Contracts for December 17, 2012

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

12/17/2012 04:00 PM CST


FOR RELEASE AT
5 p.m. ET
No. 987-12
December 17, 2012


CONTRACTS

DEFENSE LOGISTICS AGENCY

            McKesson Corp., San Francisco, Calif., was awarded contract SPM2DX-13-D-1000.  The award is a firm-fixed-price, prime vendor, requirements type contract with a maximum $2,609,494,450 for delivery of mail order pharmaceutical products.  Other location of performance is Arizona.  Using services are Army, Navy, Air Force, Marine Corps, and individuals authorized medical treatment through military services.  There were four responses to the Web solicitation.  Type of appropriation is fiscal 2013 Defense Working Capital Funds.  The date of performance completion is June 16, 2015.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. 

            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. 

            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 location of performance is Philadelphia 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.

AIR FORCE

            Intelligent Software Solutions Inc., Colorado Springs, Colo., (FA8750-13-D-0013) is being awarded a $593,000,000 indefinite delivery/indefinite quantity, research and development, with cost-plus-fixed-fee and firm-fixed-price contract for Air Space Precision Engagement Research and Engineering software development, maintenance, enhancements and hardware.  The location of the performance is Colorado Springs, Colo. Work is expected to be completed by Dec. 17, 2017.  The contracting activity is AFRL/RIKF, Rome, N.Y. 

            Lockheed Martin Corp., Fort Worth, Texas, (FA8615-10-C-6051, PZ0022) is being awarded a $563,000,000 contract modification contract for development, integration and delivery of 20 F-16C/D (16 C's and 4 D's) Block 52 aircraft.  The location of the performance is Fort Worth, Texas.  Work is expected to be completed by Sept. 30, 2014.  The contracting activity is AFLCMC/WWMK, Wright-Patterson, Air Force Base, Ohio.  Contract involves Foreign Military Sales. 

            The Boeing Co., Seattle, Wash., (F33657-01-D-0013, 0365) is being awarded an $80,505,903 delivery order contract for C-32A and C-40B/C integrated fleet support.  The locations of the performance is at Joint Base Andrews, Scott Air Force Base, Ramstein Air Base, Hickam Air Force Base and other locations as necessary to support the aircraft.  Work is expected to be completed by Dec. 31, 2013.  The contracting activity is AFLCMC/WLKLB, Tinker Air Force Base, Okla.  

            Diversitech Inc., Cincinnati, Ohio, (FA8601-11-D-0001 P00009) is being awarded a $7,229,299 contract modification contract for civil engineering support.  The location of the performance is Wright-Patterson Air Force Base, Ohio.  Work is expected to be completed by Dec. 31, 2013.  The contracting activity is AFLCMC/PZIO, Wright-Patterson, Air Force Base, Ohio.  

NAVY

            Raytheon Co., Tucson, Ariz., is being awarded a $254,627,806 modification to a previously awarded firm-fixed-price contract (N00019-12-C-2000) to exercise an option for the procurement of 252 Tomahawk Block IV All-Up-Round (AUR) missiles for the U. S. Navy.  The Tomahawk Block IV missile is capable of launch from surface ships equipped with the Vertical Launch System (VLS) and submarines equipped with the Capsule Launch System (CLS).  This effort provides for the procurement of 132 VLS missiles and 120 CLS missiles.  Work will be performed in Tucson, Ariz. (32 percent); Camden, Ark. (11 percent); Ogden, Utah (8 percent);  Anniston, Ala. (4 percent); Minneapolis, Minn. (4 percent); Ft. Wayne, Ind. (4 percent); Glenrothes, Scotland (4 percent); Dallas, Texas (4 percent); Spanish Fork, Utah (3 percent);  Vergennes, Vt. (3 percent); Walled Lake, Mich. (2 percent);  Berryville, Ark. (2 percent); El Segundo, Calif. (2 percent); Westminster, Colo. (2 percent);  Middletown, Conn. (2 percent);  Huntsville, Ala. (1 percent); Farmington, N.M. (0.2 percent); and various locations in the continental United States and outside the continental United States (11.8 percent); and is expected to be completed in August 2015.  Contract funds in the amount of $254,627,806 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.

            BAE Systems, Information and Electronics Systems Integration Inc., Nashua, N.H., is being awarded a $50,810,844 firm-fixed-price contract to procure 543 AN/ALE-55 Fiber Optic Towed Decoys (FOTDs) and 117 Electronic Frequency Converters (EFC).  The AN/ALE-55 FOTDs and EFCs are components of the Integrated Defensive Electronic Counter Measures (IDECM) suite.  The AN/ALE-55 provides the capability to transmit complex Electronic Countermeasures (ECM) techniques from an off-board transmitter.  Work will be performed in Nashua, N.H., and is expected to be completed in March 2015.  Contract funds in the amount of $50,810,844, will be obligated at the time of award, $264,402 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 Systems Command, Patuxent River, Md. is the contracting activity (N00019-13-C-0010). 

            General Dynamics, Electric Boat Corp., Groton, Conn., is being awarded a $47,660,176 firm-fixed-priced modification to previously awarded contract (N00024-12-C-4301) to exercise the option for the execution work necessary to prepare for and accomplish maintenance and modernization work of the fiscal 2013 dry-docking selected restricted availability of the USS Toledo (SSN 769).  This scope of work encompasses required maintenance activities necessary to maintain full unrestricted operation of the submarine, as well as upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity.  Work will be performed in Groton, Conn. (95 percent) and Quonset Point, R.I. (5 percent), and is expected to be completed by September 2013.  Contract funds in the amount of $47,660,176 will be obligated at time of award.  Contract funds in the amount of $47,660,176 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.           

            Hamilton Sundstrand Corp., Windsor Locks, Conn., is being awarded a $29,051,451 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for the procurement of engineering services in support of the oxygen generating plant, gas management system, integrated low pressure electrolyzer, advanced integrated low pressure electrolyzer, and electrolytic chlorine generator systems for U.S. Navy submarines.  Work will be performed in various locations (70 percent) and Windsor Locks, Conn. (30 percent), and is expected to complete by December 2017. Contract funds in the amount of $11,786 will be obligated at the time of contract award. Contract funds in the amount of $62,000 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 Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-13-D-0002). 

            The Boeing Co., Seattle, Wash., is being awarded a $16,082,606 modification to a previously awarded cost-plus-award-fee contract (N00019-04-C-3146) for the procurement of  Non-Recurring Engineering and labor for the redesign and conversion of the existing P-8A System Development and Demonstration Liquid Air Palletized System (LAPS) to change the cooling medium from polyalphaolefin to ethylene glycol and water to ensure compatibility between the LAPS and the Special Mission Cabin Equipment; and manufacturing and procurement of three P-8A A-Kits.  Work will be performed in Seattle, Wash. (81.6 percent); Huntsville, Ala. (8.8 percent); Mesa Ariz. (7.6 percent); St. Louis, Mo. (2.0 percent) and is expected to be completed in December 2014.  Contract funds in the amount of $14,000,000 are being obligated on this award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River Md., is the contracting activity. 

            Excelis Inc., Colorado Springs, Colo., is being awarded a $15,714,232 cost-plus-fixed-fee contract to provide professional, technical, programmatic, and operational engineering services in support of Navy Reentry Systems programs, including:  a) Reentry Body (RB) systems assessment, vulnerability, and nuclear safety and surety support;  b) RB Life extension studies and analysis;  c) support for the development of refurbished reentry systems;  d) support for Strategic Systems Program's declassification review program;  e) support for Nuclear Weapons System Safety, and;  f) support to weapons facilities manager.  This contract contains options, which if exercised, will bring the contract value to $44,422,555.  Contract funds in the amount of $4,371,011 will be obligated at the time of award.  Work will be performed in Colorado Springs, Colo. (95 percent); College Park, Md. (2 percent); and various locations throughout the continental U.S. (3 percent), and work is expected to be completed September 2013.  If all options are exercised, work will continue through March 31, 2016.  Contract funds 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).  Strategic Systems Program, Washington, D.C., is the contracting activity (N00030-13-C-0016). 

U.S. SPECIAL COMMAND

            General Dynamics Electric Boat Corp., Groton, Conn., is being awarded a $44,269,290 letter contract to develop and test the User Operational Evaluation System for a dry combat submersible.  This includes designing, constructing, testing, and delivering a complete, commercially-classed prototype dry combat submersible system.  The design and construction work will primarily be performed in Italy.  The Government testing will be performed at a location to be determined within the United States.  This contract is expected to be completed by December 2015 (H92222-13-C-0006).