Contracts for June 28, 2013

You are subscribed to Contract Announcements for U.S. Department of Defense. This information has recently been updated, and is now available.

06/28/2013 05:02 PM CDT


FOR RELEASE AT
5 p.m. ET
No. 475-13
June 28, 2013


 CONTRACTS

NAVY

             Huntington Ingalls Inc., Newport News, Va., is being awarded a $745,000,000 cost-plus-incentive-fee contract for the inactivation of USS Enterprise (CVN 65).  Work will be performed in Newport News, Va., and is expected to be completed by September 2018.  Fiscal 2013 Operations and Maintenance, Navyfunding in the amount of $645,000,000 will be obligated at the time of award.  Contract funds in the amount of $645,000,000 will expire at the end of the current fiscal year.  This contract was not competitively procured under the authority of 10 U.S.C. 2304(c)(1) - only one responsible source and no other supplies or services will satisfy the agency's requirements.  The Naval Sea System Command, Washington, D.C., is the contracting activity (N00024-13-C-2112).

             Electric Boat Corp., Groton, Conn., is being awarded a $208,651,154 undefinitized modification to contract (N00024-12-C-2115) for the long lead time material associated with the second fiscal 2014 Virginia-class submarine (SSN 793) and fiscal 2015 Virginia-class submarines (SSN 794 and SSN 795).  Work will be performed in Sunnyvale, Calif. (54 percent), Florence, N.J. (8 percent), Groton, Conn./Quonset Point, R.I. (6 percent),  Newport News, Va. (6 percent), Coatesville, Pa. (5 percent), Windsor Locks, Conn. (4 percent), Montville, N.J. (3 percent), Tampa, Fla. (2 percent), York, Pa. (2 percent), and other locations below 1 percent (10 percent).  Work is expected to be complete by December 2013.  Fiscal 2013 Research, Development, Test and Evaluation funding in the amount of $208,651,154 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

             Data Link Solutions, LLC.,Cedar Rapids, Iowa (N00039-10-D-0031) and ViaSat, Inc., Carlsbad, Calif., (N00039-10-D-0032) each will be awarded a $166,300,000 modification to a previously awarded multiple award contract to exercise options for systems engineering and integration of the multifunctional information distribution system (MIDS) low volume terminal (LVT) and the MIDS joint tactical radio systems (JTRS) terminal.  The MIDS-LVT provides secure, high-capacity, jam-resistant, digital data and voice communications capability for Navy, Air Force and Army platforms.  MIDS-JTRS is a pre-planned product improvement replacement transforming the MIDS-LVT into a four-channel, software communications architecture compliant JTRS terminal while maintaining current Link 16 and tactical air navigation capability.  For Data Link Solutions, work will be performed in Wayne, N.J., (70 percent) and Cedar Rapids, Iowa (30 percent), and is expected to be complete by March 9, 2014.  For ViaSat, Inc., work will be performed in Carlsbad, Calif., and is expected to be completed by March 9, 2014.  Contract funds will not expire at the end of the current fiscal year.  Funds will be placed on contract and obligated at the time delivery orders are awarded under exercised options.  This contract wascompetitively procured as a multiple award contract via the Federal Business Opportunities and The Space and Naval Warfare Systems e-Commerce Central websites, with twoproposals solicited and twooffers received.  Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.

             Vericor Power Systems LLC, Alpharetta, Ga., is being awarded a $41,373,993 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the procurement of up to 27 ETF-40B engine power producer groups, and 25 full authority digital engine controllers for use as drop-in place engine spares for the Navy's landing craft, air cushioned vessels.  Work will be performed in Alpharetta, Ga.(90 percent), and Winnipeg, Canada (10 percent), and is expected to be completed by June 2018.  Fiscal 2013 Other Procurement, Navy funding in the amount of $12,454,605 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 (FAR 6.302-1).  The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-13-D-0013).

             BAE Systems, Land & Armaments L.P., U.S. Combat Systems, Minneapolis, Minn., is being awarded a $40,327,024 firm-fixed-price contract for fiscal 2013 production requirements for MK 41 Vertical Launching System canisters.  These requirements include: MK 14 MOD 2 (Tomahawk), MK 21 MOD 2 (SM-3), MK 21 MOD 3 (SM-6), and MK 25 MOD 0 (Seasparrow) Canisters; ancillary hardware; and associated support equipment.  The canisters provide rocket motor exhaust gas containment and a launch rail during missile firing.  The canisters also serve as missile shipping and storage containers.  This contract combines purchases for the U.S. Navy (96.7 percent) and the government of Thailand (3.3 percent) under the Foreign Military Sales (FMS) program.  Work will be performed in Aberdeen, S.D. (90 percent), and Minneapolis, Minn. (10 percent), and is expected to be completed by July 2015.  Fiscal 2012 and 2013 Weapons Procurement, Navy and FMS funding in the amount of $40,327,024 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 Federal Business Opportunities and the Navy Electronic Commerce Online websites, with one offer received.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-5314).

             Northrop Grumman Corp., Electronic Systems, Linthicum Heights, Md., is being awarded a $24,502,359 modification under a previously awarded cost-plus-incentive-fee, firm-fixed-price contract (M67854-07-C-2072) to increase the estimated ceiling cost for the Ground/Air Task-Oriented Radar Engineering and manufacturing development phase and associated other direct costs to reflect the anticipated cost growth.  Funds in the amount of $21,100,000 account for a cost growth in the engineering and manufacturing development phase and $3,402,359 account for the production engineering support.  Work for the anticipated cost growth will be performed Linthicum Heights, Md. (88 percent), Yuma, Ariz. (10 percent), and Syracuse, N.Y. (2 percent), and work is expected to be completed April 25, 2014.  Work for the production engineering support will be performed in Linthicum Heights, Md. (81 percent), and Syracuse, N.Y. (19 percent), and work is expected to be completed Feb. 16, 2014.  Fiscal 2013 Research and Development funds for cost growth in the amount of $13,592,762 are being obligated at the time of award, and will not expire at the end of the current fiscal year.  Fiscal 2012 Procurement Marine Corps funds for the production engineering support in the amount of $3,402,359 are being obligated at the time of award, and will not expire at the end of the current fiscal year.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

             Exelis Inc., Van Nuys, Calif., is being awarded a $20,285,451 modification to previously awarded contract (N00024-09-C-5395) for AN/SPS-48G(V) radar modification kits to support the Recovery Obsolescence Availability Radar.  AN/SPS-48 radars are installed on USN ships for three-dimensional air search.  The modification kits are expected to increase operational availability and decrease operating and support costs.  Work will be performed in Los Angeles, Calif. (48 percent); Johnstown, Pa. (40 percent); and San Diego, Calif. (12 percent), and is expected to be completed by October 2015.  Fiscal 2013 Other Procurement, Navy funding in the amount of $20,285,451 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington,, D.C., is the contracting activity.

             Northrop Grumman Systems Corp., Bethpage, N.Y., is being awardeda $19,360,601 modification to previously awarded contract (N00024-06-C-6311) to provide engineering and production planning services for mission packages that will deploy from and integrate with the littoral combat ship.  Work will be performed in Bethpage, N.Y. (44 percent); Oxnard, Calif. (16 percent); Washington, D.C. (14 percent);  Panama City, Fla. (10 percent); Dahlgren, Va. (8 percent); San Diego, Calif. (4 percent); Hollywood, Md. (2 percent); Andover, Mass. (1 percent); and Middletown, R.I. (1 percent); and is expected to be completed by June 2014.  Fiscal 2013 Research, Development, Test and Evaluation funding in the amount of $5,931,600 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington D.C., is the contracting activity.

             Advanced Technology International, Anderson, S. C. (N62583-10-D-0780); Science Applications International Corp., Mclean, Va., (N62583-10-D-0781) are each being awarded option year one under a previously awarded firm-fixed-price, multiple award contract for field test and evaluation support services in support of the Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme.  The combined total value for the two contractors is $15,000,000.  The work to be performed provides for technology research and development support, field test and evaluation support, program/project planning, project management, equipment/components development and fabrications, administrative support, and assessment, analytical, and documentation throughout the world.  The total contract amount after exercise of this option will be $30,000,000.  Work will be performed at various installations world-wide, and work for this option is expected to be completed in June 2014.  No funds will be obligated with this award.  No task orders are being issued at this time.  Contract funds will not expire at the end of the current fiscal year.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif., is the contracting activity.

             Engility Corp., Mount Laurel, N.J., is being awarded a $12,490,000 modification to a previously awarded cost-plus-fixed-fee contract (N00421-12-C-0048) to exercise an option for engineering services in support of the Joint Precision Approach and Landing Systems and the Navy Unmanned Combat Aerial Systems programs.  Services to be provided include requirements definition and analysis; prototyping; test and evaluation; technical assistance; system analysis; engineering; software development, integration and maintenance; test data acquisition; reduction and analysis; technical logistic support; configuration management; training support; and program and project management.  Work will be performed in St. Inigoes, Md. (95 percent); Providence, Rhode Island (3 percent); and Chicago, Ill. (2 percent); and is expected to be completed in January 2014.  Fiscal 2013 Research, Development, Test and Evaluation, Navy funds in the amount of $3,950,158 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md. is the contracting activity.

             Northrop Grumman Systems Corp., Electronic Systems Sector, Land and Self Protection Systems Division, Rolling Meadows, Ill., is being awarded an $11,567,751 fixed-price indefinite-delivery/indefinite-quantity contract to produce, test, integrate, qualify and deliver an upgraded laser configuration for the Electro-Optical Third Generation Console for the F/A-18 E/F Advanced Targeting Forward Looking Infrared (FLIR) and the SH-60 FLIR.  This effort will provide two production representative units, 102 upgraded units, and associated technical data, as well as technical and logistics support for the upgrade.  Work will be performed in Rolling Meadows, Ill. (63.29 percent); Santa Barbara, Calif. (23.23 percent); Linthicum, Md. (8.5 percent); and Vaudreuil-Dorion, Quebec, Canada (4.98 percent), and is expected to be completed in June 2016.  Fiscal 2013 Aircraft Procurement Navy funds in the amount of $9,564,258 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-13-D-0017).

             Harris Corp., Palm Bay, Fla. is being awarded a $9,370,956 modification to a previously awarded firm-fixed pricecontract (N00039-10-C-0062) for AN/WSC-6 E(V)9 satellite communication (SATCOM) systems.  The AN/WSC-6 E(V)9 system is used by surface ships to provide a military SATCOM capability in the super high frequency range.  This contract includes options which, if exercised, would bring the cumulative value of the contract to an estimated $40,515,414.  Work will be performed in Malabar, Fla., and is expected to be completed by June 25, 2014.  If all options are exercised, work could continue until March 2016.  Fiscal 2013 Ship Construction, Navyfunds in the amount of $9,370,956 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured because it is a sole-source acquisition in accordance with 10 U.S.C. 2304(c)(1) - only one responsible source (FAR Subpart 6.302-1).  The Space and Naval Warfare Systems Command, San Diego, is the contracting activity (N00039-10-C-0062).

             RFD Beaufort, Inc., Sharon Center, Ohio, is being awarded $7,200,262 for a firm-fixed-price indefinite-delivery/indefinite-quantity delivery order #0002, under previously awarded contract (N00104-12-D-F001), for the manufacture of 1,694 submarine escape and immersion mark suits.  Work will be performed in Sharon Center, Ohio, and is expected to be completed by June 30, 2014.  Fiscal 2013 Navy Working Capital funds in the amount of $7,200,262 will be obligated at the time of award, and will not expire before the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1).  Navy supply Systems Command, Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity.

DEFENSE LOGISTICS AGENCY

            Altec Industries, Inc., Birmingham, Ala., has been awarded an estimated maximum $327,500,000 fixed-price with economic-price-adjustment, requirements type contract.  The contract is for the procurement of commercial type cranes.  Location of performance is Alabama with a June 24, 2018 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2018 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8EC-13-D-0018).

             Vitol, Inc., Houston, Texas, has been awarded an estimated maximum $193,749,384 fixed-price with economic-price-adjustment contract.  The contract is for fuel.  Locations of performance are Texas and United Kingdom with a July 30, 2016 performance completion date.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-0483).

             BAE Systems, Phoenix, Ariz., has been awarded a maximum $89,460,000 modification (P00005) exercising the first option year period for enhanced small arms protective inserts.  The contract (SPM1C1-12-D-1025) is a firm-fixed-price contract.  Location of performance is Arizona with a July 2, 2014 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

             Sysco Hampton Roads, Suffolk, Va., has been awarded an estimated maximum $67,500,000 fixed-price with economic-price-adjustment, bridge contract.  The contract is for prime vendor food and beverage support for Department of Defense and non-Department of Defense customers in Virginia; Guantanamo Bay, Cuba; and Honduras.  Location of performance is Virginia with a June 29, 2014 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-13-D-3669).

             Akorn, Inc.,* Lake Forest, Ill., has been awarded a maximum $37,900,575 modification (P00006) exercising the first option year period on a one year base contract with seven one-year option periods for various pharmaceutical products.  The contract (SPM2D0-12-D-0004) is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Illinois with a June 30, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 Warstopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

             Lemon Oil,* Romulus, Mich., has been awarded an estimated maximum $27,126,384 fixed-price with economic-price-adjustment contract.  The contract is for fuel.  Locations of performance are Michigan, Maryland, Ohio, Virginia, Indiana, West Virginia, and Kentucky with a July 31, 2017 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, Coast Guard, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4023).

AIR FORCE

            LinQuest Corp., Los Angeles, Calif., has been awarded a $121,182,989 cost-plus-incentive-fee contract for System Engineering & Integration Support Services (SE&I).  The contractor will provide and maintain enterprise SE&I services for the current MILSATCOM Systems Directorate, execute and evolve standardized enterprise processes, control and manage the technical baseline and interface(s), perform system integration across the enterprise and within identified programs, develop and implement key systems engineering processes, developing tools and techniques to predict issues and enable timely action, and develop and maintain performance metrics.  Work will be performed at Los Angeles AFB, Calif., and is expected to be completed by June 30, 2019.  This award is the result of a competitive acquisition and multiple offerors were solicited with two offers being received.  Fiscal 2013 Research and Development funds in the amount of $3,870,800 are being obligated at time of award.  The Space and Missile Center, Los Angeles Air Force Base, Calif., is the contracting activity (FA8808-13-C-0009).

             Messier-Bugatti-Dowty, Velizy-Villacoublay, France, has been awarded a $80,655,256 firm-fixed-priced requirements contract for support the KC-135 carbon brake system.  This requirement is to manufacture end items and components of the KC-135 wheel and brake assembly and to overhaul the brake heat sink in support of the KC-135 Stratotanker.  Work on the overhaul and carbon manufacturing will be performed at Messier-Bugatti's Walton, Ky., facility with the remaining component parts to be manufactured in France, and is expected to be completed by Dec. 31, 2018.  The basic contract will be for five years, and funds will be obligated on individual delivery orders.  The contract combines the efforts of the Air Force procurement for spares and the overhaul with the BRAC mandated depot level reparable spares assets in which the Defense Logistics Agency has procurement authority into one strategic contract.  This award is the result of a sole-source acquisition.  Funds will be issued on each individual delivery order as they are issued and will be 4930 Working Capital funds from the fiscal year in which the orders are issued.  Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8203-13-D-0001).

             Lockheed Martin Space Systems Co., Sunnyvale, Calif., has been awarded a $75,230,383 modification (P00003) to the existing fiscal 2013 – 2016 Contractor Logistics Support, Legacy Sustainment, and Combined Task Force Support contract (FA8810-13-C-0002) for the Space Based Infrared System Survivable Endurable Evolution (S2E2), Increment 1.  The total cumulative face value of the contract is $181,098,565.  This contract modification is for permanent sustainment modifications to the current Mobile Ground System (MGS) to enable processing of Defense Support Program and SBIRS geosynchronous orbit satellites mission data and to perform limited contingency SBIRS GEO satellite commanding.  This project also replaces the existing Intermediate Maintenance Facility with the Maintenance and Operations Support Suite used for pre-deployment preparation on the S2E2 MGS Force Packages, and to provide maintainer and limited operator training.  Work will be performed at Colorado Springs, Colo., Boulder, Colo., and Greeley Colo., and is expected to be completed by January 31, 2017.  Fiscal 2012 and 2013 Procurement funds for the full amount will be obligated at time of award.  The Air Force Space and Missile Systems Center Infrared Space Systems Directorate Contracting Division is the contracting activity.  

             DTS Aviation Services, Fort Worth, Texas, has been awarded an estimated $15,575,790 modification (P00239) for firm-fixed-price and cost-reimbursement contract (FA8106-05-C-0001) for the C-21A Contractor Logistics Support (CLS).  The cumulative face value of the contract is estimated $426,271,109.  The contract modification is for the extension of the active duty and Peterson Air Force Base, Colo., Colorado Air National Guard (ANG) C-21A aircraft for the period of July 1, 2013 through Dec. 31, 2013 through the use of the "Option to Extend Services" clause FAR 52.217-8 to the existing CLS contract.  Work will be performed at Andrews AFB, Md.; Scott AFB, Ill.; Peterson AFB, Colo.; Ramstein Air Base, Germany and Oklahoma City, Okla., and is expected to be completed no later than Dec. 31, 2013.  Fiscal 2013 Air Force and Air National Guard Operations and Maintenance funds in the amount of $4,058,806 are being obligated at time of award.  Air Force Life Cycle Management Center/WLKLC, Tinker AFB, Okla., is the contracting activity.

             Lockheed Martin Integrated Systems, Warner Robins, Ga., has been awarded a $14,453,031 modification (mod 25) to contract (FA8530-08-D-00080006) for Contractor Logistics Support (CLS) for the Iraq C-130E program.  The contract modification is to exercise Option IV for CLS support for the Iraq C-130E fleet.  The cumulative face value of the contract is $61,622,864.  Work will be performed at New al-Muthana Air Base, Baghdad, Iraq, and is expected to be completed by June 30, 2014.  This contract involves 100 percent foreign military sales.  Air Force Life Cycle Management Center/WLKCB, is the contracting activity.

 DEFENSE THREAT REDUCTION AGENCY

            Science Applications International Corp., of McLean, Va., is being awarded an indefinite-delivery/indefinite-quantity contract valued at $99,500,000 for Cooperative Threat Reduction logistics support services.  Work will be performed worldwide and the initial ordering period will continue through June 2016.  This requirement was solicited as a full and open competition on FedBizOpps and six proposals were received.  The contracting activity is Defense Threat Reduction Agency, Fort Belvoir, Va., (HDTRA1-13-D-0010).

             InfoReliance Corp., Fairfax, Va., has been awarded a time and material and firm-fixed-price contract with an estimated maximum amount of $9,179,734 for Microsoft Consulting Services (MCS) in support of the Defense Threat Reduction Agency (DTRA) Directorate of Information Operations (J6).  The contract award was made off the General Services Administration schedule.  There are only six vendors who are licensed to provide MCS.  DTRA solicited all six vendors, and received five quotes and one no bid.  Type of appropriation is fiscal 2013 Research and Development and Operations and Maintenance (O&M) funds.  Work will be performed at Ft. Belvoir, Va., at the DTRA facility with a July 5, 2014 completion date.  The contracting activity is DTRA, Fort Belvoir, Va., (HDTRA1-13-F-0037).

 *Small Business