Contracts for November 30, 2012

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

11/30/2012 04:01 PM CST


FOR RELEASE AT
5 p.m. ET
No. 933-12
November 30, 2012


CONTRACTS

TRICARE MANAGEMENT ACTIVITY

            Delta Dental, San Francisco, Calif., is being awarded a fixed-price contract to provide TRICARE Retiree Dental Program (TRDP) coverage to all eligible personnel retired from the uniformed services, un-remarried surviving spouses, eligible dependents, former members of the armed forces who are Medal of Honor recipients and their eligible dependents.  Enrollment in the TRDP is voluntary and all premium costs are paid by the enrollee, therefore, there are no Government funds obligated on this contract.  The total estimated contract value, including the approximate 12-month base period and five one-year option periods for dental care, plus a transition-out period, is estimated at $2,551,743,226.  The program offers worldwide coverage for dental services.  The work to be performed includes management of provider networks, enrollment, claims processing, and customer service.  This contract was competitively procured using the Best Value Tradeoff Source Selection process with three offers received.  The TRICARE Management Activity, Aurora, Colo., is the contracting activity (HT9402-13-C-0006). 

NAVY

         The Boeing Co., St. Louis, Mo., is being awarded a $687,611,825 ceiling-priced modification to a previously awarded fixed-price-incentive-fee contract (N00019-09-C-0019) for the production and delivery of 15 fiscal 2013 (LOT 37) F/A-18E aircraft in accordance with the aircraft variation in quantity clause.  Work will be performed in St. Louis, Mo.(45.2 percent); El Segundo, Calif.(44.6 percent); Hazelwood, Mo.(3.4 percent); Cleveland, Ohio (1.7 percent); Torrance, Calif. (1.4 percent); Vandalia, Ohio (1.0 percent); Ajax, Canada (1.0 percent), and various other sites within the continental U. S. (1.7 percent), and is expected to be completed in July 2015.  Contract funds in the amount of $645,495,600 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 activity. 

             General Electric Co., Lynn, Mass., is being awarded a $197,495,928 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0045) to exercise an option for the procurement of 52 Lot 17 F414-GE-400 install engines and devices for the F/A-18E/F aircraft.  Work will be performed in Lynn, Mass. (59 percent); Hooksett, N.H. (18 percent); Rutland, Vt. (12 percent); and Madisonville, Ky. (11 percent), and is expected to be completed in March 2015.  Contract funds in the amount of $197,495,928 will be 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 activity. 

            Raytheon Missile Systems, Tucson, Ariz., is being awarded a $108,784,917 modification to previously awarded contract (N00024-11-C-5300) for fiscal 2011 Standard Missile-2 (SM-2) production, section level components and spares, shipping containers and associated data.  Work will be performed in Tucson, Ariz. (43.5 percent); Camden, Ark. (22 percent); Andover, Mass. (16.7 percent); Netherlands (5.3 percent); Anniston, Ala. (2.6 percent); San Diego, Calif. (2.4 percent); Lebanon, N.H. (2.1 percent); San Jose, Calif. (1.9 percent); Joplin, Mo. (1.8 percent); El Segundo, Calif. (1.6 percent); and is expected to be completed by March 2014.  This contract will support foreign military sales to Australia (39.8 percent), Korea (19.8 percent), Japan (17.5 percent), Canada (3.2 percent), Germany (0.4 percent), Taiwan (0.2 percent) and the Netherlands (0.1 percent).  Contract funds in the amount of $8,525,429 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

             BAE Systems Technology Solutions and Services Inc., Rockville, Md., is being awarded a $76,599,316 indefinite-delivery/indefinite-quantity contract for organizational, intermediate, depot level maintenance to support to support T-34 and T-44 aircraft.  In addition this contract provides logistics support including labor, services, facilities, equipment, tools, related support equipment, and direct and indirect material to support 124 T-34, 55 T-44, 42 T-6A, and 141 T-6B aircraft based primarily at Naval Air Station (NAS) Corpus Christi, Texas, NAS Whiting Field, Fla., and NAS Pensacola, Fla.  Work will be performed in Corpus Christi, Texas (50 percent), Whiting Field, Fla. (39 percent), Pensacola, Fla. (8 percent), and various sites within the continental U. S. (3 percent) including:  NAS Lemoore, Calif.; Strike Fighter Weapons School, NAS Oceana, Va.; Marine Corp Air Station Miramar, Calif.; Naval Air Facility El Centro, Calif.; Fort Bragg, N.C.; Huntsville, Ala.; and NAS Fallon, Nev.  Work is expected to be completed in September 2013.  Contract funds will not be obligated at time of award.  Funding will be obligated upon issuance of task orders.  This contract was competitively procured via electronic request for proposals, with three offers received.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-D-0003). 

            Harper Construction Co., Inc., San Diego, Calif., is being awarded a $54,366,842 firm-fixed-price contract for the design and construction of The Basic School Student Officer Quarters Phases five and six at Marine Corps Base Quantico.  The work to be performed provides for design and construction of four new facilities which will support billeting for Marine officers undergoing initial training at the basic school.  This contract contains three options, which if exercised, would increase cumulative contract value to $112,543,303.  Work will be performed in Quantico, Va., and is expected to be completed by October 2016.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 28 proposals received.  The Naval Facilities Engineering Command, Wash., Washington, D.C., is the contracting activity (N40080-13-C-0001). 

            The Navy originally awarded a contract under solicitation N40080-11-R-0004 (contract number N40080-12-C-0002) to Hensel Phelps Construction Co.  On July 23, 2012, Harper Construction Co., Inc., (Harper) filed a Bid Protest with the Government Accountability Office(GAO), protesting the Department of Navy's award to Hensel Phelps.  A suspension of performance was issued to Hensel Phelps on July 24, 2012.  GAO dismissed the protest from Harper on Aug. 16, 2012, as the Navy takes corrective action.  As a result of the re-evaluation, the Source Selection Authority has determined that award be made to Harper Construction Co., Inc., and that the contract previously awarded to Hensel Phelps will be Terminated for Convenience. 

            Kings Bay Support Services L.L.C., Baton Rouge, La., , is being awarded a $34,000,576 modification under previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N69450-11-D-7578) to exercise option one for base operations support services at Naval Submarine Base Kings Bay.  The work to be performed provides for base operations support services including public safety, harbor security, security operations, supply, personnel support, facilities support, facility management/facility investment, other (swimming pools), pavement clearance, utilities, chiller, electrical, wastewater, steam, water, telecommunications, compressed air, base support vehicles and equipment, environmental, and vertical transportation equipment.  The total contract amount after exercise of this option will be $69,702,968.  Work will be performed in Kings Bay, Ga., (99 percent), and Shellman Bluff, Ga., (1 percent) and work is expected to be completed November 2013.  Contract funds in the amount of $2,379,321 are obligated on this award and will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity. 

            Lockheed Martin Mission Systems and Sensors, Owego, N.Y., is being awarded a $9,088,594 firm-fixed-price and cost-reimbursement modification to a previously issued delivery order placed against Basic Ordering Agreement N00019-09-G-0005 for additional Airborne Mine Countermeasures test support and system development efforts in support of the MH-60S aircraft.  Work will be performed in Owego, N.Y., and is expected to be completed in May 2014.  Contract funds in the amount of $2,080,998 will be obligated at time of award, $1,327,000 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity. 

            Adaptive Methods Inc.*, Centreville, Va., is being awarded a $7,477,445 cost-plus-fixed-fee Phase II Small Business Innovation Research contract under topic N02-152, entitled "Environmental Mission Planner."  This effort shall upgrade the existing fleet product, FORCEnet ASPECT, from its current capabilities for the Improved Extended Echo Ranging  System and the emerging Multistatic Active Coherent  System.  Work will be performed in Centreville, Va., and is expected to be completed in November 2015.  Contract funds in the amount of $50,000 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 (N68335-13-C-0106). 

            Raytheon Co., Tucson, Ariz., is being awarded a $7,442,121 modification to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-09-D-0005) to exercise an option in support of the Program Executive Office, unmanned aviation and strike weapons, Direct and Time Sensitive Strike Program Office.  This effort procures HARM AGM-88B/C guidance sections for a quantity of: Navy (30), Air Force (85), Government of Germany (10), Government of Turkey (5), and Government of South Korea (2); HARM AGM-88B/C control sections for a quantity of Air Force (15), Government of Germany (2), and Government of Turkey (1); and support technical data for the HARM AGM-88B/C Guidance Sections and AGM-88B/C control sections for the U.S. Navy, U.S. Air Force, Government of Germany, Government of Turkey, and the Government of South Korea under the Foreign Military Sales Program.  Work will be performed in Tucson, Ariz., and is expected to be completed in May 2014.  Contract funds in the amount of $4,948,885 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Air Force ($4,948,885; 67 percent); the U.S. Navy ($1,480,170; 20 percent); the Government of Germany ($608,044; 8 percent); the Government of Turkey ($304,022; 4 percent); and the Government of South Korea ($101,000; 1 percent).  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity. 

AIR FORCE

            General Atomics Aeronautical Systems Inc., Poway, Calif., (FA8620-10-G-3038, DO 0013 02) is being awarded a $12,583,958 option exercise for the MQ-9 Reaper aircraft fiscal 2010/2011 retrofits.  The location of the performance is Poway, Calif.  Work is expected to be completed by Sept. 30, 2015.  The contracting activity is AFLCMC/WIIK, Wright-Patterson Air Force Base, Ohio. 

            CCI Group L.L.C., Shalimar, Fla., (FA2823-10-D-0001) is being awarded a $10,000,000 indefinite-delivery/indefinite-quantity contract for simplified acquisition of base engineering requirements-maintenance, repair and minor construction efforts.  The location of the performance is Eglin Air Force Base, Fla.  Work is expected to be completed by Nov. 30, 2013.  The contracting activity is AFTC/PZIO, Eglin Air Force Base, Fla. 

            Lockheed Martin Aeronautics Co., Marietta, Ga., (FA8625-07-C-6471, P00184) is being awarded a $9,046,477 contract modification for the C-5 reliability enhancement and re-engining program.  The location of the performance is Marietta, Ga.  Work is expected to be completed by July 31, 2015.  The contracting activity is AFLCMC/WLSK, Wright-Patterson Air Force Base, Ohio. 

            L-3 National Security Solutions Inc., Reston, Va. (FA8723-13-D-0001), is being awarded a $63,100,000 indefinite-quantity/indefinite-delivery contract for sustainment and modernization of the Mobile Consolidated Command Center.  The locations of the performance is Colorado Springs, Colo.; Albuquerque, N.M.; and Cheyenne, Wyo.  Work is expected to be completed by July 31, 2018.  The contracting activity is AFLCMC/HBQK, Peterson Air Force Base, Colo. 

DEFENSE LOGISTICS AGENCY

            TW Metals, Carol Stream, Ill., was issued a modification exercising the second option year on contract SPM8E5-10-D-0005/P00028.  The modification is a fixed-price with economic- price-adjustment, indefinite-delivery and indefinite-quantity contract with a maximum $78,988,148 for various carbon steel bar, sheet and plate materials.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were three responses to the Web solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is March 1, 2014.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            Metals USA, Fort Washington, Pa., was issued a modification exercising the second option year on contract SPM8E5-10-D-0004/P00023.  The modification is a fixed-price with economic-price adjustment, indefinite-delivery and indefinite-quantity contract with a maximum $71,229,055 for various carbon steel bar, sheet and plate materials.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were three responses to the Web solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Mar. 3, 2014.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            Sopakco Packaging * Mullins, S.C., was awarded contract SPM3S1-12-D-Z108.  The award is a firm-fixed price, indefinite-quantity contract with a maximum $59,202,500 for meal, ready-to-eat.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were three solicitations with three responses.  Type of appropriation is fiscal 2013, Defense Working Capital Funds.  The date of performance completion is Dec. 31, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            AmeriQual Group L.L.C., Evansville, Ind., was awarded contract SPM3S1-12-D-Z107.  The award is a firm-fixed price, indefinite-quantity contract with a maximum $59,106,250 for meal, ready-to-eat.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were three solicitations with three responses.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Dec. 31, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            The Wornick Co., Cincinnati, Ohio, was awarded contract SPM3S1-12-D-Z109.  The award is a firm-fixed price, indefinite-quantity contract with a maximum $52,477,500 for meal, ready-to-eat.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were three solicitations with three responses.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Dec. 31, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            Admiral Metals Servicenter Inc.*, Woburn, Mass., was issued a modification exercising the second option year on contract SPM8E5-10-D-0001/P00026.  The modification is a fixed-price with economic-price adjustment, indefinite-delivery and indefinite-quantity contract with a maximum $47,853,764 for various stainless steel and alloy steel bar, sheet and plate materials.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were four responses to the Web solicitation.  Type of appropriation is fiscal 2013, Defense Working Capital Funds.  The date of performance completion is March 2, 2014.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            Metals USA, Fort Washington, Pa., was issued a modification exercising the second option year on contract SPM8E5-10-D-0002/P00022.  The modification is a fixed-price with economic-price adjustment, indefinite-delivery and indefinite-quantity contract with a maximum $46,948,606 for various stainless steel and alloy steel bar, sheet, and plate materials.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were four responses to the Web solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is March 2, 2014.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            TW Metals, Carol Stream, Ill., was issued a modification exercising the second option year on contract SPM8E5-10-D-0003/P00027.  The modification is a fixed-price with economic-price adjustment, indefinite-delivery and indefinite-quantity contract with a maximum $44,557,633 for various stainless steel and alloy steel bar, sheet, and plate materials.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were five responses to the Web solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is March 3, 2014.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            Charleston Aluminum L.L.C.*, Gaston, S.C., was issued a modification exercising the second option year on contract SPM8E5-10-D-0006/P00014.  The modification is a fixed-price with economic-price adjustment, indefinite-delivery and indefinite-quantity contract with a maximum $36,635,308 for various aluminum sheet and plate materials.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were three responses to the Web solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is March 7, 2014.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            KPMG L.L.P., Mclean, Va., was awarded contract SP4703-11-A-0017-0022.  The award is a firm-fixed price contract with a minimum $17,646,215 for management services.  Other location of performance is Fort Belvoir, Va.  Using service is federal civilian agencies.  There were six responses to the solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is Dec. 2, 2013.  The contracting activity is the Defense Logistics Agency Contracting Services Office, Richmond, Va. 

            Patterson Dental Supply Inc., Saint Paul, Minn., was issued a modification exercising the third option year on contract SPM2DE-10-D-7447/P00007.  The modification is a fixed-price with economic-price adjustment, indefinite-delivery and indefinite-quantity contract with a maximum $15,041,348 for distribution of a wide range of general dental supplies.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  There were ten responses to the DLA Internet Bid Board solicitation.  Type of appropriation is fiscal 2013 and fiscal 2014 Defense Working Capital Funds.  The date of performance completion is Dec. 13, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

U.S. SPECIAL OPERATIONS COMMAND

            International Development and Resources, Centreville, Va., is being awarded a $250,000,000, indefinite-delivery indefinite-quantity contract to provide special operations aviation specialized support services in support of the U. S. Special Operations Command, Technology Applications Program Office (TAPO).  The resulting contract will provide specialized support services to the 160th Special Operations Aviation Regiment.  Services will be performed primarily at Fort Campbell, Ky; however, other duty locations may be needed.  Maximum contract period of performance will end Dec. 31, 2022.  Task Order 0001 is anticipated to be effective Jan. 1, 2013 and will be awarded in the amount of $952,395.  The contracting authority is U. S. Special Operations Command, MacDill Air Force Base, Fla., (H92241-13-D-0001). 

*Small Business