Navy (91 percent), and the government of Australia (9 percent), under the Foreign Military Sales program. Work will be performed in Johnstown, Pennsylvania (85 percent), and Dayton, Ohio (15 percent), and is expected to be completed by October 2015. Fiscal 2013 and 2014 aircraft procurement (Navy) and FMS contract funds in the amount of $11,698,383, 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.C. 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. Reference FAR 6.302-1. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-14-D-WS72).

The Boeing Co., Seattle, Washington, is being awarded an $11,757,200 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0112) for training specific data storage architecture updates and upgrades in support of the P-8A Poseidon Multi-mission Maritime Aircraft, to include hardware, software, and integration. Work will be performed in Dallas, Texas (35 percent); the Naval Air Station (NAS) Jacksonville, Florida (30 percent); NAS Whidbey Island, Washington (30 percent); and St. Louis, Missouri (5 percent), and is expected to be completed in December 2015. Fiscal 2014 aircraft procurement (Navy) funds in the amount of $11,757,200 will be obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Training Systems Division, Orlando, Florida, is the contracting activity.

Insitu Inc., Bingen, Washington, is being awarded $10,976,866 for firm-fixed-price delivery order 0007 against a previously issued Basic Ordering Agreement (N68335-11-G-0009) for the procurement of one ScanEagle System that consists of nine ScanEagle Electro-Optics and three ScanEagle Infra-red Unmanned Air Vehicles for the government of Yemen under the Foreign Military Sales program. This order also provides for one 12-month/3,600 flight-hour sustainment package with acceptance testing, spares, technical manuals, and training; a site activation team; field service representative; and force rotection. Work will be performed in Bingen, Washington (50 percent), and Sanaa, Yemen (50 percent), and is expected to be completed in September 2015. Foreign military sales funds in the amount of $10,976,866 are being obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

R.A. Burch, Ramona, California, is being awarded $10,638,758 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N62473-10-D-5410) for repair of jet engine shop building 170 at Naval Air Station Lemoore. Repairs include exterior and interior, plumbing system, repair by replacement of the heating ventilating, and air conditioning system, repair and upgrade of fire protection and fire alarm systems, resurface roofing system, repair and improvements to electrical distribution system, and asbestos abatement. Structural repairs include reconfiguring non-load bearing walls in the restroom and office areas. Repairs to the building exterior enclosure include repair, insulate and repainting the exterior metal siding; replacement of the existing overhead roll-up doors and personnel doors, repairs to the building entrance, and cracked concrete masonry unit walls. The task order also contains one unexercised option, which, if exercised, would increase cumulative task order value to $13,253,158. 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 $10,638,758 are obligated on this award and will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Acadia Engineers and Constructors,* Newmarket, New Hampshire, is being awarded a maximum amount $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for design and engineering services in support of energy and sustainable design projects primarily in the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic Public Works Department Maine area of responsibility (AOR). The work to be performed provides for engineering, design and construction inspection services for projects involving waterfront facilities. Task order 0001 is being awarded at $2,331,000 for design of industrial control systems for several buildings at the Portsmouth Naval Shipyard, Kittery, Maine. Work for this task order is expected to be completed by July 2015. All work on this contract will be performed within the NAVFAC Mid-Atlantic Public Works Department Maine AOR which includes Maine (70 percent); New Hampshire (5 percent); Vermont (5 percent); Massachusetts (5 percent); Connecticut (5 percent); Rhode Island (4 percent); and New York (5 percent). Work may also be performed in the remainder of the United States (1 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 $2,331,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 12 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-14-D-0022).

Pegasus Medical Concepts, Inc.,* Mission Viejo, California, is being awarded a maximum amount $9,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide labor, equipment, and materials to furnish, install, and label high density shelving for various Navy Medicine Medical Treatment Facilities, both inside and outside the continental United States locations. The term of the contract is not to exceed 60 months with an expected completion date of Sept. 30, 2019. Fiscal 2014 operations and maintenance funds in the amount of $1,249,040 will be obligated at the time of award under the base and initial task orders, and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website as a 100 percent small business set-aside; three offers were received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-14-D-5064).

Raytheon Missile Systems, Tucson, Arizona, is being awarded an $8,936,000 modification to a previously awarded contract (N00024-13-C-5402) for depot level maintenance facility provision item ordered spares. This modification provides for the procurement of provision item ordered spares to support SM 2 and SM 6 depot level maintenance. Work will be performed in Tucson, Arizona (37 percent); Andover, Massachusetts (22 percent); Joplin, Missouri (21 percent); Minneapolis, Minnesota (9 percent); Bohemia, New York (3 percent); Syracuse, New York (2 percent); Amityville, New York (2 percent); and other locations less than 1 percent (4 percent), and is expected to be completed by November 2015. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $8,936,000 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.

NAVMAR Applied Sciences Corp.,* Warminster, Pennsylvania, is being awarded $8,597,356 for delivery order 0001 against a previously issued Basic Ordering Agreement (N68335-14-G-0040) for work associated with a Phase III Small Business Innovation Research effort under topics N08-023: Precision High Altitude Sonobuoy Emplacement; N94-178: Air-Deployable Expendable Multi-Parameter Environmental Probe; and AF083-006: Low Cost Intelligence, Surveillance and Reconnaissance, Unmanned Aerial Vehicle. Efforts are associated with the advancements in command, control, communications, computer, intelligence, surveillance, and reconnaissance technologies to enhance communication techniques between the sensors and/or platforms and interfaces; analyze the fusion and exploitation of multi-source sensor data; and develop any other technique to advance capabilities. This work will be performed in Yuma, Arizona (30 percent); Patuxent River, Maryland (30 percent); Warminster, Pennsylvania (20 percent); and Washington, District of Columbia (20 percent), and is expected to be completed in September 2016. Fiscal 2014 operations and maintenance (Army) and research, development, test and evaluation (Navy and Defense-wide) funds in the amount of $828,899 will be obligated at the time of award, $766,139 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.

Drace Anderson, JV,* Gulfport, Mississippi, is being awarded an $8,245,085 firm-fixed-price contract for repairs and renovations of “A” School Bachelor Enlisted Quarters 315 at Naval Construction Battalion Center Gulfport. The work to be performed provides for interior and exterior repairs and renovation, which includes insulation, windows, roof, vents, exhausts, flashing, and replacement of the heating, ventilation, and air conditioning system, boilers and chiller. Exterior work includes replacement of windows, resealing of exterior joints, concrete repair, minor drainage work, and exterior cleaning and painting. Interior work includes room reconfiguration, replacement of finishes, replacement of tub/showers with shower surrounds, reconfiguration of handrails/guardrails, replacement and refinishing of doors, new interior signage, and new toilet accessories. Work will be performed in Gulfport, Mississippi, and is expected to be completed by March 2016. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $8,245,085 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 three proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-14-C-0768).

Raytheon Missile Systems, Tucson, Arizona, is being awarded an $8,023,289 modification to a previously awarded contract (N00024 13 C-5407) for 18 SM-2 Block IIIA All-Up-Rounds for DDG 1000 class ships. Work will be performed in Tucson, Arizona (53 percent); Andover, Massachusetts (24 percent); Mountain View, California (8 percent); Camden, Arkansas (9 percent); San Diego, California (3 percent); Hudson, New Hampshire (2 percent); and Chandler, Arizona (1 percent), and is expected to be completed by November 2016. Fiscal 2013 and 2014 research, development, test and evaluation funds in the amount of $8,023,289 will be obligated at time of award. Contract funds in the amount of $2,239,838 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Erickson Helicopters, Inc., McMinnville, Oregon, is being issued a $7,004,248 modification under a previously awarded firm-fixed-price contract (N00033-13-C-8000) to exercise a 12-month option for the provision of ship-based and shore-rebased vertical replenishment and other rotary-wing logistic services. Services include search and rescue support; medical evacuations; passenger transfers; internal cargo movement; and dynamic interface testing in support of commander, Naval Air Forces Command. Erickson Helicopters, Inc., will provide one detachment comprised of two helicopters, personnel, support equipment, and all supplies necessary to perform flight operations in the U.S. 2nd Fleet, U.S. 5th Fleet, and U.S. 6th Fleet areas of responsibility. Work will be performed in the U.S. 5th Fleet and U.S. 7th Fleet areas of responsibility, and is expected to be completed by September 2015. Fiscal 2015 operations and maintenance (Navy) contract funds in the amount of $7,004,248 are being obligated and are subject to availability of fiscal 2015 funds. Funds will expire at the end of fiscal 2015. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N00033-13-C-8000).

Reyes Construction, Inc., Pomona, California, is being awarded $6,830,311 for firm-fixed-price task order 0013 under a previously awarded multiple award construction contract (N62473-10-D-5417) to replace the sewer lines at the Marine Corps Recruit Depot, San Diego. The work to be performed provides for demolition of the existing lines, and new sewer lines and manholes in various areas around the depot. This project will improve the reliability and reduce the maintenance of the sewage collection system. The work also includes backfilling, grading, and compacting the areas affected, and repair all landscaping, roads, and sidewalks damaged during construction. Work will be performed in San Diego, California, and is expected to be completed by April 2016. Fiscal 2014 operations and maintenance (Marine Corps) contract funds in the amount of $6,830,311 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.

Insitu, Inc., Bingen, Washington, is being awarded $6,757,764 for firm-fixed-price delivery order 0006 against a previously issued Basic Ordering Agreement (N68335-11-G-0009) for the procurement of one ScanEagle System for the government of the Czech Republic under the Foreign Military Sales program. The system consists of seven ScanEagle electro-optics, and three ScanEagle infra-red unmanned air systems. Work will be performed at Bingen, Washington (50 percent), and Afghanistan (50 percent), and is expected to be completed in September 2015. Foreign military sales funds in the amount of $6,757,764 will be obligated at time of award, all 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.

Sauer Inc., Jacksonville, Florida, is being awarded $6,670,000 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N40080-10-D-0490) for repair of the Naval History and Heritage Command, Buildings 44, 57, and 108 at the Washington Navy Yard. The work to be performed provides for required interior rearrangements and restoration of the facilities to allow for effective use of existing space and to bring the buildings into compliance with Architectural Barriers Act accessibility code, and fire and safety codes. Work will be performed in Washington, District of Columbia, and is expected to be completed by September 2016. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $6,670,000 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, Washington, Washington, District of Columbia, is the contracting activity.

BURR-MZT Joint Venture,* San Clemente, California, is being awarded $6,623,000 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N44255-13-D-8012) to perform energy efficiency measures in 11 buildings at Naval Base Kitsap and Jackson Park. The work to be performed provides for all labor, materials, equipment and associated costs for energy conservation measures. Work will be performed in Bremerton, Washington, and is expected to be completed by May 2016. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $6,623,000 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, Northwest, Bremerton, Washington, is the contracting activity.

ARMY

University of Southern California, Los Angeles, was awarded a $141,000,000 cost contract with options, for research and development and other activities within the approved modeling and simulation core competencies in the areas of training, education, operations, health and other arenas where the research, technologies, and methodologies may be applied. Funding and work location will be determined with each order, with an estimated completion date of Sept. 28, 2017. One bid was solicited, with one received. Army Contracting Command, Research Triangle Park Division, Research Triangle Park, North Carolina, is the contracting activity (W911NF-14-D-0005).

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $93,250,000 not-to-exceed, undefinitized contract action (P00171) to a firm-fixed-price, multiyear contract, for eight uniquely configured UH-60M Black Hawk aircraft and other support equipment and services for Mexico’s secretary of national defense. Work will be performed in Stratford, Connecticut, with an estimated completion date of June 7, 2015; this contract falls under the Foreign Military Sales program. One bid was solicited and one received. Fiscal 2010 other procurement funds are being obligated at the time of the award. With all modifications, the cumulative total of this contract is $7,035,259,311. Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-12-C-0008).

Oshkosh Defense, LLC, Oshkosh, Wisconsin, was awarded an $84,810,000 modification (P00034) to firm-fixed-price contract W56HZV-09-D-0159 to extend the expiration date of the contract from Sept. 30, 2014 to Sept. 30, 2015. According to the program manager for the medium tactical vehicle family, there are three known vehicle requirements and several known system technical support requirements that will be procured during the extension. Fiscal 2015 other procurement funds will be determined with each order. Work will be performed in Oshkosh, Wisconsin. Army Contracting Command, Tank and Automotive (Warren), Warren, Michigan, is the contracting activity.

Meltech Corporation, Inc., * Landover, Maryland (W912DR-14-D-0021); Arriba Corporation,* Norfolk, Virginia (W912DR-14-D-0024); Herman/JCG CO JV,* San Diego, California (W912DR-14-D-0023); and Olgoonik Management Services, Inc.,* (W912DR-14-D-0022), will share an awarded small business, multiple award, task order, order-dependent contract for $49,900,000 for design, build and design-bid-build construction projects. Work and funding will be determined with each order, with an estimated completion date of Sept. 30, 2015. Bids were solicited via the Internet, with 44 received. U.S. Army Corps of Engineers, Baltimore District, Baltimore, Maryland, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut is being awarded a $48,800,000 cost-plus-fixed-fee contract to provide specialized engineering analysis test and technical services (SEATTS) for the Aviation Applied Technology Directorate. Work location and funding will be determined with each order, with an estimated completion date of Sept. 24, 2017. Bids were solicited via the Internet, with one received. Army Contracting Command – Aviation Applied Technology Directorate, Fort Eustis, Virginia is the contracting activity (W911W6-14-D-0002).

Woodward, Inc., Loves Park, Illinois, was awarded a $47,235,265 firm-fixed-price, multiyear contract for the UH60 helicopter T700 common fuel control, with an estimated completion date of Sept. 30, 2019. Funding and work location will be determined with each order. One bid was solicited, with one received. Army Contracting Command, Redstone Arsenal (Aviation), Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-14-D-0148).

Lockheed-Martin Integrated Systems, Inc., Bethesda, Maryland, was awarded a $44,037,055 cost-plus-fixed-fee contract with options for Next Generation Technical Services III. This includes the management and technical support to advance high performance computing services. Work will be performed at Wright-Patterson Air Force Base, Ohio; Aberdeen Proving Ground, Maryland; Stennis Space Center Mississippi; Vicksburg Mississippi; Lorton, Virginia; and Bethesda, Maryland, with an estimated completion date of May 19, 2015. One bid was solicited, with one received. Fiscal 2013 and 2014 other procurement (Army) funds ($5,247,000); fiscal 2014 operations and maintenance (Army) funds ($135,528); and fiscal 2013 and 2014 research, development, test and evaluation funds ($26,736,044), are being obligated at the time of the award. U.S. Army Corps of Engineers, Engineer Support Center Huntsville, Huntsville, Alabama, is the contracting activity (W912DY-14-F-0423).

Alliant Techsystems Operations, LLC, Plymouth, Minnesota is being awarded a $36,778,430 firm-fixed-price, requirements contract for M230-30MM automatic guns and 32 spare parts in support of the Apache helicopter. Work location and funding will be determined with each order. The estimated completion date is Sept. 28, 2017. Army Contracting Command – Tank and Automotive, Warren, Michigan is the contracting activity (W56HZV-14-D-0148).

TSAY/Ferguson-Williams, LLC, San Juan Pueblo, New Mexico, was awarded a $25,457,793 modification (P00122) to contract W9124M-09-C-0002 for operations, maintenance, and support services at Fort Stewart, Georgia (72 percent), and Hunter Army Airfield, Georgia (28 percent). Fiscal 2015 operations and maintenance (Army) funds in the amount of $1,519,283 were obligated at the time of the award. Estimated completion date is Sept. 30, 2015. Army Contracting Command, Fort Stewart is the contracting activity.

General Dynamics-Ordnance and Tactical Systems, Williston, Vermont, was awarded a $18,750,489 modification (P00001) to contract W31P4Q-14-C-0154 to exercise a fiscal 2014 option for the fiscal 14-18 Hydra-70 Rocket System, which includes M151 high explosive Rockets, M255A1 rockets and M274 smoke signal practice rockets. Fiscal 2014 other procurement funds in the amount of $3,992,285 were obligated at the time of the award. Estimated completion date is Sept. 28, 2019. Work will be performed in Williston, Vermont, and Camden, Arkansas. Army Contracting Command, Redstone Arsenal (Missile), Redstone Arsenal, Alabama, is the contracting activity.

Orcon-Carothers JV2,* Taylor, Mississippi, was awarded an $18,046,650 firm-fixed-price contract, with options, for historical building renovation at Fort Leavenworth, Kansas. Fiscal 2014 operations and maintenance (Army) fu

Show more