5/31/13 DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $6.5 MILLION OR MORE

 

DEFENSE LOGISTICS AGENCY

Terex Corp., Fredericksburg, Va., has been awarded a maximum $327,500,000 fixed-price with an economic-price-adjustment contract. This contract is a five-year term for the procurement of commercial type cranes. Locations of performance are Virginia, Italy, France, Germany, Iowa and South Dakota with a May 30, 2018 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2013 through fiscal 2018 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8EC-13-D-0012).

Government Services Corp.*, Moscow, Idaho, has been awarded a minimum $19,573,916 fixed-price with an economic-price-adjustment contract. This contract is for fuel. Locations of performance are Idaho, Oregon, Montana, and Washington with a July 30, 2016 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2016 Service funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4512).

Bridgewell Resources, Tigard, Ore., has been awarded a maximum $16,786,772 firm-fixed-price, long-term contract. This contract is a two-year base contract with three one-year options for providing wood products. Location of performance is Oregon with a May 31, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8E6-13-D-0006).

Buie Lumber Co.*, Boerne, Texas, has been awarded a maximum $16,786,772 firm-fixed-price, long-term contract. This contract is a two year base contract with three one-year options for providing wood products. Location of performance is Texas with a May 31, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8E6-13-D-0001).

Forest Products Distributors**, Rapid City, S.D., has been awarded a maximum $16,786,772 firm-fixed-price, long-term contract. This contract is a two-year base contract with three one-year options for providing wood products. Location of performance is South Dakota with a May 31, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8E6-13-D-0002).

Haroldson Group International LLC.*, Lake Oswego, Ore., has been awarded a maximum $16,786,772 firm-fixed-price, long-term contract. This contract is a two-year base contract with three one-year options for providing wood products. Location of performance is Oregon with a May 31, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8E6-13-D-0003).

Progressive Services Corp.*, Beaverton, Ore., has been awarded a maximum $16,786,772 firm-fixed-price, long-term contract. This contract is a two-year base contract with three one-year options for providing wood products. Location of performance is Oregon with a May 31, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8E6-13-D-0004).

S&S Forest Products, Boerne, Texas, has been awarded a maximum $16,786,772 firm-fixed-price, long-term contract. This contract is a two-year base contract with three one-year options for providing wood products. Location of performance is Texas with a May 31, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8E6-13-D-0005).

Leading Technology Composites*, Wichita, Kan., has been awarded a maximum $13,840,000 firm-fixed-price contract. This contract is a one year base contract for enhanced side ballistic inserts. Location of performance is Kansas with a May 31, 2014 performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM1C1-13-D-1055).

General Procurement Services*, Columbus, Ohio, has been awarded a maximum $12,600,000 fixed-price with an economic-price-adjustment, indefinite-quantity contract. This contract is for fresh fruit and vegetable support for non-Department of Defense customers in Wisconsin and upper Michigan zone. Location of performance is Ohio with a Feb. 3, 2018 performance completion date. Using service is U.S. Department of Agriculture school customers. Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE300-13-D-S504).

Troy Company Inc.*, Seattle, Wash., has been awarded a minimum $7,587,399 fixed-price with economic-price-adjustment contract. This contract is for fuel. Locations of performance are Washington and Oregon with a July 30, 2016 performance completion date. Using military services are Army, Air Force, and federal civilian agencies. Type of appropriation is fiscal year 2016 Service funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4515).

 

U.S. TRANSPORTATION COMMAND

AAR Airlift Group Inc., Palm Bay, Fla., is being awarded a $97,946,397 option year modification (0001/0002) on an indefinite delivery/indefinite quantity contract (HTC711-10-D-R016 ) for fixed wing aircraft, personnel, equipment, tools, material, maintenance and supervision necessary to perform passenger and cargo air transportation services. Total cumulative face value of the contract is $307,603,230. This modification adds the third option of the basic contract with four option periods. Work will be performed in Afghanistan, and the option will start June 1, 2013, to be completed by May 31, 2014. Type of appropriation is fiscal 2013 Army Operations and Maintenance funds, and will not expire at the end of the current fiscal year. There were seven proposals received. The contracting activity in U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill.

Berry Aviation Inc., San Marcos, Texas, is being awarded a $29,933,251 option year modification (0002) on an indefinite delivery/indefinite quantity contract (HTC711-10-D-R018) for fixed wing aircraft, personnel, equipment, tools, material, maintenance and supervision necessary to perform passenger and cargo air transportation services. Total cumulative face value of the contract is $106,882,869. This modification adds the third option of the basic contract with four option periods. Work will be performed in Afghanistan, and the option will start June 1, 2013, to be completed by May 31, 2014. Type of appropriation is fiscal 2013 Army Operations and Maintenance funds, and will not expire at the end of the current fiscal year. There were seven proposals received. The contracting activity is U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill.

Evergreen Helicopters of Alaska, Anchorage, Alaska, is being awarded a $24,482,759 option-year modification (0001/0002) on an indefinite-delivery/indefinite quantity contract (HTC711-10-D-R017) for fixed wing aircraft, personnel, equipment, tools, material, maintenance and supervision necessary to perform passenger and cargo air transportation services. The total cumulative face value of the contract is $78,904,939. This modification adds the third option of the basic contract with four option periods, and the option will start June 1, 2013, to be completed by May 31, 2014. Work will be performed in Afghanistan. Type of appropriation is fiscal 2013 Army Operations and Maintenance funds, and will not expire at the end of the current fiscal year. There were seven proposals received. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill.

 

NAVY

Raytheon Missile Systems, Tucson, Ariz., is being awarded a $75,914,110 cost-plus-fixed-fee contract (N00024-13-C-5403) for Standard Missile engineering and technical services. These services include research and development efforts; design, systems, and production engineering; technical services; evaluation services; component improvement services; and production proofing services for missile producibility, missile production, and shipboard integration. This contract includes options which, if exercised, would bring the cumulative value of this contract to $316,538,398. Work will be performed in Tucson, Ariz. (86.8 percent); Andover, Mass. (9.4 percent); Huntsville, Ala. (1.7 percent); Arlington, Va. (1.1 percent); Camden, Ark. (0.7 percent); and White Sands, N.M. (0.3 percent), and is expected to be completed by December 2017. Fiscal 2013 Research, Development, Test & Evaluation, Fiscal 2013 Defense Wide Procurement, and Fiscal 2011, 2012 and 2013 Weapons Procurement, Navy funding in the amount of $33,065,387 is being obligated at contract award. Contract funds in the amount of $1,582,138 will expire at the end of the current fiscal year. This contract was not competitively procured. This contract was sole sourced under 10 U.S.C. 2304(c)(1) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Co., Tucson, Ariz., is being awarded a $19,594,107 modification to a previously awarded cost-plus-fixed-fee, firm-fixed-price contract (N00019-12-C-2002) for the design and engineering analysis of the AIM-9X Block II Missile System for the U.S. Navy, the U.S. Air Force, and the Government of Saudi Arabia. Work will be performed in Tucson, Ariz. (96 percent); Andover, Mass. (3 percent); and various locations inside and outside of the United States (1 percent), and is expected to be completed in June 2014. Fiscal 2013 Research, Development, Test & Evaluation, Navy, Fiscal 2013 Research, Development, Test & Evaluation, Air Force, and Foreign Military Sales funds in the amount $7,537,371 will be obligated at time of award; none of which expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy ($8,347,958; 42.6 percent); the U.S. Air Force ($5,687,724; 29 percent); and the Government of Saudi Arabia ($5,558,425; 28.4 percent) under the Foreign Military Sales Act. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Lockheed Martin Corp., Marietta, Ga., is being awarded a $16,449,950 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0017) for the completed design of large aircraft infrared counter measures (LAIRCM) aircraft modification kits (A-Kits) in support of the Marine Corps KC-130J aircraft. This modification includes 10 LAIRCM A-Kits, a test kit installation of a LAIRCM A-Kit, and a validation installation of a LAIRCM A-Kit. Work will be performed in Marietta, Ga. (51 percent); Greenville, S.C. (31 percent); and Rolling Meadows, Ill. (18 percent), and is expected to be completed in November 2015. Fiscal 2012 and 2013 Aircraft Procurement Navy contract funds in the amount of $16,449,950 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 Dynamics, Advanced Information Systems, Fairfax, Va., is being awarded a $15,040,000 modification to previously awarded contract (N00024-09-C-5396) for nine high-gain, high-sensitivity systems in support of the Surface Electronic Warfare Improvement Program (SEWIP) Block 1B3 low-rate initial production requirements. This provides SEWIP with the ability to detect and identify additional threat emitters and provide warning to the combat system to ensure that SEWIP achieves all objectives. Work will be performed in Fairfax, Va., and is expected to be completed by March 2015. Fiscal 2012 and 2013 Other Procurement, Navy funding in the amount of $15,040,000 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command is the contracting activity.

King Aerospace Inc., Addison, Texas, is being awarded a $12,876,083 modification to a previously awarded indefinite-delivery requirements contract (N00019-12-D-0014) to exercise an option for contractor logistics services in support of six C-9B, including base site operations, depot planned maintenance interval inspections and engine shop visits. Work will be performed in Addison, Texas (38.5 percent); Ardmore, Okla. (35 percent); Whidbey Island, Wash. (14 percent); Cherry Point, N.C. (8 percent); and Miami, Fla. (4.5 percent); and is expected to be completed in May 2014. No funds are being obligated at time of award. Funds will be obligated against individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $12,808,636 modification to a delivery order previously placed against basic order agreement N00019-10-G-0004. This modification will provide in-flight refueling risk reduction trade studies for the E-2D Advanced Hawkeye. Work will be performed in Bethpage, N.Y. (67 percent); Endicott, N.Y. (12.6 percent); Irvine, Calif. (10 percent); Bohemia, N.Y. (3.8 percent); Ronkonkoma, N.Y. (3.6 percent); Windsor Locks, Conn. (2 percent); St. Augustine, Fla. (.8 percent); and Stanford, Conn. (.2 percent), and is expected to be completed in September 2013. Fiscal 2013 Research, Development, Test & Evaluation, Navy contract funds in the amount of $12,808,636 will be obligated at time of 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 San Diego Ship Repair, Inc., San Diego, Calif., is being awarded an $8,970,338 modification to previously awarded cost-plus-award-fee contract (N00024-11-C-4408) to definitize the USS Gridley (DDG-101) fiscal 2013 selected restricted availability. A 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 $9,233,934. Work will be performed in San Diego, Calif., and is expected to be completed by Oct. 9, 2013. Fiscal 2013 Operations & Maintenance, Navy and Fiscal 2013 Other Procurement, Navy funding in the amount of $8,970,338 will be obligated at the time of award. Contract funds in the amount of $5,338,137 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

Rolls-Royce Corp., Indianapolis, Ind., is being awarded an $8,419,280 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) for additional engineering services of up to 11,020 flight hours for the MV-22 fleet aircraft in support of Operation Enduring Freedom and the east and west coast Marine Expeditionary Units deployments. Work will be performed in Oakland, Calif. (70 percent) and Indianapolis, Ind. (30 percent), and is expected to be completed in November 2013. Fiscal 2013 Operations & Maintenance, Navy Overseas Contingency Operations contract funds in the amount of $8,419,280 will be obligated at time of 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.

 

AIR FORCE

Lockheed Martin Missiles and Fire Control, Orlando, Fla., has been awarded a $34,231,570 contract modification (FA8682-11-D-0155 0022 modification 04) for initial development of the Precision Targeting Module software package: one containerized instrumented test vehicle, one containerized Jettison test vehicle, two containerized separation test vehicles, two containerized mass simulation vehicles, global positioning systems controlled radiation pattern antennas, one weapon support simulator consisting of a system support simulator and transit case assembly, tooling, process development, design support and equipment to facilitate the Joint Air-To-Surface Standoff Missile (JASSM) Building AUR upgrade/expansion at Pike County Operations and systems engineering services to maintain the JASSM System performance specification and provide programmatic, technical and systems management. The cumulative face value of the contract is $39,343,421. Work will be performed at Orlando, Fla., and Troy, Ala., and is expected to be completed by Jan. 31, 2016. This contract is in support of foreign military sales to Finland. The contracting activity is Air Force Life Cycle Management Center/EBJK, Eglin Air Force Base, Fla.

United Technologies Corp., East Hartford, Conn., has been awarded a $28,589,240 Delivery Order for two F135-PW-100 conventional takeoff and landing (CTOL) ground test engines. Work will be performed at East Hartford, Conn., and is expected to be completed by June 30, 2014. Fiscal year 2012 Research and Development funds are being obligated on this award. This award is the result of a sole source acquisition. Air Force Life Cycle Management Center/LPAK, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (F33657-99-D-2051 0031)

Data Tactics Corp., McLean, Va., has been awarded a $25,796,741 cost-plus-fixed-fee completion contract for graph engine that revolutionizes how network graph data is ingested, stored, and accessed with an overarching integration framework built in a modular architecture to facilitate development and support ease of integration of components within a secure, flexible, and elastic computing cluster capable of servicing the needs of heavy cyber battle-space analytics. Deliverables include software, hardware, and reports. Work will be performed at McLean, Va., and Arlington, Va. Work is expected to be completed by Sept. 30, 2017. This award is the result of a competitive acquisition, offers were solicited electronically and 62 offers were received. $3,497,005 will be obligated at the time of award; of that amount, $15,803 will be fiscal 2012 Department of Defense (DoD) Research and Development funds and $3,481,202 will be fiscal 2013 DoD Research and Development Funds. Air Force Research Laboratory/RIKD, Rome, N.Y., is the contracting activity. (FA8750-13-C-0128)

Antelope Valley East Kern Water Agency, Palmdale, Calif., has been awarded a $19,999,752 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for clear, potable water safe for human consumption in accordance with standards adopted by the California Department of Health Services for drinking and culinary water. The contractor shall also provide up to a maximum of 3,200 gallons per minute of water continuously available to the main base point of delivery (PoD) and up to a maximum of 460 gallons per minute of water continuously available to the Air Force Research Laboratory PoD. Work will be performed in Palmdale, Calif., and is expected to be completed by May 31, 2023. This was a sole-source acquisition and each year applicable fiscal year funds will be applied. Fiscal 2013 Operations and Maintenance funds in the amount of $460,080 are being obligated on this award. This contract is not a multiyear contract, and the Air Force Test Center/PZIOC, Edwards Air Force Base, Calif., is the contracting activity. (FA9301-13-D-0016)

Lockheed Martin Global Inc., Orlando, Fla., has been being awarded a $16,585,413 firm-fixed-price, time and material, undefinitized contract for five Sniper Advanced Targeting Pods, five Compact Multiband Data Links, five Digital Data Recorders, six pylons, and spares, along with integration, support and program management. Work will be performed at Orlando, Fla., and is expected to be completed by Dec. 31, 2014. This contract is in support of foreign military sales for Royal Jordanian Air Force. This award is the result of a source-directed/sole-source acquisition, and $8,126,853 is being obligated at time of award. Air Force Life Cycle Management Center/WNKCB, Robins Air Force Base, Ga., is the contracting activity. (FA8540-13-C-0019)

Raytheon SI Government Solutions, Arlington, Va., has been awarded a $9,752,133 cost-plus-fixed-fee contract for Plan X mission execution software. The scope of this effort is to design and develop a runtime environment to both securely and efficiently execute cyber operations mission scripts and to serve as a foundation for cyber support platforms. Work will be performed at Arlington, Va., and is expected to be completed by Oct. 31, 2017. This award is the result of a competitive acquisition; 62 offerors were solicited electronically and six offers were received. Fiscal 2013 Research, Development, Test and Engineering Funds will be used. Air Force Research Laboratory/RIKD, Rome, N.Y., is the contracting activity. (FA8750-13-C-0130)

 

WASHINGTON HEADQUARTERS SERVICES

RAND Corp., Santa Monica, Calif., is being awarded a $12,379,400 modification to a previously awarded cost-plus-fixed-fee contract (W91WAW-12-C-0030) for research, analysis and development services provided to Office of the Under Secretary of Defense for Acquisition Technology and Logistics. Work will be performed in Washington, D.C. (100 percent), and is expected to be completed in December 2014. This contract was a sole-source procurement. Washington Headquarters Services, Washington, D.C., is the contracting activity.

 

*Small Business

** Service-Disabled Veteran Owned Small Business

Source: http://www.defense.gov/contracts/contract.aspx?contractid=5053

Related News

Lindy Kyzer is the director of content at ClearanceJobs.com. Have a conference, tip, or story idea to share? Email lindy.kyzer@clearancejobs.com. Interested in writing for ClearanceJobs.com? Learn more here.. @LindyKyzer