Contracts for August 27, 2013

 

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

08/27/2013 05:05 PM CDT


FOR RELEASE AT
5 p.m. ET
No. 611-13
August 27, 2013


CONTRACTS


 DEFENSE LOGISTICS AGENCY


           Graybar Electric Company, Inc., St. Louis, Mo., has been awarded a maximum $113,797,158 modification (P00026) exercising the eighth option year period of a two year base contract (SPM500-04-D-BP25) with eight one-year option periods for maintenance, repair, and operations prime vendor contract for the Northeast Region.  The contract is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is Missouri with an Aug. 30, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2012 through fiscal year 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

 

           Xerox Corp., Rosemont, Ill., has been awarded a maximum $94,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for acquisition, installation, supplies, technical services, parts, and training of multifunctional devices.  Location of performance is Illinois with a Sept. 30, 2023 performance completion date.  Using military services are DLA Document Services Navy, Military Sealift Command, afloat elements of the U.S. Fleet Marine Forces and mobile activities of the federal government that have deployment for extended periods.  Type of appropriation is fiscal 2014 Defense Working Capital funds.  Defense Logistics Agency Document Services, Mechanicsburg, Pa., is the contracting activity (SP7000-13-D-0013).

 

            Science Applications International Corp., Fairfield, N.J., has been awarded a maximum $82,213,823 modification (P00033) exercising the eighth option year period of a two year base contract (SPM500-04-D-BP24) with eight one-year option periods for maintenance, repair, and operations prime vendor contract for the Northeast Region.  This is a firm-fixed-price, indefinite-delivery/indefinite quantity contract.  Location of performance is New Jersey with an Aug. 30, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2012 through fiscal 2013 Defense Working Capital funds.  Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

 

            Bausch & Lomb, Inc., Aliso Viejo, Calif., has been awarded a maximum $13,540,738 modification (P00002) exercising the first option year of a one year base contract with seven one-year option periods for various medical and surgical items.  This contract (SPM2D0-12-D-0011) is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is California with an Aug. 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.  Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

 

           Metalcraft, Inc.,* Baltimore, Md., has been awarded a maximum $8,893,932 modification (P00004) exercising the second option year of a two year base contract (SPM8EH-11-D-0001) with three one-year option periods for fire extinguishers and brackets.  The contract is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is Maryland with an October 27, 2014 performance completion date.  Using military services are Army and Air Force.  Type of appropriation is fiscal year 2013 Defense Working Capital Funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

 

            Thomas Scientific, Inc.,* Swedesboro, N.J., has been awarded a maximum $8,144,898 modification (P00001) exercising the first option year of a one year base contract with seven one-year option periods for various medical and surgical items.  This contract (SPM2D0-12-D-0014) is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is New Jersey with an Aug. 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.  Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

 

NAVY


            United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Conn., is being awarded an advance acquisition contract with an estimated value of $69,604,842 for long-lead components, parts and materials associated with the Low Rate Initial Production (LRIP) Lot VIII of 19 F135 Conventional Take Off and Landing (CTOL) propulsion systems for the Air Force; six Short Take-off and Vertical Landing (STOVL) propulsion systems for the Marine Corps; and four Carrier Variant propulsion systems for the Navy.  In addition, this contract provides for long lead components, parts and materials associated with LRIP Lot VII of four F135 CTOL propulsion systems for Italy; four STOVL propulsion systems for the United Kingdom; and two CTOL propulsions systems for Norway.  Work will be performed in East Hartford, Conn. (67 percent); Bristol, United Kingdom (16.5 percent); and Indianapolis, Ind. (16.5 percent), and is expected to be completed in September 2016.  This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1).  This contract combines purchases for the Air Force ($39,200,000; 56 percent); the Navy/Marine Corps ($7,809,842; 11 percent); and the governments of United Kingdom; ($10,026,000; 14 percent); Italy ($8,087,000; 12 percent); and Norway ($4,482,000; 7 percent).  Fiscal 2013 Aircraft Procurement, Air Force, fiscal 2013 Aircraft Procurement Navy and International Partner Funding contract in the amount of $69,604,842 will be obligated at the time of award, of which $47,009,842 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-C-0016).

 

            Lockheed Martin Corp., Missiles and Fire Control, Orlando, Fla., is being awarded a $33,996,000 firm-fixed-price contract for AN/AAQ-30 Target Sight Systems (TSS) and data.  The TSS will be integrated into the AH-1Z Cobra Attack Helicopter and is part of the United States Marine Corps H-1 Upgrades Program for the remanufacture of legacy aircraft with state of the art designs incorporated into the existing fleet of AH-1W's, converting them to AH-1Z. 

 

The TSS provides target identification and tracking, passive targeting for integrated weapons, including Hellfire missiles, and a laser designation capability supporting friendly laser-guided weapons.  Work will be performed in Orlando, Fla. (80 percent), and Ocala, Fla. (20 percent), and is expected to complete by November 2015.  Fiscal 2013 Aircraft Procurement Navy funds in the amount of $33,996,000 will be obligated at the time of award and will expire at the end of the current fiscal year.  This contract was issued on a sole-source basis.  The statutory authority permitting other than full and open competition, is 10 U.S.C. 2304(c)(1), as set forth in FAR 6.203-1(b)(1)(ii), only one responsible source and no other supplies or services will satisfy agency requirements.  Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-13-D-JQ43). 

 

            Raytheon Co., Largo, Fla., is being awarded a $15,032,316 modification to previously awarded contract (N00024-12-C-5231) for Cooperative Engagement Capabilities (CEC) production.  CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies.  Work will be performed in Largo, Fla. (73 percent), Dallas, Texas (15 percent), and St. Petersburg, Fla. (12 percent), and is expected to be completed by October 2014.  Fiscal 2013 Other Procurement, Navy and fiscal 2013 Shipbuilding and Conversion, Navy funds in the amount of $15,032,316 will be obligated at the time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

 

            CACI, Inc.-Federal, Chantilly, Va., is being awarded $14,210,271 for two modifications under a previously awarded indefinite-delivery/indefinite-quantity contract (N00033-08-D-6506) with firm-fixed-price task orders for worldwide logistics services supporting Military Sealift Command's Logistics directorate.  Work will be performed in Norfolk, Va., (75 percent); Chantilly, Va., (10 percent); San Diego, Calif., (5 percent); Guam, (5 percent) and other overseas locations (5 percent), and is expected to be completed by October 2014.  Fiscal 2014 Working Capital funds in the amount of $14,210,271 will be obligated on individual task orders as they are issued.  No contract funds will expire at the end of the current fiscal year.  The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-08-D-6506).

 

            Metson Marine Service, Inc.,* Ventura, Calif., is being awarded a $6,872,460 firm-fixed-price contract to provide maintenance, equipment operation, repair, vessel modification, dock master services, asset inventory management, and oil spill response capability for Port Operations at Joint Base, Pearl Harbor, Hickam, Hawaii.  This contract contains four options, which if exercised, will bring the contract value to $35,321,891.  Work will be performed in Pearl Harbor, Hawaii and work is expected to be completed Sept. 30, 2014.  If all options are exercised, work will continue through September 2018.  Fiscal 2014 Operations, Maintenance and Navy funds in the amount of $6,872,460 will be obligated at the time of award, and will not expired at the end of the current fiscal year.  This contract was competitively procured through Navy Electronic Commerce Online as 100 percent small business set aside, with two offers received in response to this solicitation.  NAVSUP Fleet Logistics Center, Jacksonville, Fla., is the contracting activity (N68836-13-C-0042).

 

            A&D GC, Inc.*, Santee, Calif., is being awarded $9,077,608 for firm-fixed-price task order (0008) under a previously awarded multiple award construction contract (N62473-09-D-1658) for Triton Maintenance Training Facility PM50 renovation at Naval Base Ventura County, Point Mugu.  The work to be performed provides for renovation of the west wing of PM50 into a maintenance training facility for the Triton Unmanned Aircraft Systems.  The facility will provide training device classrooms, high bay aircraft trainers, instructors work area, and administrative spaces to support the training efforts.  The task order also contains one planned modification, which if exercised would increase cumulative task order value to $9,909,608.  Work will be performed in Point Mugu, Calif., and is expected to be completed by November 2014.  Fiscal 2009 and fiscal 2013 Military Construction, Navy funds in the amount of $9,077,608 are 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, Southwest, San Diego, Calif., is the contracting activity.

 

AIR FORCE


            Interconnect Wiring, Ft. Worth, Texas, (FA8232-13-D-0004); Ion Corp., Eden Prairie, Minn., (FA8232-13-D-0005) Richard Manufacturing, Ogden, Utah, (FA8232-13-D-0006) have been awarded a $7,500,000 multiple award, indefinite-delivery/indefinite quantity (ID/IQ) contract for F-16 Wiring Harnesses and Kit Assemblies for Air Force F-16 blocks.  Work will be performed at contractor's facility at contractor's locations listed, and is expected to be completed by December 2016.  The award is the result of a competitive 100 percent Small Business Set Aside.  The number of offers solicited electronically was open and five offers were received.  Fiscal 2011 Procurement National Guard funds in the amount of $600 were obligated at time of award.  Air Force Life Cycle Management Center/WWMK, Hill Air Force Base, Utah is the contracting activity.

 

            DRS-Sustainment Systems, Inc., Saint Louis, Mo., has been awarded a $6,047,366 (estimated) fixed-price-incentive (firm target) contract for vehicle depot overhaul of Tunner 60K Loaders.  Work will be performed at West Plains, Mo., and is expected to be completed by Aug. 21, 2014.  This award is the result of a sole-source acquisition.  Fiscal 2013 Operations and Maintenance funds in the amount of $5,929,571 are being obligated at time of award.  This is not a multiyear effort.  Air Force Life Cycle Management Center/WNKBBA, Robins Air Force Base, Ga., is the contracting activity (FA8519-12-D-0002-0027).

 

ARMY


           Acciona Energy North America Corp., Chicago, Ill. (W912DY-13-D-0027); Apex Wind Energy Holdings, LLC*, Charlottesville, Va. (W912DY-13-D-0028); Borrego Solar, San Diego, Calif. (W912DY-13-D-0029); Cobra Industrial Services, Inc., Houston, Texas (W912DY-13-D-0030); Dominion Energy, Inc., Richmond, Va. (W912DY-13-D-0031); Element Power US, LLC.*, Portland, Ore. (W912DY-13-D-0032); Emerald Infrastructure, San Antonio, Texas (W912DY-13-D-0033); Enel Green Power North America (W912DY-13-D-0034); Energy Matters, LLC*, Arlington, Va. (W912DY-13-D-0035); Gehrlicher Solar America Corporation, Springfield, N.J. (W912DY-13-D-0036); Johnson Controls Government Systems, Milwaukee, Wis. (W912DY-13-D-0037); Lend Lease, Nashville, Tenn. (W912DY-13-D-0038); LTC Federal, LLC, Detroit, Mich. (W912DY-13-D-0039); New Generation Power*, Chicago, Ill. (W912DY-13-D-0040); NRG Energy, Inc., Princeton, N.J. (W912DY-13-D-0041); Photon Finance, LLC – Sunpower*, Mountain View, Calif. (W912DY-13-D-0042); Siemens Government Technologies, Inc., Arlington, Va. (W912DY-13-D-0043); Silverado Power, LLC*, San Francisco, Calif. (W912DY-13-D-0044); Solar Power Ventures, Arlington, Va. (W912DY-13-D-0045); Standard Solar, Inc., Rockville, Md. (W912DY-13-D-0046); Sunpower Corporation, Richmond, Calif. (W912DY-13-D-0047); Washington Gas Energy Systems, Inc., Mclean, Va. (W912DY-13-D-0048) were awarded multiple-vendor, indefinite-delivery/indefinite-quantity, firm-fixed-price, non-option, non-multi-year contracts with a potential cumulative maximum value of $7,000,000,000. The government is awarding this contract for use in competing and awarding Power Purchase Agreement (PPA) task orders. These PPA will provide for the purchase of energy from renewable and alternative energy production facilities that are designed, financed, constructed, operated and maintained by private sector entities on private land or on installations under jurisdiction of the Department of Defense. These contracts are for the use of solar technology. All awarded technologies will share a total estimated value of $7,000,000,000. Performance location and funding will be determined with each order.  This contract was a competitive acquisition via the web with 114 bids received.  U.S. Army Corps of Engineers – Engineer Support Center, Huntsville, Ala., is the contracting activity.

 

           TRAX International Corporation, Las Vegas, Nev., was awarded a $25,353,142 cost-plus-award-fee, option eligible, non-multi-year contract modification (P00106) to contract (W912AR-09-C-0003) for a three month extension to the existing contract for non-personal test support services in support of the U.S. Army Yuma Proving Ground, Ariz.  Performance location will be 99 percent in Yuma, Ariz. and 1 percent at Fort Greely, Ala., with funding from fiscal 2013 Research, Development, Testing and Evaluation accounts. This contract was a competitive acquisition via the web with three bids received.  The U.S. Army Contracting Command – Yuma Proving Ground, Yuma, Ariz., is the contracting activity.

 

           Carothers Construction, Oxford, Miss. was awarded a firm-fixed-price, non-option, non-multi-year contract with a cumulative maximum value of $22,471,000 for the construction of Phase III of Basic Training Complex III to include two basic training barracks. Performance location will be Fort Jackson, S.C., with funding from fiscal 2013 Military Construction funds. This contract was a competitive acquisition via the web with 10 bids received.  The U.S. Army Corps of Engineers – Charleston District, Charleston, S.C., is the contracting activity (W912HP-13-C-0011). 

 

           Firetrace Aerospace, LLC.*, Scottsdale, Ariz., was awarded a firm-fixed-price, non-option, multi-year, indefinite-delivery/indefinite-quantity contract with a cumulative maximum value of $22,309,400 for fuel tank fire suppression kits for the family of heavy tactical vehicles. The maximum period of performance is three years; with a minimum three year quantity of 1,760 and a maximum quantity of 6,696 kits. The maximum value of this contract is $22.3 million but the first order is being issued simultaneously for $6.2 million. Performance location will be in Scottsdale, Ariz. with funding from fiscal 2013 Other Procurement accounts. This contract was a competitive acquisition via the web with two bids received.  The U.S. Army Contracting Command – Tank and Automotive (Warren), Warren, Mich. is the contracting activity (W56HZV-13-D-0123).

 

           General Dynamics Armament and Technical Products, Inc., Williston, Vt., was awarded a $15,388,280 firm-fixed-price, option eligible, non-multi-year contract modification (P00142) to contract (W31P4Q-10-C-0190) to exercise the option to make definitive the not-to-exceed pricing matrix for unit pricing for fiscal 2013 M264 rockets.  Performance location will be Williston, Vt., and Camden, Ark., with funding from fiscal 2013 Other Procurement Authority accounts.  This contract was a non-competitive acquisition with one bid solicited and one bid received.  The U.S. Army Contracting Command – Redstone Arsenal (Missile), Redstone Arsenal, Ala., is the contracting activity.

 

           Northrup Grumman systems, Corp., Herndon, Va., was awarded a cost-plus-incentive-fee, option eligible; non-multi-year contract with a cumulative maximum value of $12,002,118 for the engineering and manufacturing development and the low rate initial production of Spider Increment 1A. This is a follow-on increment to Spider Increment 1 to provide an improved networked munitions control station. Performance location will be Carson, Calif., from fiscal 2013 Research, Development, Testing and Evaluation accounts. This contract was a competitive acquisition via the web with two bids received.  The U.S. Army Contracting Command – Picatinny Arsenal, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-13-C-0065).

 

           Prototype Engineering, Inc.*, Gardena, Calif., was awarded a firm-fixed-price, no option, non-multi-year contract with a cumulative maximum value of $10,059,040 for the maintenance and overhaul of Cylinder Assembly Actuators for the UH-60 A/L helicopter. Minimum quantity maintained is 540 each and maximum is 3,240 each.  Performance location and funding will be determined with each order. This contract was a competitive acquisition via the web with three bids received.  The U.S. Army Contracting Command – Redstone Arsenal (Aviation), Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-D-0201).

 

 *Small Business