Contracts for October 31, 2012

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

10/31/2012 05:04 PM CDT


FOR RELEASE AT
5 p.m. ET
No. 858-12
October 31, 2012


CONTRACTS

VIRGINIA CONTRACTING ACTIVITY

            BAE Systems Information Solutions (McLean, Va.), Battelle Memorial Institute (Columbus, Ohio), Booz Allen & Hamilton (McLean, Va.), Cyberspace Solutions L.L.C. (Reston, Va.), Intrepid Solutions Services Inc. (Falls Church, Va.), Prescient Edge Corp. (Falls Church, Va.), SAIC (McLean, Va.), Six 3 Intelligence Solutions (McLean, Va.), and SRA (Fairfax, Va.) were awarded contracts HHM402-13-D-0002, HHM402-13-D-0010, HHM402-13-D-0003, HHM402-13-D-0004, HHM402-13-D-0005, HHM402-13-D-0006, HHM402-13-D-0007, HHM402-13-D-0008, and HHM402-13-D-0009, respectively on Oct. 26, 2012.  The award is a multiple-award, indefinite delivery indefinite quantity contract with a combined maximum ceiling of $750,000,000 over a five-year period ending Nov. 30, 2017.  The contract fulfills a full scope of intelligence training requirements, with work to be performed in Washington, DC; Quantico, Va.; Norfolk, Va.; Ft. Huachuca, Ariz.; Ft. Jackson, S.C.; Willow Grove, Pa.; Oak Ridge, Tenn.; West Davis Monthan AFB, Ariz.; and elsewhere as required.  The original synopsis was announced on Jan. 9, 2012, and interested parties received a classified briefing and an unclassified Request for Proposal (RFP) on March 27, 2012.  The bid period closed on May 2, 2012.  24 proposals were submitted, and nine companies received awards.  The contracting activity is the Virginia Contracting Activity. 

AIR FORCE

            Lockheed Martin Aeronautics Co., Marietta, Ga., (FA8625-07-C-6471, P00140) is being awarded a $489,413,280 contract modification for the C-5 Reliability Enhancement and Re-engining Program Lot 6 material and fabrication effort.  The location of the performance is Marietta, Ga.  Work is expected to be completed by July 17, 2015.  The contracting activity is AFLCMC/WLSK, Wright-Patterson Air Force Base, Ohio. 

            GE-Aviation, Cincinnati, Ohio, (FA8650-09-D-2922, task order 0014) is being awarded a $349,747,900 indefinite delivery/indefinite quantity task order contract 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. 

             United Technologies Corp., East Hartford, Conn., (FA8650-09-D-2923, task order 0021) is being awarded a $335,048,342 indefinite delivery/indefinite quantity task order contract for the Adaptive Engine Technology Development Program.  The location of the performance is East Hartford, Conn.  Work is expected to be completed by Oct. 12, 2016.  The contracting activity is AFRL/RQKPB, Wright-Patterson Air Force Base, Ohio. 

            R3 Strategic Support Group, Inc., (FA4452-13-D-0001) is being awarded a $79,000,000 firm fixed price, indefinite delivery and indefinite quantity contract for explosive ordnance disposal support services to the Air Force enterprise.  The location of the performance is Air Force wide installation support (CONUS and OCONUS).  Work is expected to be completed by Dec. 31, 2017.  The contracting activity is HQ AMC/A7KQA, Scott Air Force Base, Ill. 

            BAE Systems Information and Electronics, Nashua, N.H., (FA8232-13-C-0003) is being awarded a $35,463,587 firm fixed price contract for F-16 support equipment and support equipment spares to support aircraft deliveries.  The location of the performance is Fort Worth, Texas.  Work is expected to be completed by Jan. 31, 2014.  The contracting activity is AFLCMC/WWMKB, Hill Air Force Base, Utah.  Contract involves Foreign Military Sales to Iraq. 

            BAE Systems Information and Electronics, Nashua, N.H., (FA8232-13-C-0004) is being awarded a $27,168,437 firm fixed price contract for F-16 support equipment and support equipment spares to support aircraft deliveries.  The location of the performance is Fort Worth, Texas.  Work is expected to be completed by Feb. 14, 2014.  The contracting activity is AFLCMC/WWMKB, Hill Air Force Base, Utah.  Contract involves Foreign Military Sales to Indonesia. 

NAVY

            Manhattan Hunt A. Joint Venture, Tulsa, Okla., is being awarded a $214,801,112 firm-fixed-price contract for construction of the Ambulatory Care Center and Dental Clinic at Joint Base Andrews Naval Air Facility Washington.  This is a phased construction project where existing facilities will continue to operate during the construction of the new facility.  The contract is incrementally funded with the first increment of $148,371,366 being allocated at the time of award.  The second increment will be funded in fiscal year 2014 at $66,429,746.  The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $214,871,112.  Work will be performed in Camp Springs, Md., and is expected to be completed by May 2016.  Contract funds in the amount of $148,371,366 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 seven proposals received.  The Naval Facilities Engineering Command, Washington, Washington, DC, is the contracting activity (N40080-13-C-0151). 

            L-3 Communications Corp., D/B/A L-3 Communications Integrated Systems - Waco Platform Integration Div., Waco, Texas, is being awarded a $109,147,531 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-11-D-0017) to exercise an option for services in support of the P-3, EP-3 and NP-3 Sustainment Modification and Installation Program.  This effort includes planned maintenance interval, structural replacement and fabrication efforts pertaining to special structural inspection kits, center wing assemblies, Zone 5 kits, and outer wing installations and refurbishments.  No funds are being obligated at time of award.  Funds will be obligated against individual delivery orders as they are issued.  Work will be performed in Waco, Texas, and is expected to be completed in October 2013.  Contract will not expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.  

            Commissioning Solutions Global L.L.C.*, Mandeville, La., (N55236-13-D-0001) and Oilkleen Inc.*, Ruskin, Fla. (N55236-13-D-0002), are both being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide lubricating oil flushing services onboard U.S. Navy ships.  The maximum dollar value, including the base year and four option years, for both contracts combined is $100,729,000.   Each contractor shall provide all the personnel, management, administrative and production services, material, tools, equipment, and required support to accomplish lubricating oil flushing services onboard U.S. naval ships.  Further, the contractor must be familiar with and conform to all prescribed procedures set forth in applicable instructions, directives, publications, etc. issued by the Department of Defense, Secretary of the Navy, Chief of Naval Operations, and other DOD-related activities.  Work will be completed within a 50-mile radius of San Diego, Calif., which may include Oceanside, Calif., and is expected to be completed by October 2017.  Contract funds in the amount of $6,000 ($3,000 minimum obligation for each contract) will expire at the end of the current fiscal year. This requirement was competitively procured via the Federal Business Opportunities web site with six proposals solicited and five offers received.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity. 

            Cultural Resource Analysts Inc.*, Lexington, Ky. (N62470-13-D-8000); ASM Affiliates Inc.*, Carlsbad, Calif. (N62470-13-D-8001); and Hardy Heck Moore*, Austin, Texas, (N62470-13-D-8002) are each being awarded an indefinite-delivery/indefinite-quantity multiple award contract for archaeological and architectural services for the survey, inventory, identification, evaluation, study, protection, preservation, conservation and interpretation of prehistoric and historical archaeological and architectural resources  at sites located within the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility (AOR) which includes the continental U.S., and areas outside of the continental U.S. (OCONUS).  OCONUS areas include the Caribbean and areas within NAVFAC Europe Africa Southwest Asia (Northern Africa, Europe, and Bahrain); and NAVFAC Pacific AOR.  The services provided under this contract may be used on a case by case basis in support of various other Department of Defense commands and installations worldwide.  The maximum dollar value including the base period and two option years for all three contracts combined is $10,000,000.  No task orders are being issued at this time.  Work will be performed in Washington (20 percent); Va. (15 percent); N.C. (15 percent); Europe (15 percent); Ill. (10 percent); Ind. (10 percent); Hawaii (6 percent); Fla. (5 percent); and Calif. (4 percent).  The term of the contract is not to exceed 36 months, with an expected completion date of October 2015.  Contract funds in the amount of $15,000 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 14 proposals received.  Three contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity. 

            LC Industries, Durham, N.C., is being awarded an estimated $17,000,000 fixed-price requirements contract for the consignment of office supplies for the Consolidated Material Service Center (CMSC), Marine Corps Base (MCB), Camp Pendleton, Calif.  The scope of this contract is to provide office supplies to the CMSC "serv-mart" store.  This contract includes one option year, which if exercised, would bring the contract value to an estimated $34,000,000.  Work will be performed at Camp Pendleton, Calif., and work is expected to be completed by Oct. 31, 2013.  If the option is exercised, work will continue through Oct. 31, 2014.  This contract was competitively procured via the Navy Electronic Commerce Online website, with one offer received.  Contract funds in the amount of $750,000 are obligated on this award.  The contract will be funded through quarterly delivery orders that begin on Nov. 1, 2012.  Contract funds in an estimated amount of $17,000,000 will expire at the end of the current fiscal year.  The Regional Contracting Office-Marine Corps Installation West, MCB, Camp Pendleton, Calif., is the contracting activity (M00681-13-D-0001). 

UNITED STATES TRANSPORTATION COMMAND

      This multi-award program originally announced Aug. 1, 2012, has been amended to include Farrell Lines Inc., Norfolk, Va. (HTC711-13-D-R001), in addition to the following awardees World Airways, Inc., Peachtree City, Ga. (HTC711-12-D-R007), Liberty Global Logistics L.L.C.,  Lake Success, N.Y. (HTC711-12-D-R008), American President Lines Ltd., Inc., Scottsdale, Ariz. (HTC711-12-D-R009), and National Air Cargo Group Inc., Yspilanti, Mich. (HTC711-12-D-R010) are each being awarded an indefinite delivery/indefinite quantity fixed-price contract award for international commercial multimodal transportation service. Transportation services include the time-definite, door to door/port to door pick-up and delivery, electronic data interchange, customs processing and clearance of containerized and breakbulk cargo.  Work will be performed between various continental U.S. and outside the continental U.S. points and ports.  The performance period for the base year is Aug. 1, 2012 to July 31, 2013, with two one-year option periods from Aug. 1, 2013 to July 31, 2015. The first year overall estimated program value is $365,700,000 ($2,500 minimum award guarantee per awardee).  This program has an overall three-year maximum ceiling value of $1,640,000,000. Nine proposals were received.  U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill., is the contracting activity. 

*Small Business