Contracts for September 12, 2013

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

09/12/2013 05:01 PM CDT


FOR RELEASE AT
5 p.m. ET
No. 650-13
September 12, 2013


CONTRACTS

 

AIR FORCE

 

Honeywell Technology Solutions Inc., Colorado Springs, Colo., has been awarded a $550,355,001 modification (P00098) to indefinite delivery/indefinite-quantity contract (F04701-02-D-0006) to provide for system and maintenance engineering, network support integration, on-site and off-site depot level maintenance, and software maintenance of the Air Force Satellite Control Network. This modification is to exercise contract option period three, contract line item numbers (CLIN 301-311), cost-plus-award-fee, cost-reimbursable, firm-fixed-price in accordance with SMC-B3 option period three (August 2000) for fiscal 2014-2016. Work will be performed in El Paso County, Colo, and is expected to be completed by Sept. 30, 2016. The Space and Missile Systems Center, Peterson Air Force Base, Colo., is the contracting activity.

 

Northrup Grumman Corp., Aerospace Systems Sector, San Diego, Calif., has been awarded a $169,851,218 (estimated) cost-plus-fixed-fee modification (PZ0001) on a definitization of an undefinitized contract action (FA8528-13-C-0005) for contract logistics support for the RQ-4 Global Hawk. The contractor shall provide all logistics support activities which includes fielded air vehicles, engines, payloads, ground segments and support segments. Work will be performed at San Diego, Calif., and is expected to be completed by Sept. 30, 2014. This is a sole source acquisition. Fiscal 2013 operations and maintenance funds in the amount of $76,276,405 are being obligated at time of award. Air Force Life Cycle Management Center/WIKBA, Robins Air Force Base, Ga., is the contracting activity.

 

Northrop Grumman Corp., Aerospace Systems, El Segundo, Calif., has been awarded a $28,608,128 modification (P00256) to previously awarded F19628-00-C-0100 for completion of maritime modes development for the Multi-Platform Radar Technology Insertion Program (MP-RTIP). The total cumulative face value of the contract after this action is $1,514,521,395. Work will be performed at El Segundo, Calif., with an expected completion date of May 2015. Fiscal 2013 research and development funds in the amount of $7,302,278 are being obligated at time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Mass., is the contracting activity.

 

Chugach Federal Solutions Inc., Anchorage, Alaska, has been awarded a $26,571,948 modification (P00002) for contract (FA5000-13-C-0005) for installation support services at geographically separated locations. This modification provides for the exercise of the first option year, Oct. 1, 2013 to Sept. 30, 2014. Work will be performed at Eareckson Air Station, Shemya Island, Alaska; King Salmon, Alaska; Anchorage, Alaska; and Wake Island, and is expected to be completed by Sept. 30, 2020. The 673rd Contracting Squadron, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity.

 

Raytheon Company Corp., El Segundo Calif., has been awarded a $19,351,087 cost-plus-fixed-fee contract for Military Imaging Surveillance Technology-Long Range (MIST-LR) Technical Area 2, to research advance computational imaging techniques in support of beyond-the-diffraction-limit imaging. Work will be performed at El Segundo Calif., and is expected to be completed by Feb. 20, 2015. This award is result of competitive acquisition from DARPA Broad Agency Announcement 13-27, and three offers were received. Fiscal 2013 research and development funds in the amount of $9,355,600 will be obligated at time of award. Air Force Research Laboratory/RQKDB, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8650-13-C-7372)

 

Hawker Beechcraft Corp., Wichita, KS, has been awarded a $15,907,028 modification (P00023) on contract (FA8620-11-C-3000) for 12 months of contractor logistics support (CLS). This modification exercises option year one for CLS from Oct. 1, 2013 through Sept 30, 2014. Exercising option year one will continue operations and avoid a break in service. Work will be performed in Iraq, and is expected to be completed by Sept. 30, 2014. This requirement is 100 percent foreign military sales (FMS), and is in support of the Iraq King Air 350 program per agreement with the FMS customer (Iraq). Air Force Life Cycle Management Center/WINK, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

 

General Atomics - Aeronautical Systems Inc., Poway, Calif., has been awarded a $12,844,738 cost-plus-fixed-fee contract for the MQ-9 stationary targeting improvements. This contract action is for the development and delivery of an improved targeting capability with the Lynx synthetic aperture radar (SAR) on the MQ-9 platform to allow for a more streamlined approach to targeting and quicker decision making by the crew. This effort also builds a certifiable Lynx SAR community sensor model (CSM) in order to allow for future implementation in the full MQ-9 CSM effort as well as a trade study to identify a format for encoding SAR imagery and moving target indicator data within the MQ-9 architecture that enables a common digital video format. Work will be performed in Poway, Calif., and is expected to be complete by Jan. 13, 2016. This award is the result of a sole source acquisition and one offer was solicited and received. Fiscal 2013 research and development funds in the amount of $4,500,000 are being obligated at time of award. Air Force Life Cycle Management Center/WIIK, Medium Altitude Unmanned Aircraft Systems, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8620-10-G-3038 DO 0054)

Lockheed Martin Missiles and Fire Control, Orlando, Fla., has been awarded a not-to-exceed $12,226,992 firm-fixed-price, undefinitized contract award for five sniper advanced targeting pods (ATPs) for the Belgian Air Force. Additionally, the contractor will supply eight 1K forward looking infrareds, four two-way data links, one 1K TV, two pylons, one depot lay-in, 12 retrofit power supplies, and three retrofit 1K TVs along with integration, training, support and program management. Work will be performed in Orlando, Fla., and is expected to be completed Oct. 31, 2015. This award is the result of a source-directed/sole-source acquisition, and is 100 percent foreign military sales. Air Force Life Cycle Management Center/WNKCB, Warner Robins, Ga., is the contracting activity (FA8540-13-C-0025).

 

Northrop Grumman Space & Mission Systems Corp., San Jose, Calif., was awarded a cost-plus-incentive-fee $11,650,468 modification #20 to delivery order #0003 to previously awarded contract (FA8620-08-G-3007) to procure the software development and flight test of three additional type E special signals required by the warfighter. Work will be performed at San Jose, Calif., with an expected completion date of March 6, 2015. Fiscal 2013 research and development funds in the amount of $2,500 are being obligated at time of award. The Air Force Life Cycle Management Center/WINK, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

 

Precision Aerospace Corp., doing business as Pacific Propeller, Kent, Wash., has been awarded a $6,647,054 modification (P00001) for the contract (FA8553-13-C-0002) for Phase II of the C-130 propeller repair shop. The total cumulative face value of the contract is $9,414,716. The contract modification provides for the exercise of an option for additional sustainment of the C-130 propeller repair shop, and also changes the specifications for the sustainment of the C-130 propeller repair shop provided under this contract. Work will be performed at Bandung Air Base, Indonesia, and is expected to be completed by June 16, 2016. The current effort is 100 percent foreign military sales for Indonesia. Air Force Life Cycle Management Center/WLKCB, Robins Air Force Base, Warner Robins, Ga., is the contracting activity.

 

NAVY

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $149,041,442 fixed-price-incentive-firm modification to a previously awarded advance acquisition contract (N00019-12-C-0004) for the redesign and qualification of replacement F-35 Lightning II Joint Strike Fighter Electronic Warfare system components due to current diminishing manufacturing sources. Work will be performed in Nashua, N.H. (73 percent); Fort Worth, Texas (23 percent); Orlando, Fla. (2 percent); Crestview, Fla. (1 percent); and Greenville, S.C. (1 percent), and is expected to be completed in March 2018. Fiscal 2011 aircraft procurement Navy, fiscal 2011 aircraft procurement, Air Force, and international partner funding in the amount of $149,041,442 are being obligated on this award, $117,340,327 of which will expire at the end of the current fiscal year. This contract combines purchases for the Department of the U.S. Air Force ($94,000,000; 63 percent), U.S. Navy ($12,340,327; 8.3 percent), U.S. Marine Corps ($11,000,000; 7.4 percent), and international partners ($31,701,115; 21.3 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

 

Bristol General Contractors LLC*, Anchorage, Alaska (N69450-13-D-1767); Ikhana LLC*, North Charleston, S.C. (N69450-13-D-1768); Kisaq LLC*, Carlsbad, Calif. (N69450-13-D-1769); Komada LLC*, San Antonio, Texas (N69450-13-D-1770); K-W Construction Inc.*, San Marcos, Texas (N69450-13-D-1771); and LNV Inc.*, Corpus Christi, Texas (N69450-13-D-1774), are each being awarded an indefinite-delivery/indefinite-quantity multiple award design-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR). The maximum dollar value including the base period and four option years for all six contracts combined is $99,000,000. The work to be performed provides for general building type projects, but is not limited to new construction, renovation, alteration, demolition, and repair work of industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, and community support facilities. Komada LLC is being awarded task order #0001 at $6,100,000 for the construction of a new entry control facility at the proposed commercial vehicle inspection site located at Naval Air Station Joint Reserve Base, Fort Worth, Texas. Work for this task order is expected to be completed by November 2014. All work on this contract will be performed primarily within the NAVFAC Southeast AOR which includes Texas (50 percent), Mississippi (25 percent), and Louisiana (25 percent). The term of the contract is not to exceed 60 months, with an expected completion date of September 2018. Fiscal 2013 military construction Naval Reserve and fiscal 2013 operations and maintenance, Navy contract funds in the amount of $6,105,000 are being obligated on this award and $5,000 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with 44 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

AMEC Environment & Infrastructure Inc., Plymouth Meeting, Pa. (N62583-09-D-0128); ITSI Gilbane Co., Walnut Creek, Calif. (N62583-09-D-0129); Shaw Environmental & Infrastructure Inc., Dallas, Texas (N62583-09-D-0130); Weston Solutions Inc., West Chester, Pa. (N62583-09-D-0131); and Willbros Government Services (US) LLC, Tulsa, Okla. (N62583-09-D-0132) are each being awarded an $80,000,000 firm-fixed-price modification to increase the maximum, cumulative dollar value for all five indefinite-delivery/indefinite-quantity multiple award construction contracts in support of the Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme. The work to be performed provides for engineering, cleaning, inspection, construction, and repair of fuel systems at Department of Defense facilities throughout the world. After award of this modification, the total cumulative contract value will be $430,000,000. Work will be performed at various Department of Defense facilities worldwide, including outside the contiguous United States (65 percent) and within the contiguous United States (35 percent). The term of the contract is not to exceed 60 months with an expected completion date of July 2014. Fiscal 2013 Defense working capital funds will be obligated on individual task orders; no contract funds are obligated on these awards and no task orders are being issued at this time. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif., is the contracting activity.

 

GE Aviation Systems LLC, Santa Ana, Calif., is being awarded a $20,243,772 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0076) for the procurement of 240 FPU-12/A 480 gallon external fuel tanks for the F/A-18 E/F (182) and the EA-18G (58) aircraft, including related program support . Work will be performed in Santa Ana, Calif., and is expected to be completed in January 2016. Fiscal 2011, 2012, and 2013 aircraft procurement Navy contract funds in the amount of $530,787 will expire at the end of the current fiscal year. The Naval Air Systems command, Patuxent River, Md., is the contracting activity.

 

Bell Helicopter Textron Inc., Hurst, Texas, is being awarded an $18,760,539 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0009) to exercise an option for the manufacture of one UH-1Y build new helicopter for the U.S. Marine Corps. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2015. Fiscal 2013 aircraft procurement Navy contract funds in the amount of $18,760,539 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

 

Progeny Systems Corp.*, Manassas, Va., is being awarded a $10,757,105 cost-plus-fixed fee contract with firm-fixed-price line items for continued support of the integrated shipboard/shore-based maintenance decision tool. This contract includes a base year and four options, which if exercised, would bring the cumulative value of this contract to $60,651,436. Work will be performed in Manassas, Va., and is expected to be completed by September 2014. Fiscal 2013 research, development, test and evaluation, fiscal 2013 other procurement, Navy and fiscal 2009 shipbuilding and conversion, Navy contract funds in the amount of $7,337,140 will be obligated by this contract award. Funding in the amount of $2,000,000 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)(5), authorized or required by Statue 15 U.S.C. 638 (r) aid to small business. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-6283).

 

Aviation Systems Engineering Co., Lexington Park, Md., is being awarded an $8,895,204 modification (P00008) to previously awarded contract (N00189-11-D-Z040) to exercise option two of this contract to extend the term of the contract for technical, analytical, administrative and material support services to Air Test and Evaluation Squadron One (VX1), in support of the test mission of commander, operational test and evaluation force. The contractor will be required to provide support services to test and analyze Navy Aircraft. With the exercise of this option, the total contract value will be $23,138,286. Work will be performed in Patuxent River, Md., and is expected to be completed by Oct. 5, 2014. No funds are being obligated at the time of award and will not expire before the end of the current fiscal year. Funds will be obligated on individual task orders issued against the contract. This contract was competitively procured via Navy Electronic Commerce Online website, with two offers received in response to this solicitation. The NAVSUP Fleet Logistics Center, Norfolk, Contracting Department, Philadelphia, Pa., is the contracting activity.

 

J. K. Hill & Associates Inc., Virginia Beach, Va., is being awarded a $7,085,894 modification (P00011) to previously awarded firm-fixed price, indefinite-delivery/indefinite-quantity contract (M00681-09-D-0009) to exercise option year four to provide an additional nine months of aircraft maintenance services and logistical support assistance for the U.S. Marine Corps Marine Fighter Light Attack Helicopter Training Squad located at Marine Corps Air Station (MCAS) Camp Pendleton, Calif. This contract included options bringing the cumulative value of this contract to $49,249,937. Work will be performed at MCAS Camp Pendleton, Calif., and work is expected to be completed July 12, 2014. No contract funds will be obligated at the time of award. Contract funding will be provided with individual task orders for services required. 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 two offers received. The Regional Contracting Office, Marine Corps Installations West-Marine Corps Base, Camp Pendleton, Calif., is the contracting activity.

 

Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $6,672,061 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) to procure 434 engine flight hours and 10 low power repairs in support of the MV-22 aircraft. Work will be performed in Oakland, Calif. (70 percent), and Indianapolis, Ind. (30 percent), and is expected to be completed in November 2013. Fiscal 2013 operations and maintenance, Navy and fiscal 2013 operations and maintenance, Navy overseas contingency operations contract funds in the amount of $6,672,061 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

 

ARMY

 

John Bowman, Inc.*, Fountain, Colo. (W9128F-13-D-0013); Hartland/Mass Joint Venture LLC*, Woodland Park, Colo. (W9128F-13-D-0014); SEK Joint Venture*, Colorado Springs, Colo. (W9128F-13-D-0015); Blackhorse Worldwide LLC*, Overland Park, Kan. (W9128F-13-D-0016); were awarded a $49,000,000 firm-fixed-price, non-option eligible, multi-year, multiple-award task order contract for design, build and construction only task orders in Colorado and Wyoming. Performance location and funding will be determined with each order. This contract was a competitive acquisition via the web with nineteen bids received. The U.S. Army Corps of Engineers - Omaha District, Omaha, Neb., is the contracting activity.

 

LMS Chemical Ltd., doing business as Pacific Environmental Services*, Honolulu, Hawaii, was awarded a $47,618,249 firm-fixed-price, non-option eligible, non-multi-year contract for hospital housekeeping services in support of Tripler Army Medical Center, Hawaii. Performance location and funding will be determined with each order. This contract was a competitive acquisition via the web with five bids received. The U.S. Army Medical Command - Pacific Region, Tripler AMC, Hawaii, is the contracting activity (W81K02-13-D-0001).

 

Cherokee Nation Technology Solutions LLC*, Catoosa, Okla., was awarded a $40,000,000 firm-fixed-price, option eligible, multi-year indefinite-delivery/indefinite-quantity contract for the non-personal support to the Armed Forces Health Surveillance Center. Performance location and funding will be determined with each order. This contract was a non-competitive acquisition with one bid solicited and one received. The U.S. Army Medical Research Acquisition Activity - Frederick, Md., is the contracting activity (W81XWH-13-D-0023).

 

DynCorp International, Falls Church, Va., was awarded a $19,374,170 cost-plus-fixed-fee, option-eligible, non-multi-year contract modification (P0001) of contract (W52P1J-12-G-0019) for logistics support services at Fort Campbell, Ky. Performance locations will be Fort Campbell, Ky., with incremental funding from fiscal 2013 operations and maintenance Army funds. This contract was a competitive acquisition via the web with twenty bids received. The U.S. Army Contracting Command - Rock Island Arsenal, Rock Island, Ill., is the contracting activity.

 

Carahsoft Technology Corporation, Reston, Va., was awarded a $12,250,772 firm-fixed-price, option-eligible, multi-year contract modification (P00024) of contract (W91QUZ-11-F-0027) for an end of year requirement to evaluate services rendered in exercise of option evaluated at time of basic award. This modification will be subject to the availability of funds clause of the Federal Acquisition Regulation (FAR) 52.232-18. Performance location is
Reston, Va. with incremental funding from fiscal 2014 Operations and Maintenance Army (O&MA) funds. This contract was a non-competitive acquisition with one bid received. The U.S. Army Contracting Command – Rock Island Arsenal, Rock Island, Ill., is the contracting activity.

Clinical Research Management*, Hincley, Ohio, was awarded an $11,998,984 cost-plus-fixed-fee, option eligible, non-multi-year contract for development of manufacturing, warehousing and delivery of cryopreserved platelets products to support efforts to obtain U.S. Food and Drug Administration licensure. Performance location will be Hinckley, Ohio, and will come from fiscal 2012 research, development, testing and evaluation funds. This contract was a non-competitive acquisition with one bid solicited and one received. The U.S. Army Medical Research Acquisition Activity - Frederick, Md., is the contracting activity (W81XWH-13-C-0167).

 

Nan Inc., Honolulu, Hawaii, was awarded a $6,992,897 firm-fixed-price, option eligible, non-multi-year contract for construction services to construct combat parking apron and addition at Joint Base Pearl Harbor-Hickam (JBPHH) for the total force integration F-22 campus conversion. Performance location will be JBPHH, Hawaii, and funding will be from fiscal 2013 military construction funds. This contract was a competitive acquisition via the web with four bids received. The National Guard Bureau, Selfridge Air National Guard Base, Mich. is the contracting activity (W912J6-13-C-0006).

 

DEFENSE LOGISTICS AGENCY

 

The Boeing Co., Mesa, Ariz., has been awarded a maximum $7,985,121 sole-source, firm-fixed-price contract, for tail rotor heads. Location of performance is Arizona with an Aug. 31, 2015, performance completion date. Using military service is Army. Type of appropriation is fiscal 2013 Defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va., (SPM4A1-09-G-0004-85Z0).

 

*Small business