Contracts for October 22, 2013

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

10/22/2013 05:02 PM CDT


FOR RELEASE AT
5 p.m. ET
No. 738-13
October 22, 2013


CONTRACTS

 

NAVY

 

Patriot Contract Services LLC, Concord, Calif., was awarded a $63,346,311 firm-fixed-price contract for the operation and maintenance of eight government-owned Watson-class large, medium-speed, roll-on/roll-off ships. The ships will continue to support Military Sealift Command worldwide prepositioning requirements. This contract includes four one-year options, which, if exercised, would bring the cumulative value of this contract to $329,245,641. Work will be performed at sea worldwide, and is expected to be completed by September 2018. Working capital contract funds in the amount of $63,346,311 are obligated for fiscal 2014, and will not expire at the end of the fiscal year. This contract was competitively procured as a small business set-aside, with more than 50 companies solicited via the Military Sealift Command, Federal Business Opportunities and Navy Commerce Online websites, with five offers received. The Military Sealift Command, headquartered in Washington, D.C., is the contracting activity (N00033-14-C-3210). (Awarded Oct. 18, 2013)

 

Raytheon Co., Integrated Defense Systems, Tewksbury, Mass., is being awarded a $58,000,000 contract modification to previously awarded contract (N00024-10-C-5126) for deferred mission systems equipment for DDG 1000 and 1001, and schedule critical DDG 1002 non-hatchable mission systems equipment. The purpose of this modification is to complete the remaining mission systems equipment for DDG 1000 and DDG 1001 and to procure all the remaining long lead mission systems equipment for DDG 1002. Raytheon will be responsible for performing the recurring activities related to the production of the remaining mission systems equipment. Work will be performed in Portsmouth, R.I. (56 percent); Dallastown, Pa. (24 percent); Minneapolis, Minn. (16 percent); and Moorestown, N.J. (4 percent), and is expected to be completed by April 2017. Fiscal 2013 shipbuilding and conversion, Navy funding in the amount of $58,000,000 will be obligated at 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.

 

Tel-Instrument Electronics Corp.*, East Rutherford, N.J., is being awarded a not-to-exceed $9,500,000 fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacture and delivery of communications/navigation radio frequency avionics flightline tester AN/USM-708 and/or AN/USM-719. This contract is in support of the U.S. Navy, U.S. Marine Corps, U.S. Army and various Foreign Military Sales customers under the Foreign Military Sales program. Work will be performed in East Rutherford, N.J., and is expected to be completed in October 2018. Fiscal 2013 aircraft procurement, Navy contract funds in the amount of $744,022 are being obligated on this 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 (N68335-14-D-0004).

 

Railroad Construction Company Inc., Paterson, N.J., is being awarded an $8,039,755 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for maintenance and repair of railroad and trackage at Naval Weapon Station Earle and other areas of responsibility. The work to be performed provides for but is not limited to all labor, management, supervision, tools, material, transportation and equipment and other items necessary to provide maintenance, repair, alteration, demolition and minor construction. This contract contains options, which if exercised, will bring the total contract value to $43,214,749. Work will be performed in Colts Neck, N.J., and is expected to be completed by October 2018. Fiscal 2014 operation and maintenance, Navy contract funds in the amount of $113,121 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 two proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-14-D-5200).

 

DEFENSE LOGISTICS AGENCY

 

Medtronic Inc., Minneapolis, Minn., has been awarded a maximum $58,026,785 modification (P0001) exercising the first one-year option period on a one-year base contract (SPM2D1-13-D-8307) with six one-year option periods for radiology systems, subsystems, and components. This is a fixed-price with economic-price-adjustment contract. Location of performance is Minnesota with an Oct. 25, 2014 performance completion date. Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

 

Valley Fruit and Vegetable*, Los Angeles, Calif., has been awarded a maximum $30,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh fruit and vegetable support. This contract was a competitive acquisition, and two offers were received. Location of performance is California with an Apr. 21, 2015 performance completion date. Using military service is U.S. Department of Agriculture customers. Type of appropriation is fiscal 2014 through fiscal 2015 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE300-14-D-S500).

 

AIR FORCE

 

Northrop Grumman Systems Corp., Linthicum Heights, Md., has been awarded the fifth contract in a fair opportunity, indefinite-delivery/indefinite-quantity program with a total program amount of $24,375,000 for research and development regarding automatic target recognition (ATR). The Compact ATR and Sustainable Environment (CASE) program addresses efficiency and sustainability concerns associated with the development, operation and maintenance of current non-cooperative ATR technology. Research is focused on reducing template/database dimensionality and cost for single and multi-phenomenology ATR, while maintaining target identification performance. CASE will develop and demonstrate the ability to add new target representations to ATR databases rapidly, including potentially on-the-fly target insertion. CASE will exploit opportunities for increased operational efficiency and robustness through missionization of ATRs. Technology developments will be demonstrated in both laboratory and field environments, including real time flight demonstrations. CASE will also explore the migration of compact ATRs to operational use. Work will be performed in Baltimore, Md., and is expected to be completed by Oct. 3, 2020. This award is the final of five contracts awarded from this competitive acquisition where seven offers were received. Fiscal 2013 research and development funds in the amount of $200,000 are being obligated at time of award. The Air Force Research Laboratory is the contracting activity (FA8650-14-D-1750).

 

DEFENSE INFORMATION SYSTEMS AGENCY

 

Iridium Satellite, LLC, McLean, Va. was awarded a $7,241,112 sole-source contract for hardware and software repairs, maintenance, Gateway Technical Assistance Center support and Information Assurance Vulnerability Alert services for the EMSS DoD Gateway Iridium components. The total potential contract term is for five years to include a one-year base period and four one-year options. The total potential value of this contract is $38,000,004, with the base and each option year period including both firm-fixed-price and cost-reimbursable contract line items. The base year value is funded by fiscal 2014 Defense Working Capital funds. The base period of performance is Oct. 1, 2013 to Sept. 30, 2014. Performance will be at various locations within the United States. The contract was awarded under other than full and open competition, specifically FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The Defense Information Technology Contracting Organization-National Capital Region is the contracting activity (HC1047-13-C-4037). (Awarded Sept. 30, 2013)

 

*Small Business