Contracts for September 18, 2013

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

09/18/2013 05:16 PM CDT


FOR RELEASE AT
5 p.m. ET
No. 668-13
September 18, 2013


CONTRACTS

ARMY

General Dynamics Land Systems, Sterling Heights, Mich., was awarded an $187,528,930 firm-fixed-price, non-option-eligible, non-multi-year contract for conversion of 44 each M1A1 and 40 each M1A2 model vehicles (total of 84 each) to a M1A2S configuration in support of the Kingdom of Saudi Arabia.  This requirement supports foreign military sales program to Saudi Arabia.  Performance location will be Lima, Ohio and Sterling, Mich., with funding from fiscal 2013 other authorization funds.  This contract was a non-competitive acquisition with one bid received.  U.S. Army Contracting Command - Tank and Automotive (Warren), Warren, Mich., is the contracting activity (W56HZV-13-C-0315).

Scitor Corp., Reston, Va., was awarded a $27,000,000 cost-plus-fixed-fee, non-option-eligible, non-multi-year, indefinite-delivery/indefinite-quantity contract to provide human identification research and technology assessments in response to Army Research Lab broad agency announcement (W911NF-12-R-0011-01). This is a research and development effort that includes biometric technology development, assessment, demonstration and prototyping. Performance location and funding will be determined with each order. This contract was a competitive acquisition via the web with one bid received. The U.S. Army Contracting Command - Research Triangle Park Division, Research Triangle Park, N.C., is the contracting activity (W911NF-13-D-0006).

Calibre Systems Inc., Alexandria, Va., was awarded a $9,686,131 firm-fixed-price, option-eligible, non-multi-year contract for Operating and Support Management Information System Service. Performance location will be Fairfax, Va., with funding from fiscal 2013 operations and maintenance, Army funds. This contract was a non-competitive acquisition with one bid received. The U.S. Army Contracting Command - Aberdeen Division, Aberdeen, Md., is the contracting activity (W91WAW-12-C-0059).

SOL Engineering Service LLC, Jackson, Miss., was awarded a $7,000,000 firm-fixed-price, non-option-eligible, non-multi-year contract for support to the Geotechnical and Structures Laboratory to perform its mission. Performance location and funding will be determined with each order. This contract was a competitive acquisition via the web with two bids received. The U.S. Army Corps of Engineers - Vicksburg Consolidated, Vicksburg, Miss., is the contracting activity (W912HZ-13-D-0006).

True Tandem LLC, Reston, Va., was awarded a $6,930,270 firm-fixed-price, option-eligible, multi-year contract modification (P0005) of contract (W52P1J-12-F-5110) to provide information technology services to support the Enterprise Knowledge Services initiative for the U.S. Army Reserve Command at Fort Bragg, N.C. This is to exercise option-year one of the contract. Performance locations will be Fort Bragg, N.C., with funding from fiscal 2013 other procurement authority funds. This contract was a competitive acquisition with five bids solicited and two bids received. The U.S. Army Contracting Command - Rock Island Arsenal, Rock Island, Ill., is the contracting activity.

NAVY

The Boeing Co., Seattle, Wash., is being awarded a $172,322,906 modification to a previously awarded fixed-price-incentive-firm contract (N00019-12-C-0112) for product services in support of 13 P-8A low rate initial production Lot IV aircraft. Services to be provided include integrated logistics support; interim contractor support; spares; support equipment; and technical publication updates driven by change proposals and customer originated changes. Work will be performed in Seattle, Wash. (58.79 percent); Jacksonville, Fla. (11.47 percent); Valencia, Calif. (5.59 percent); Linthicum, Md. (5.4 percent); Greenlawn, N.Y. (3.21percent); Salt Lake City, Utah (1.28 percent); St. Peters, Mo. (1.82 percent); Carson, Calif. (.83 percent); Camden, N.J. (.75 percent); Mesa, Ariz. (.75 percent); Middlesex, United Kingdom (.74 percent); Torrance, Calif. (.59 percent); Mississuaga, Ontario, Canada (.59 percent); Rancho Santa Margarita, Calif. (.52 percent); and other various inside the United States (7.63 percent) and outside the United States locations (.04) percent). Work is expected to be completed in April 2017. Fiscal 2011 and 2013 aircraft procurement, Navy contract funds in the amount of $172,322,906 are being obligated on this award, $30,140,026 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $99,010,000 modification to a previously awarded advance acquisition contract (N00019-13-C-0008) to provide long lead-time parts, material and components required for the delivery of 19 conventional take off and landing F-35 Lightning II Joint Strike Fighter aircraft for the U.S. Air Force. Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2014. Fiscal 2014 aircraft procurement, Air Force contract funds in the amount of $99,010,000 are being obligated on this 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 authority.

RQ-DPR Construction Joint Venture, Carlsbad, Calif., is being awarded a $46,369,836 firm-fixed-price contract for design and construction of a Battalion Headquarters and an Applied Instruction Lab for Survival, Evasion, Resistance, and Escape Training at Marine Corps Base, Camp Lejeune. Work will be performed in Jacksonville, N.C., and is expected to be completed by January 2016. The contract also contains two planned modifications, which if exercised would increase cumulative contract value to $53,875,166. Fiscal 2013 military construction, defense wide contract funds in the amount of $46,369,836 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 18 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-13-C-6000).

General Dynamics Ordnance & Tactical Systems, Orlando, Fla., is being awarded a $26,897,122 cost-plus-fixed-fee, firm-fixed-priced contract (M67854-13-C-1014), in support of the Mission Payload Module Non-Lethal Weapon System (MPM-NLWS), product manager non-lethal systems, program manager, infantry weapon systems. Contractor will design, develop, integrate, test, produce, and prepare associated documentation, provide technical and logistical support, and deliver the MPM-NLWS to respond to counter-personnel mission need with a non-lethal system mounted onto the Marine Corps transparent gun shield on the high-mobility, multipurpose, wheeled vehicle (or its replacement). The MPM-NLWS will deliver an enhanced pyrotechnic (thermobaric effect) munition from a tube-launch system. MPM-NLWS will provide improvements primarily in range, standoff distance, duration of effects, area coverage, volume of fire, and escalation of force for non-lethal effects. The MPM-NLWS' munitions will be designed to suppress personnel and can be selectively employed in order to provide a graduated response option to scenarios involving crowd control, access or area denial, convoy operations, or engaging a threat. Work will be performed in Orlando, Fla., and is expected to be completed in May 2016. Fiscal 2013 research development test and evaluation funds in the amount of $3,801,740 will be obligated at the time of award and funds will 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 Marine Corps System Command, Quantico, Va., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded $16,497,835 for delivery order 0015 under a previously issued performance based logistics contract (N00383-07-D-001J) for the repair of various parts in support of the AV-8 aircraft. Work will be performed in St. Louis, Mo., and is expected to be completed by Sept. 30, 2015. Fiscal 2013 Navy working capital funds in the amount of $8,248,917 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this non-competitive requirement and one offer was received in response to this solicitation in accordance with 10 U.S.C. 2304 (c)(1). Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

Raytheon Co., Tucson, Ariz., is being awarded a $10,300,806 modification to a previously awarded cost-plus-fixed-fee, firm-fixed-price contract (N00019-12-C-2002) for Block II Engineering Analysis for the U.S. Army and U.S. Air Force AIM-9X Block II Missile System, including program protection implementation plans and technical studies and services. Work will be performed in Tucson, Ariz., and is expected to be completed in March 2014. Fiscal 2013 research, development, test and evaluation, Air Force and fiscal 2013 research, development, test and evaluation, Army contract funds in the amount $6,282,077 will be obligated at the time of award; none of which expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($8,652,677; 84 percent) and the U.S. Army ($1,648,129; 16 percent). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

TRICARE MANAGEMENT ACTIVITY

Brighton Marine Health Center Inc., Brighton, Mass., was awarded a $133,203,689 fixed-price, commercial contract to provide comprehensive health care services through a managed care plan, the Uniformed Services Family Health Plan, to approximately 14,085 eligible uniformed services' beneficiaries in their designated geographical area. The services to be provided include: management of provider networks, medical management, enrollment, customer services and other related requirements. The base period runs from Oct. 1, 2013 through Sept. 30, 2014. This contract was not competitively procured pursuant to the authority of 10 U.S.C. 1073, Sections 722 (b & f); 724 (e);726 (a-d) and the National Defense Authorization Act (NDAA), Paragraphs 722(b) (1) and (2) of Subtitle C, Fiscal Year 1997, Public Law 104-201. The TRICARE Management Activity, Aurora, Colo., is the contracting activity (HT9402-13-C-0007).

DEFENSE LOGISTICS AGENCY

SupplyCore, Inc.,* Rockford, Ill., has been awarded a maximum $45,915,438 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for supply chain management and maintenance support. This is a three year base contract with one two-year option period. This contract was a competitive acquisition and three offers were received. Location of performance is Illinois with a June 5, 2017 performance completion date. Using military services are Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal year 2014 through fiscal year 2017 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va.; (SPE4AX-13-D-9425).

Dentsply Professional, York, Pa., has been awarded a maximum $31,213,855 modification (P00005) exercising the second option-year period of a one-year base contract (SPM2DE-11-D-7456) with four one-year option periods for the distribution of a wide range of general dental supplies. The contract is a fixed-price with an economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Pennsylvania, with a Sep. 25, 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.

HDT EP, Inc., Geneva, Ohio, has been awarded a maximum $9,000,000 modification (P00102) exercising the second option year period on contract SPM8EB-11-D-0004 with four one-year option periods for compressor with retro fit kits. The contract is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Ohio with a Sep. 29, 2014 performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal year 2013 through fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AIR FORCE

The Boeing Co., Huntington Beach, Calif., has been awarded a $23,604,456 modification (P00009) to previously awarded contract FA8204-12-C-0003 for eight additional instrumentation wafer components and support. Work will be performed in Huntington Beach, Calif., with an expected completion date of April 30, 2016. Fiscal 2011, 2012 and 2013 procurement funds in the amount of $23,604,456 are being obligated at time of award. The Air Logistics Center, Hill Air Force Base, Utah, is the contracting activity.

BAE Systems Technology Solutions & Services Inc., Rockville, Md., was awarded $7,569,034 modification (P00313) to previously awarded FA2521-07-C-0009. The contract is for Instrumentation Radar Support program (IRSP) that provides engineering, logistics, and maintenance support for various instrumentation radars belonging to approximately 26 ranges (foreign and domestic) to maximize operational availability and realize economies through collective management of similar equipment, owned by agencies with compatible missions. Work will be performed at White Sands Missile Range, N.M.; Department of Defense, Australia; Patrick AFB, Fla.; Vandenberg, Calif.; Ft. Walton Beach, Fla.; Wallops IS, Va.; Portland, Ore.; NTTR, Nev.; Edwards AFB, Calif.; China Lake, Calif.; United Kingdom; Tonopah, Nev.; Yuma, Ariz.; Nellis AFB, Nev.; Andros Island, Bahamas; Patuxent River, Md.; Videsel, Sweden; Republic of Korea; Hill AFB, Utah; San Nicolas Island, Calif; Point Mugu, Calif; Shemya, Ark.; Pacific Missile Range Facility, Hawaii; Germany and Cobra Dane, with an expected completion date of Sept. 30, 2014. This contract involves foreign military sales to the United Kingdom, Germany, Taiwan, Australia, Sweden, Norway and Korea. No funds are being obligated at time of award. The 45th Contracting Squadron, Patrick AFB, Fla., is the contracting activity.


DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Boston Dynamics Inc., Waltham, Mass., has been awarded a maximum $9,983,844 modification (P00018) to a cost-plus-fixed-fee contract (HR0011-10-C-0025) for the Legged Squad Support System (LS3) program. LS3 seeks to demonstrate that a legged robot can unburden dismounted squad members by carrying their gear, autonomously following them through rugged terrain, and interpreting verbal and visual commands. Within the general scope of work of Phase 2, the modification adds additional tasks to the contract for the development of an enhanced version of the LS3 system with increased reliability and usability, enhanced survivability against small arms fire and a quiet power supply to support stealthy tactical operations. Work will be performed in Waltham, Mass. The estimated completion date is March 31, 2015. Fiscal 2013 research and development funds are being obligated at time of award. The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Va.