Contracts for September 21, 2012

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

09/21/2012 05:02 PM CDT


FOR RELEASE AT
5 p.m. ET
No. 769-12
September 21, 2012


CONTRACTS

NAVY

            The Boeing Co., Seattle, Wash., is being awarded a $1,904,545,643 modification to a previously awarded fixed-price-incentive-firm contract (N00019-09-C-0022) for the procurement of 11 P-8A Multi-Mission Maritime Low Rate Initial Production III aircraft.  Work will be performed in Seattle, Wash. (75.5 percent); Baltimore, Md. (4 percent); Greenlawn, N.Y. (2.5 percent); North Amityville, N.Y. (2.3 percent); McKinney, Texas (1.8 percent); Cambridge, United Kingdom (1.5 percent); and various location inside and outside of the continental United States (12.4 percent), and is expected to be completed in May 2015.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity. 

            General Electric, Lynn, Mass., is being awarded an $83,444,847 requirements contract for repair of 16 T-64 engine components supporting CH53D/E and MH53E helicopters.  In addition to providing spare parts required for repairs, the contract will provide manufacturing, engineering, and technical support to the Fleet Readiness Center East.  Work will be performed in Cherry Point, N.C. (90 percent) and Lynn, Mass. (10 percent), and work is expected to be completed by March 31, 2014.  The applicable Navy Working Capital Funds will not expire at the end of the current fiscal year.  This contract was competitively procured with eight offers solicited and one offer received.  NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity (N00383-12-D-006M). 

            Manu Kai, L.L.C., Honolulu, Hawaii, is being awarded a $74,698,187 modification (P00028) under previously awarded contract (N00604-09-D-0001) to exercise the fourth option period for range operations support and base operations support services.  Work will be performed at the Pacific Missile Range Facility, Island of Kauai, Hawaii, and work for this effort is expected to be completed Sept. 30, 2013.   Applicable operation and maintenance Navy funds will not expire at the end of this current fiscal year.  The basic contract was competitively procured via the Navy Electronic Commerce Online and Federal Business Opportunities websites, with four offers received in response to the solicitation.  The Fleet Logistics Center, Pearl Harbor, Hawaii is the contracting activity. 

            Logos Technologies, Inc.*, Arlington, Va., is being awarded a $58,373,086 cost-plus-fixed-fee, firm-fixed-price, cost reimbursable contract for a Phase III Small Business Innovation Research Project under Topic 072-019 entitled "Wide Area Video Image Storage Techniques."  This contract provides for the procurement of 19 Kestrel systems and integration services, field service representatives, operators, analysts, and trainers in support of Persistent Ground Surveillance System systems supporting persistent threat detection system deployed outside of the continental United States.  Work will be performed in Arlington, Va. (68 percent); Afghanistan (28 percent); and Raleigh, N.C. (4 percent), and is expected to be completed in April 2014.  Contract funds in the amount of $16,278,213 will expire at the end of the current fiscal year.  This Phase III contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(5).  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J. is the contracting activity (N68335-12-C-0192). 

            BAE Systems San Diego Ship Repair Inc., San Diego, Calif., is being awarded a $39,556,829 modification to a previously awarded contract (N00024-11-C-4408) to definitize the USS Milius (DDG 69) fiscal year 2013 extended dry-docking selected restricted availability.  An extended dry-docking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities.  This modification includes options which, if exercised, would bring the cumulative value to $39,687,303.  Work will be performed in San Diego, Calif., and is expected to be completed by July 2013.  Contract funds in the amount of $29,230,126 will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity. 

            Intuitive Surgical Inc., Sunnyvale, Calif., is being awarded a not-to-exceed $33,852,500 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide disposable and reusable instruments for use with daVinci Surgical Systems.  Work will be performed in and outside of the continental United States, and is expected to be completed by September 2017.  Funding will be provided on individual delivery orders and is expected to be fiscal year funding.  Contract funds in the amount of $24,300 are expected to expire at the end of the current fiscal year.  This contract was not competitively procured.  Naval Medical Logistics Command, Fort Detrick, Md., is the contracting activity (N62645-12-D-5046).

            Delphinus Engineering Inc.*, Eddystone, Pa. (N55236-11-D-0016); Epsilon Systems Solutions Inc.*, San Diego, Calif. (N55236-11-D-0017); Miller Marine Inc.*, National City, Calif. (N55236-11-D-0018); and Pacific Ship Repair and Fabrication Inc.*, San Diego, Calif. (N55236-11-D-0019); are each being awarded a multiple award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for a combined total of $20,300,000 for repair, maintenance and alterations aboard Navy submarines homeported or visiting San Diego, Calif.  Work will be performed in San Diego, Calif., and is expected to be completed by August 2017.  Contract funds in the amount of $12,000 will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with six offers received.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity. 

            Alutiiq-Mele, L.L.C.*, Anchorage, Alaska, is being awarded an $18,237,156 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62473-09-D-4003) for the exercise of option three for base operation support services at the Naval Air Weapons Station, China Lake.  The work to be performed provides for all labor, materials, equipment, supervision, and transportation necessary to perform management and administration, weapons support services, supply services, facilities investment services, grounds maintenance services, janitorial services, pest control services, street sweeping services, base support vehicles and equipment services, and environmental services.  The total contract amount after exercise of this option will be $74,556,475.  Work will be performed in Ridgecrest, Calif., and work is expected to be completed September 2013.  Contract funds will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity. 

            Washington Patriot Construction*, Gig Harbor, Wash., is being awarded $13,844,514 for firm-fixed-price task order #0013 under a previously awarded multiple award construction contract (N44255-10-D-5008) for Bachelor's Enlisted Quarters Building 1001 renovations and Bachelor's Enlisted Quarters Building 1001 and 1044 ground source heat pump installation.  Work will be performed in Bremerton, Wash., and is expected to be completed by March 2014.  Contract funds in the amount of $13,844,514 are obligated on this award and $10,691,902 will expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity. 

            Schuyler Line Navigation Co., Annapolis, Md., is being awarded an $11,181,984 firm- fixed-price, with reimbursable elements, contract for the time charter of U.S.-flagged, shallow draft tanker, currently named MV Sun Lilac, in support of Defense Logistics Agency Energy missions.  This contract includes three, 12-month option periods and one, 11-month option period, which, if exercised, would bring the cumulative value of this contract to $48,621,497.  Work will be performed at sea and the ship must be worldwide deployable.  The anticipated primary area of performance is the Far East.  The contract is expected to be completed by December 30, 2013, and if all options are exercised, work will continue through November 2017.  Contract funds are subject to availability of fiscal year 2013 funding.  This contract was competitively procured via a solicitation posted to the Military Sealift Command, Navy Electronic Commerce Online and Federal Business Opportunities websites, with more than 50 companies solicited and three offers received.  The U.S. Navy's Military Sealift Command, Washington, DC, is the contracting activity (N00033-12-C-5420). 

            Engineering Concepts Inc.*, Honolulu, Hawaii, is being awarded a $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineer contract for environmental investigations, permit applications and related studies of water, wastewater, storm water, solidwaste and pollution prevention at various locations in the Naval Facilities Engineering Command (NAVFAC) Pacific areas of responsibility (AOR).  Task Order 0001 is being awarded at $287,447 for a consistent, accurate, and complete assessment of other accrued environmental liabilities associated with all property, plant, and equipment assets in the Navy and Marine Corp Facilities in Hawaii.  Work for this task order is expected to be completed by September 2013.  All work will be performed at various Navy and Marine Corps activities, Pacific Basin and Indian Ocean Area within the NAVFAC Pacific AOR.  The term of the contract is not to exceed three years, with an expected completion date of September 2015.  Contract funds in the amount of $287,447 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received.  The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-12-D-1833). 

            Booz Allen Hamilton Inc., Norfolk, Va., is being awarded a not to exceed $9,917,282 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for continuation of technical and analytical support services for the Operational Designated Approval Authority (ODAA) and the Office of Compliance and Assessment (OCA).  Support shall include assisting the ODAA in certification and accreditation and related activities for systems, sites, networks, and applications and assisting the OCA with conducting command cyber readiness inspections and cyber security inspections.  Contract funds in the amount of $10,000 are obligated on this award. Work will be performed in Virginia Beach, Va., and will be completed by September 2013.  Contract funds in the amount of $9,917,282 will expire at the end of the current fiscal year.  The contract was not competitively procured pursuant to FAR 6.302-1.  NAVSUP Fleet Logistics Center, Norfolk, Va., is the contracting activity (N00189-12-D-0052). 

            Shaw Environmental and Infrastructure, Concord, Calif., is being awarded $9,362,089 for firm-fixed-price task order #0002 under a previously awarded environmental multiple award contract (N62473-12-D-2005) for Site 29 source area non-time critical removal action for groundwater and soil gas remediation at former Naval Weapons Station Seal Beach Detachment, Concord.  Work will be performed in Concord, Calif., and is expected to be completed by September 2017.  Contract funds will not expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.  

            Performance Systems Inc.*, Waipahu, Hawaii, is being awarded $9,354,526 for firm-fixed-price task order #0016 under a previously awarded multiple award construction contract (N62478-11-D-4045) for repair of Dormitory Building 1843H at Joint Based Pearl Harbor-Hickam.  The work to be performed provides for partially demolishing wings D and C and repair of the remaining dorm rooms and common living areas.  Work will be performed in Oahu, Hawaii, and is expected to be completed by July 2014.  Contract funds in the amount of $9,354,526 are obligated on this award and will expire at the end of the current fiscal year.  Six proposals were received for this task order.  The Naval Facilities Engineering Command, Hawaii, Joint Based Pearl Harbor-Hickam, Hawaii, is the contracting activity. 

            Watermark Environmental Inc.*, Lowell, Mass., is being awarded $8,138,822 for firm-fixed-price task order #0008 under a previously awarded multiple award construction contract (N40085-10-D-9448) for interior/exterior repairs and upgrades on the Naval Propeller Shop, Bldg. 546, at the Philadelphia Naval Business Center.  Work on this project will be primarily to the original portion of the building and will consist of repairs to the heating, ventilation, air conditioning and air compressor systems and renovations to a lunch room.  Work will be performed in Philadelphia, Pa., and is expected to be completed by March 2014.  Contract funds in the amount of $8,138,822 are obligated on this award and will expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity. 

            Gulf Building Corp., and Hernandez Consultants*, Joint Venture, Fort Lauderdale, Fla., is being awarded $7,701,789 for firm-fixed-price task order #0002 under a previously awarded multiple award construction contract (N69450-10-D-1269) for construction of repairs and improvements to Explosive Handling Wharf 2 at Naval Submarine Base Kings Bay.  The work to be performed provides for the construction of reinforced concrete and corrosion control repairs to Explosive Handling Wharf 2 and warping wharf structures.  Work will be performed in Kings Bay, Ga., and is expected to be completed by July 2014.  Contract funds in the amount of $7,701,789 are obligated on this award and will expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity. 

            G-W Management Services L.L.C.*, Rockville, Md., is being awarded $7,647,000 for firm-fixed-price task order #0022 under a previously awarded multiple award construction contract (N40080-10-D-0498) to replace heating, ventilation, and air conditioning in Building 2034, Little Hall and provide additional parking spaces at Marine Corps Base Quantico.  The project will replace 2 chillers, 16 air handlers and 43 fan coil units.  The project includes all plumbing and control systems and fire protection systems.  Project includes temporary facilities to facilitate phasing of repairs. The task order also contains two unexercised options, which if exercised would increase cumulative task order value to $8,127,000.  Work will be performed in Quantico, Va., and is expected to be completed by February 2014.  Contract funds in the amount of $7,647,000 are obligated on this award and will expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Washington, Washington, DC, is the contracting activity. 

            Hood Canal Coordinating Council, Poulsbo, Wash., is being awarded a $6,897,350 firm-fixed-price contract for the purchase of mitigation credits under their In-Lieu-Fee Program for Navy Explosive Handling Wharf #2 at Naval Base Kitsap - Bangor.  Work will be performed in the Hood Canal Watershed, Wash., and is expected to be completed by September 2015.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-12-C-5002).

AIR FORCE

            GE-Aviation, Cincinnati, Ohio (FA8650-09-D-2922), is being awarded a $394,747,900 indefinite delivery and indefinite quantity contract modification for the Adaptive Engine Technology Development program.  The location of the performance is Cincinnati, Ohio.  Work is expected to be completed by Sept. 30, 2016.  The contracting activity is AFRL/RQKPB, Wright-Patterson Air Force Base, Ohio. 

            Breeze-Eastern Corp., Whippany, N.J. (FA8524-12-D-0009), is being awarded a $25,082,679 firm-fixed-price contract to repair the rescue hoist and control box supporting the HH-60G helicopters.  The location of the performance is Whippany, N.J.  Work is expected to be completed by Sept. 20, 2018. The contracting activity is AFSC/PZAAA, Robins Air Force Base, Ga. 

            FlightSafety Services Corp., Centennial, Colo. (F33657-01-D-2078, QP0287), is being awarded a $19,178,872 contract modification to provide acquisition and support of the KC-10 Aircrew Training System (ATS).  The locations of the performance are Travis Air Force Base, Calif. and McGuire Air Force Base, N.J.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AFLCMC/WNSK, Wright-Patterson Air Force Base, Ohio. 

            L-3 Communications Corp., Arlington, Texas (FA8621-09-6292-P00066), is being awarded a $15,072,686 firm-fixed-price and firm fixed incentive firm target contract modification to provide M6.1+ Operational Flight Plan Delta capabilities.  The locations of the performance are Arlington, Texas and Saint Louis, Mo.  Work is expected to be completed by Jan. 31, 2014.  The contracting activity is AFLCMC/WNSK, Wright-Patterson Air Force Base, Ohio. 

            BAE Systems Information and Electronic Systems Integration, Totowa, N.J. (FA8540-10-C-0006, P00003), is being awarded a $9,757,853 contract modification for engineering services for the AN/ALR-56C system.  The location of the performance is Totowa, N.J.  Work is expected to be completed by Dec. 31, 2013.  The contracting activity is AFSC/PZABB, Robins Air Force Base, Ga. 

            EDO Corp., Amityville, N.Y. (F09603-03-D-0029-0063), is being awarded a $9,445,643 cost plus fixed price, cost reimbursement no fee and firm-fixed-price contract to procure engineering support for AN/ALQ-161A preprocessor flight software 6.20 sustainment effort.  The location of the performance is Amityville, N.Y.  Work is expected to be completed by March 21, 2016.  The contracting activity is AFLCMC/WNKCB, Robins Air Force Base, Ga. 

            Olgoonik Specialty Contractors L.L.C.., Anchorage, Alaska (FA8903-12-C-0010), is being awarded an $8,725,670 firm-fixed-price contract for site demolition and cleanup activities at Wainwright Short Range Radar Station.  The location of the performance is Wainwright Short Range Radar Station, Alaska.  Work is expected to be completed by Sept. 23, 2014.  The contracting activity is 772 ESS/PKS, Lackland Air Force Base, Texas. 

            Lockheed Martin Global Training and Logistics, Orlando, Fla. (FA8621-11-C-6288, P00012), is being awarded a $7,880,000 contract modification for the training system support center for the C-130J Maintenance and Aircrew Training Systems.  The location of the performance is Little Rock Air Force Base, Ark.  Work is expected to be completed by Sept. 30, 2013.  The contracting activity is AFLCMC/WNSK, Wright-Patterson Air Force Base, Ohio. 

            CORRECTION:  UOP L.L.C., Des Plaines, Ill. (FA8650-12-2-5506), is being awarded a $17,370,047 technology investment agreement contract to establish a domestic source to expand the U.S. domestic industrial base capacity in the production of bio-mass derived fuel products.  The location of the performance is Paramount, Calif.  Work is expected to be completed by Dec. 21, 2013.  The contracting activity is Det 1 AFRL/RQKMD, Wright-Patterson Air Force Base, Ohio. 

DEFENSE LOGISTICS AGENCY

            Foster Fuels Inc., Brookneal, Va.*, was issued a modification exercising the first option year on contract SP0600-11-D-4012.  The modification is a fixed price with economic price adjustment with a maximum $80,929,596 for fuel support.  Other locations of performance are Texas, Louisiana, Mississippi, Florida, North Carolina, South Carolina, Georgia, Alabama, Arkansas, Tennessee, Kentucky, Missouri, Illinois and Indiana.  Using services are federal civilian agencies.  There were three responses to the FedBizOPps solicitation.  Type of appropriation is fiscal 2012 through fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Oct. 20, 2013.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va. 

            Hamilton Sundstrand Corp., Windsor Locks, Conn., was awarded contract N00383-08-F-001J-UN87.  The award is a firm fixed price, sole source contract with a maximum $19,620,836 for B-2 aircraft power drive units.  Other location of performance is in Illinois.  Using military service is Air Force.  There was one solicitation with one response.  Type of appropriation is fiscal 2012 through fiscal 2016 Operation and Maintenance Funds.  The date of performance completion is Sept. 30, 2016.  The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Okla. 

            SYSCO Connecticut, Rocky Hill, Conn, was awarded contract SPM300-08-D-3238.  The award is a fixed price with economic price adjustment, prime vendor contract with a maximum $17,454,150 for food and beverage support.  There are no other locations of performance.  Using services are Army, Navy, Air Force and Marine Corps.  There were two responses to the Web solicitation.  Type of appropriation is fiscal 2012 through fiscal 2014 Defense Working Capital Funds.  The date of performance completion is March 22, 2014.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

            Senter Petroleum Inc., Lihue, Hawaii*, was awarded contract SP0600-12-D-4012.  The award is a fixed price with economic price adjustment, requirements type contract with a minimum $16,930,583 for fuel.  Other locations of performance are throughout Hawaii.  Using military services are Navy and Air Force.  There were seven responses to the Web Solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Dec. 31, 2015.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va. 

            Critical Solutions International, Carrollton, Texas, was awarded contract SPRDL1-12-D-0066.  The award is a firm fixed price contract with a maximum $10,673,523 for vehicle mounted mine detection vehicle system parts.  Other location of performance is in Michigan.  Using military service is Army.  There were two solicitations with two responses.  Type of appropriation is fiscal 2013 Army Working Capital Funds.  The date of performance completion is Sept. 20, 2015.  The contracting activity is the Defense Logistics Agency Land, Warren, Mich. 

            Global Support Services L.L.C., Anchorage, Alaska**, was awarded contract SP4703-12-C-0018.  The award is a firm fixed price, sole source, requirements type contract with a minimum $8,768,529 for technical and administrative services.  Other location of performance is in Virginia.  Using service is Defense Logistics Agency.  There was one solicitation with one response.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Sept. 30, 2013.  The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va. 

            World Fuel Services Inc., Miami, Fla.*, was awarded contract SP0600-12-D-4014.  The award is a fixed price with economic price adjustment, requirements type contract with a minimum $6,732,450 for fuel.  Other location of performance is in Hawaii.  Using military service is Navy.  There were seven responses to the Web solicitation.  Type of appropriation is fiscal 2012 Defense Working Capital Funds.  The date of performance completion is Dec. 31, 2015.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va. 

U.S. SPECIAL OPERATIONS COMMAND

            Leading Technology Composites Inc., Wichita, Kansas, is being awarded a firm-fixed-price contract (92222-12-0-0024), for the purchase or Special Operations Forces personal equipment advanced requirements ballistic plates in support of U.S. Special Operations Command (USSOCOM).  The contract value is not to exceed $24,912,093.  The work will be performed in Wichita, Kan., and delivery will be completed by September 2013.  U.S. Special Operations Command, MacDill Air Force Base, Fla., is the contracting activity. 

DEFENSE COMMISSARY AGENCY

            Hoar Construction L.L.C., Birmingham, Ala. is being awarded a firm-fixed-price contract to design and construct a new commissary at Maxwell-Gunter, Ala.  The award amount is $12,960,271.  The contract is for a 730-day period based on the issuance of the Notice to Proceed which is expected in October 2012.  Offers were solicited via full and open competition and 11 offers were received.  The contracting activity is the Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Lackland Air Force Base, Texas. 

*Small Business