Contracts for December 14, 2012

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

12/14/2012 04:18 PM CST


FOR RELEASE AT
5 p.m. ET
No. 979-12
December 14, 2012


CONTRACTS

AIR FORCE

            Battlespace Flight Services L.L.C., Arlington, Va., (FA4890-07-C-0006, P00120) is being awarded a $412,084,746 contract modification to provide MQ-1 O-level operation and maintenance support services.  The location of the performance is Creech Air Force Base and deployed sites worldwide.  Work is expected to be completed by Jan. 31, 2013.  The contracting activity is AMIC/PKCA, Langley Air Force Base, Va. 

            Lockheed Martin Services Inc., Colorado Springs, Colo., (FA8823-13-C-0002) is being awarded a $104,205,172 firm-fixed-price contract for Global Positioning Systems control segment sustainment.  The location of the performance is Colorado Springs, Colo.  Work is expected to be completed by June 30, 2019.  The contracting activity is SMC/PKP, Peterson Air Force Base, Colo. 

            TASC Inc., Andover, Md., (FA8818-13-C-0001) is being awarded a $47,938,273 firm-fixed price, fixed-price-incentive-firm target and cost-plus-fixed-fee hybrid contract for mission assurance services.  The location of the performance is Kirtland Air Force Base, N.M.  Work is expected to be completed by Sept. 30, 2015.  The contracting activity is SMC/SDTD, Kirtland Air Force Base, N.M. 

            TASC Inc., Andover, Md., (FA8810-10-C-0001, P0021) is being awarded a $45,044,210 contract modification contract for systems engineering and integration support.  The location of the performance is El Segundo, Calif.  Work is expected to be completed by Dec. 31, 2013.  The contracting activity is SMC/ISK, Los Angeles Air Force Base, Calif. 

            Lockheed Martin Corp., Liverpool, N.Y., (FA8217-11-C-0005, P00008) is being awarded a $16,382,825 contract modification contract for modernization of AN/FPS-117 Long Range Radars via the essential parts replacement program.  The location of the performance is Canada.  Work is expected to be completed by June 20, 2016.  The contracting activity is AFLCMC/HBZKA, Hill Air Force Base, Utah. 

            The Boeing Co., Seattle, Wash., (F33657-01-D-0013, 0369) is being awarded a $12,779,724 firm-fixed-price contract for C40C High Speed Data Aircraft modification.  The location of the performance is Seattle, Wash.  Work is expected to be completed by Aug. 30, 2015.  The contracting activity is AFLCMC/WLKLB, Tinker Air Force Base, Okla. 

NAVY

            Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $127,740,214 fixed-price-incentive-fee and cost-plus-incentive-fee modification to the previously awarded F-35 Lightning II  Program Air System Low Rate Initial Production (LRIP) Lot 5 contract (N00019-10-C-0002).  This effort is required to complete the definitization for the previously announced Undefinitized Contractual Action (UCA) for a total of 32 F-35 Air Systems.  This modification procures LRIP 5 production requirements including: manufacturing support equipment; two program array assemblies; ancillary mission equipment, including pilot flight equipment; preparation for ferry of aircraft; and diminishing manufacturing sources redesign.  This effort includes requirements for the international partner governments as well as for the Air Force, Marine Corps, and Navy.  Work will be performed in Fort Worth, Texas (35 percent); El Segundo, Calif. (25 percent); Warton, United Kingdom (20 percent); Orlando, Fla. (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent), and is expected to be completed in October  2014.  Contract funds in the amount of $127,740,214 will be obligated at time of award, $112,863,361 of which will expire at the end of the current fiscal year.  The contracting activity is Naval Air Systems Command, Patuxent River, Md. 

            General Dynamics Electric Boat Corp., Groton, Conn., is being awarded a $41,052,753 cost-plus-fixed-fee contract to provide non-nuclear submarine repair work on Groton-based submarines under the New England Manpower Initiative.  Under the terms of the contract, Electric Boat will provide New England Manpower Initiativetasks in support of non-nuclear maintenance, modernization, and repair of operational nuclear powered submarines, floating dry docks, support and service craft, and plant equipment assigned to the Naval Submarine Support Facility, New London, Conn.  Work will be performed in New London, Conn., and is expected to be completed by December 2013. Contract funds in the amount of $41,052,753 will be obligated at time of award.  Contract funds in the amount of $3,000,000 will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1).  The contracting activity is (N00024-13-C-4308) Naval Sea Systems Command, Washington, D.C. 

            EMCOR Government Services Inc., Arlington, Va., is being awarded a $29,665,144 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N40080-07-D-0374) to exercise option 2 for regional base operating support services at Naval Support Activity Washington, Naval Support Activity Bethesda, Naval Support Activity South Potomac, and Quantico Marine Corp Base.  The work to be performed provides for services including, but not limited to, repair and maintenance of property, facilities, and assets.  The total contract amount after exercise of this option will be $167,332,288.  Work will be performed in Navy Yard, Washington, D.C. (40 percent); Bethesda, Md. (40 percent); Anacostia, Washington, D.C. (8 percent); Arlington, Va. (6 percent); Quantico, Va. (5 percent); and Dahlgren, Va. (1 percent), and work is expected to be completed December 2013.  Contract funds in the amount of $9,620,912 are obligated on this award and will expire at the end of the current fiscal year.  The contracting activity is Naval Facilities Engineering Command Washington, Washington, D.C. 

            General Dynamics Bath Iron Works, Bath, Maine, is being awarded a $28,315,099 modification to previously awarded contract (N00024-12-C-2313) to exercise options for DDG 51 class lead yard services.  This work will provide technical assistance to the follow yard in the interpretation and application of the detailed design developed by Bath Iron Works, the lead yard contractor.  Lead yard services include:  liaison for follow ship construction, general class services, class logistics services, class design contractor services, class changes design services for follow ships, ship trials and post shakedown availabilities support and materials, noise, shock, and vibration program, special studies, modernization support, and baseline management.  Contract funds in the amount of $26,760,575 will be obligated at time of award.  Work will be performed in Bath, Maine, and is expected to be completed by December 2013.  Contract funds in the amount of $147,504 will expire at the end of the current fiscal year.  The contracting activity is Naval Sea Systems Command, Washington, D.C. 

            General Dynamics Advanced Information Systems Inc., Pittsfield, Mass., is being awarded a $28,194,504 cost-plus-incentive-fee contract modification to previously awarded contract (N00024-09-C-6206) for engineering services and production efforts in support of the Multipurpose Processor (MPP) and Total Ship Monitoring System (TSMS) for Navy submarines.  The contractor will continue development and production of multiple upgrades to the hardware and software products for the MPP and TSMS that will be integrated into the Acoustic Rapid Commercial-Off-The-Shelf Insertion System.  Work will be performed in Pittsfield, Mass., and is expected to be completed by February 2014.  Contract funds in the amount of $7,165,168 will be obligated at time of contract award.  Contract funds in the amount of $63,795 will expire at the end of the current fiscal year.  The contracting activity is Naval Sea Systems Command, Washington, D.C. 

            Bath Iron Works, Bath, Maine, is being awarded a $21,130,682 cost-plus-award-fee contract for the accomplishment of the post-shakedown-availability for the USS Michael Murphy (DDG 112).  This contract includes options which, if exercised would bring the cumulative value of this contract to $27,135,678.  Work will be performed in Pearl Harbor, Hawaii (98 percent), and Bath, Maine (2 percent), and is expected to be completed by August 2013.  Contract funds in the amount of $19,839,873 will be obligated at time of award.  Contract funds in the amount of $4,112,435 will expire at the end of the current fiscal year.  This contract was competitively procured via Navy Electronic Commerce Online, with two offers received.  The contracting activity is (N00024-13-C-2315) Naval Sea Systems Command, Washington, D.C. 

            Altron, Inc.*, Mt. Pleasant, S.C. (N65236-13-D-5845); American Electronics, Inc.*, California, Md. (N65236-13-D-5846); Command Decisions Systems and Solutions*, Stafford, Va. (N65236-13-D-5847); Centuria Corp.*, Reston, Va. (N65236-13-D-5848); Del Rey Systems and Technology, Inc.*, San Diego, Calif. (N65236-13-D-5849); ISHPI Information Technologies, Inc.*, Mt. Pleasant, S.C. (N65236-13-D-5850); K3 Enterprises, Inc.*, Fayetteville, N.C. (N65236-13-D-5851); MANDEX, Inc.*, Fairfax, Va. (N65236-13-D-5852); Sentek Global*, San Diego, Calif. (N65236-13-D-5853); SPARC L.L.C.*, Charleston, S.C. (N65236-13-D-5854); The Cameron Bell Corp., doing business as Gov. Solutions Group*, Daniel Island, S.C. (N65236-13-D-5855); The Cybrix Group*, Tampa, Fla. (N65236-13-D-5856); and Ursa Navigation Solutions Inc.*, Chesapeake, Va. (N65236-13-D-5857), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, performance-based, multiple award contract, with provisions for fixed-price-incentive and firm-fixed-price orders, to provide command, control, communications, computers, combat systems, intelligence, surveillance, reconnaissance (C5ISR) electronics and communications services and solutions in support of mission capabilities within the decision superiority portfolio to improve customers' ability to enable utilization of information and decision aids to support decision making in support of the warfighter's mission.  The cumulative estimated value of the base year is $18,578,000.  These contracts include options which, if exercised, would bring the cumulative value of these multiple award contracts to an estimated $98,764,531.  These 13 contractors may compete for the task orders under the terms and conditions of the awarded contracts.  The work will be performed in Charleston, S.C., and is expected to be completed by December 2013.  If all options are exercised, work could continue until December 2017.  Contract funds in the amount of $10,000 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  These contracts were competitively procured with proposals solicited and 18 offers received via the Commerce Business Daily's Federal Business Opportunities website, and the SPAWAR E-Commerce Central website.  The contracting activity is Space and Naval Warfare Systems Center Atlantic, Charleston, S.C. 

            Raytheon Co., Tucson, Ariz., is being awarded a $12,313,750 firm-fixed-price contract modification for four refurbished and upgraded Rolling Airframe Missile MK 49 Mod 3 guided-missile launch systems and associated hardware for LPD 27, LCS 9, and LCS 11, with options for four additional launch systems.  At the time of award, an option for two remanufactured MK 49 GMLS with Mod 3 updates and associated hardware for LCS 13 and LCS 15 will be awarded in the amount of $5,529,151.  Work will be performed in Tucson, Ariz., and is expected to be completed by December 2015. Contract funds in the amount of $12,313,750 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1).  The contracting activity is (N00024-11-C-5448) Naval Sea Systems Command, Washington, D.C. 

            Raytheon Missile Systems, Tucson, Ariz., is being awarded a $12,267,000 modification to previously awarded contract (N00024-12-C-5400) to exercise options for Standard Missile engineering and technical services.  The services are to perform evaluations of advanced missile configurations and advanced technology efforts with potential for current and future standard missile development programs.  Work will be performed in Tucson, Ariz., and is expected to be completed by March 2013.  Contract funds in the amount of $12,267,000 will be obligated at time of award.  Contract funds in the amount of $2,645,000 will expire at the end of the current fiscal year. The contracting activity is Naval Sea Systems Command, Washington D.C. 

DEFENSE LOGISTICS AGENCY

            PPL Energy Plus L.L.C., Allentown, Pa., was awarded contract (SPE600-13-D-8015).  The award is a firm-fixed price contract with a maximum $13,541,861 for electricity.  Other locations of performance are Philadelphia, Pa. and Mechanicsburg, Pa.  Using service is Navy.  There were one hundred and ten solicitations with seven responses.  Type of appropriation is fiscal 2012 through fiscal 2014 Navy Funds.  The date of performance completion is Dec. 31, 2014.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

            Foster Caviness, Colfax, N.C.*, was awarded contract (SPM300-13-D-P171).  The award is a fixed-price with economic-price adjustment, sole source contract with a maximum $25,200,000 for fresh fruit and vegetables.  There are no other locations of performance.  Using services are Army, Navy, Air Force, Marine Corps, and Department of Agriculture.  There was one solicitation with one response.  Type of appropriation is fiscal 2013 and fiscal 2014 Defense Working Capital Funds.  The date of performance completion is May 29, 2013.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

* Small Business