Contracts for July 23, 2013

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

07/23/2013 05:00 PM CDT


FOR RELEASE AT
5 p.m. ET
No. 531-13
July 23, 2013


Contracts

Army

            Gilbane Federal Joint Venture, Walnut Creek, Calif., (W9127S-13-D-6000); J E Dunn Construction, Kansas City, Mo., (W9127S-13-D-6001); and United Excel Corporation, Merriam, Kan., (W9127S-13-D-6002); were awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, multi-year, multiple-award, task-order contract with a maximum value of $712,000,000 for construction and initial-outfitting services in support of the Air Force medical service healthcare facilities modernization program.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with 23 bids received.  The Army Corps of Engineers, Little Rock, Ark., is the contracting activity. 

            Hensel Phelps Construction Co., Chantilly, Va., was awarded a firm-fixed-price contract with a maximum value of $39,700,010 for the construction of the Nolan Building parking garage at Fort Belvoir, Va.  Fiscal 2012 military construction funds are being obligated on this award.  The bid was solicited through the Internet, with eight bids received.  The Army Corps of Engineers, Baltimore, Md., is the contracting activity (W912DR-13-C-0035). 

            Necaise Brothers Construction Inc., Gulfport, Miss., was awarded a firm-fixed-price, option-filled contract with a maximum value of $11,616,187 for the construction of a water and sewer system at Big Hill Acres, Vancleave, Miss.  Fiscal 2013 procurement funds are being obligated on this award.  The bid was solicited through the Internet, with nine bids received.  The Army Corps of Engineers, Mobile, Ala., is the contracting activity (W91278-13-C-0024). 

            Textron Inc., New Orleans, La., was awarded a $10,999,987 modification (P00019) to a previously awarded cost-plus-fixed-fee contract (W56HZV-11-C-0418) for the maintenance overhaul of armored security vehicles.  The cumulative total face value of this contract is $99,908,080.  Fiscal 2012 operations and maintenance funds are being obligated on this award.  The Army Contracting Command, Warren, Mich., is the contracting activity. 

            Lifecycle Construction Services, Fredericksburg, Va., (W912HP-13-D-0004); PentaCon LLC, Catoosa, Okla., (W912HP-13-D-0005); and Anthony & Gordon Construction Company Inc., Knoxville, Tenn., (W912HP-13-D-0006); were awarded a firm-fixed-price, option-filled, multiple-award, task-order contract for construction services in support of the Defense Logistics Agency.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with 28 bids received.  The Army Corps of Engineers, Charleston, S.C., is the contracting activity. 

Navy

            GPC, Joint Venture, Irvine, Calif., is being awarded a maximum value $250,000,000 cost-plus-award-fee, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for services to manage, maintain and operate the emergency ship salvage material system (ESSM) and support the Navy's oil and hazardous substances spill response program.  The contractor will be responsible for the full-time manning and management of ESSM facilities, including inventory and periodic maintenance of equipment stored at ESSM complexes, maintenance of all ESSM system equipment for immediate deployment and operation, deploying full operations response teams with pollution control equipment, and providing ESSM operator/technician(s) when required to support the deployment of ESSM salvage and oil pollution response equipment.  Work will be performed in Williamsburg, Va. (42.5 percent); Port Hueneme, Calif. (42.5 percent); Richardson, Alaska (5 percent); Pearl Harbor, Hawaii (5 percent), and at various locations below 1 percent (5 percent), and is expected to be completed by September 2014.  No funding is being obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procedure via the Federal Business Opportunities website, with one offer received.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-D-4100). 

            Manufacturing Techniques Inc.*, Kilmarnock, Va., is being awarded a $16,196,816 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for lowest replaceable units and upgrade kits for ground based operational surveillance system (GBOSS) to be used by the U.S. Marine Corps.  The GBOSS tower, GBOSS lite, and cerberus lite systems provide 24-hour persistent, ground-based surveillance capability.  Work will be performed in Kilmarnock, Va., and is expected to be completed by July 2018.  Fiscal 2012 Procurement, Marine Corps funding in the amount of $600,000 will be obligated at the time of the award, and will expire at the end of the current fiscal year.  This was competitively procured via the Federal Business Opportunities website, with seven offers received.  The Naval Surface Warfare Center, Crane Ind., is the contracting activity (N00164-13-D-JT71). 

Air Force

            Lockheed Martin Space System Corp., Sunnyvale, Calif., has been awarded a $101,604,039 cost-plus-award-fee modification (P00208) of the Spacecraft Integration and test (SIT) contract (F04701-02-C-0003) for the Defense Meteorological Satellite Program.  The cumulative face value of the contract is $619,804,376.  This contract action includes tasks associated with the revision of the launch dates for Flight 19 and Flight 20, and re-phasing of the SIT contract consistent with the revised launch dates.  Work will be performed at Sunnyvale, Calif., and is expected to be completed by Oct. 1, 2020.  The fiscal years that this effort will cover are from 2013-2022.  No funds will be obligated at time of award; this effort will be incrementally funded using Procurement (3020) funds.  Air Force Space and Missile Systems Center/Defense Weather Systems Directorate, Los Angeles Air Force Base, Calif., is the contracting activity.

            Lockheed Martin Corp., Lockheed Martin Space Systems Co., Sunnyvale, Calif., has been awarded an $8,791,515 modification (P00584) to a cost-plus-incentive-fee contract (F04701-02-C-0002) for Interim Contractor Sustainment FY12-15 Additional Scope for the Advance Extremely High Frequency (AEHF) System Development and Demonstration Program (SDD).  The cumulative face value of the contract including this award is $8,570,251,784.  The contract modification is increasing tasking levels as a result of the delayed experienced in the Ground Segment software development and delivery.  Work will be performed at Sunnyvale, Calif., and is expected to be completed by Nov. 30, 2014.  Fiscal 2013 Research and Development funds in the amount of $1,545,053 are being obligated at time of award.  Space and Missile Systems Center/PKJA, Los Angeles Air Force Base, Calif., is the contracting activity. 

Defense Logistics Agency

            Pacific Consolidated Industries, Riverside, Calif., has been awarded a maximum $21,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  This contract is a one year base contract with two one-year option periods and is for non-developmental electronic catalog system for electronic documents portable oxygen distribution system and accessories.  Location of performance is California, with a July 23, 2016 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2DH-13-D-8211). 

*Small Business